Case Law[2025] ZASCA 32South Africa
Aventino Ecotroopers Joint Venture and Others v MEC for the Department of Roads and Transport, Gauteng Province and Others (1233/2023) [2025] ZASCA 32; 2025 (4) SA 419 (SCA) (31 March 2025)
Supreme Court of Appeal of South Africa
31 March 2025
Headnotes
Summary: Tender – tender validity period – extensions of the period – s 38 of the Public Finance Management Act 1 of 1999 – supply chain management policy – extensions of bids – lapse of the tender – misrepresentations in a prior tender – listing on the Treasury restricted list – exclusion of bids from consideration.
Judgment
begin wrapper
begin container
begin header
begin slogan-floater
end slogan-floater
- About SAFLII
About SAFLII
- Databases
Databases
- Search
Search
- Terms of Use
Terms of Use
- RSS Feeds
RSS Feeds
end header
begin main
begin center
# South Africa: Supreme Court of Appeal
South Africa: Supreme Court of Appeal
You are here:
SAFLII
>>
Databases
>>
South Africa: Supreme Court of Appeal
>>
2025
>>
[2025] ZASCA 32
|
Noteup
|
LawCite
sino index
## Aventino Ecotroopers Joint Venture and Others v MEC for the Department of Roads and Transport, Gauteng Province and Others (1233/2023) [2025] ZASCA 32; 2025 (4) SA 419 (SCA) (31 March 2025)
Aventino Ecotroopers Joint Venture and Others v MEC for the Department of Roads and Transport, Gauteng Province and Others (1233/2023) [2025] ZASCA 32; 2025 (4) SA 419 (SCA) (31 March 2025)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZASCA/Data/2025_32.html
sino date 31 March 2025
THE
SUPREME COURT OF APPEAL OF SOUTH AFRICA
### JUDGMENT
JUDGMENT
Reportable
Case
no: 1233/2023
In
the matter between:
AVENTINO
ECOTROOPERS JOINT VENTURE
FIRST APPELLANT
ALL
AFRIKA GROUP (PTY)
LTD
SECOND APPELLANT
ECOTROOPERS
CONSTRUCTION (PTY) LTD
THIRD APPELLANT
and
THE
MEC FOR THE DEPARTMENT OF ROADS
AND
TRANSPORT, GAUTENG PROVINCE
FIRST RESPONDENT
VEA
ROAD MAINTENANCE AND
CIVILS
(PTY)
LTD
SECOND RESPONDENT
LUBOCON
CIVILS
CC
THIRD RESPONDENT
Neutral
citation:
Aventino Ecotroopers Joint Venture and
Others v The MEC for the Department of Roads and Transport, Gauteng
Province and Others
(1233/2023)
[2025] ZASCA 32
(31 March 2025)
Coram:
NICHOLLS, MBATHA and UNTERHALTER JJA and MUSI and MOLITSOANE AJJA
Heard:
25 February 2025
Delivered:
31 March 2025
Summary:
Tender – tender validity period – extensions of the
period –
s 38
of the
Public Finance Management Act 1 of 1999
–
supply chain management policy – extensions of bids –
lapse of the tender – misrepresentations in a prior
tender –
listing on the Treasury restricted list – exclusion of bids
from consideration.
ORDER
On
appeal from:
Gauteng Division of the High Court, Pretoria
(Makhoba J, sitting as a court of first instance):
The
appeal is dismissed with costs, including the costs of two counsel,
where so employed.
JUDGMENT
Unterhalter
JA (Nicholls and Mbatha JJA and Musi and Molitsoane AJJA concurring):
Introduction
[1]
The first appellant, Aventino Ecotroopers Joint Venture (Aventino),
is an unincorporated joint venture. The second and third appellants
(the partners) are partners in this joint venture. I refer
to the
joint venture as Aventino, and in other contexts, I refer to Aventino
to denote the three appellants. In May 2021, the first
respondent, in
May 2021, as the Department of Roads and Transport (the Department),
published DRT1 9/07/2019 (Tender 19) and RT21/07/2019
(Tender 21) for
the management and execution of routine road maintenance on selected
provincial roads (the tenders). Aventino submitted
bids for the
tenders. The Bid Evaluation Committee (BEC) awarded Aventino the
highest score in its assessment of the rival bids
for the tenders. In
August 2022, the Head of the Department, Dr Barclay, disqualified the
bids of Aventino. He did so because,
at the time of its
disqualification, Aventino was to be listed as a restricted supplier
and serious allegations of fraud were made
against it. Tender 19
was awarded to the third respondent, Lubocon Civils CC (Lubocon) and
Tender 21 was awarded to the second
respondent, Vea Road Maintenance
and Civils (Pty) Ltd (Vea).
[2]
In November 2022, Aventino and the partners brought proceedings in
the Gauteng Division of the High Court, Pretoria (the high court) to
review the award of the tenders. They sought the following
relief: to
review and set aside the awards to Lubocon and Vea; to set aside any
service level agreements entered into with Lubocon
and Vea; and to
award the tenders to Aventino. Aventino relied, in essence, upon two
grounds of review. First, it alleged that
the extension of the
validity period of the tenders had not lawfully taken place, and
hence the tender validity period had expired.
Second, the Department
had unlawfully failed to award the tenders to Aventino and
disqualified it on unfounded allegations, even
though it was the
highest scoring bidder.
[3]
The review came before Makhoba J in the high court. He dismissed
the
review, with costs. He found that Aventino and the partners had
failed to show that the tenders had lapsed. As to the
disqualification
of Aventino, he held that Aventino was required to
review and set aside the administrative decisions upon which its
disqualification
rested. This Aventino had not done, and hence, these
decisions stood, and so too did the disqualification of Aventino from
bidding
on the tenders. Aventino and the partners sought leave to
appeal. This application was refused. But on petition, this Court
granted
leave to appeal.
[4]
Three issues arise for determination in this appeal. First, did the
tenders lapse? Second, if they did not, was Aventino unlawfully
disqualified from bidding on the tenders? Third, if so, what remedy
should issue? Although Vea and Lubocon challenged the standing of
Aventino and the partners, they do not persist in this challenge
before us.
Did
the tenders lapse?
[5]
It is common ground that the closing date for the tenders was 30
July
2021. The tender validity period was 120 days. The tenders would thus
have expired on 29 November 2021, absent lawful extension.
Five
extensions were sought. In August 2022, Aventino was disqualified,
and the tenders were awarded to Vea and Lubocon. If the
tender
validity period was not lawfully extended, then the tender lapsed,
and, so Aventino contended, the award of the tenders
could not have
been validly made.
[6]
There was some disagreement before us as to precisely what Aventino
had pleaded so as to make out its challenge that the tenders had
lapsed. In its heads of argument, Aventino relied upon two grounds
that, it contended, gave rise to the lapsing of the tender. First, if
a bidder failed to respond to an invitation to extend the
validity
period of the tender, the Department could not disqualify that bidder
and then proceed to consider the bids of those who
agreed to the
extension. I shall refer to this as the disqualification challenge.
Second, in order validly to extend the tender
validity period, all
bidders must be invited to extend the period. This did not occur, and
hence the tenders lapsed. I shall refer
to this as the invitation
challenge.
[7]
Aventino’s challenge evolved in the course of the exchange
of
affidavits between the parties. In its supplementary founding
affidavit, as I have observed, Aventino’s case was that
the
Department sought and received extensions from what it described as
the ‘top 10 bidders’. This meant that the tender
validity
period was not extended, and expired on 29 November 2021. The
Department met this case as follows: it averred that the
offers were
extended and referenced a supplementary record that it had produced
which, it claimed, evidenced the extension. In
its replying affidavit
Aventino had this to say of the supplementary record, ‘[it]
illustrates that [the Department] did
not receive timeous responses
from all the tenderers’. This passage is offered in support of
the averment in the replying
affidavit that summarises the case of
Aventino and states the following: ‘I made it clear in the
founding affidavit that
the first respondent would be required to
demonstrate in the record that each and every participating tenderer
timeously consented
to the various requests for extension. In the
supplementary affidavit it was demonstrated that the first respondent
failed to receive
timeous responses from all the tenderers’.
This is clearly a case based on the disqualification challenge.
[8]
Aventino contended in its oral argument that the position taken in
the replying affidavit must be understood with passages in the
supplementary founding affidavit that reference the extensions sought
by the Department as reflected in the record that ‘. . .
effectively negates the award of the tenders . . . requests for
the
extension of a validity period in a tender must be correctly and
timeously transmitted to all bidders’. Aventino did
make
mention in its supplementary founding affidavit of the extensions
that were sought that were included in the record. However,
that
averment was offered in support of its case, as it then stood, based
upon what was claimed to be the seeking and obtaining
of consent from
‘only the top ten’. It was also based on the record as it
then stood at the time the supplementary
founding affidavit was
filed.
[9]
However, the Department, as we have observed, provided a
supplementary
record, and claimed that this record evidenced the
valid extension of the bid validity period. Aventino’s case in
its replying
affidavit, with the benefit of the supplementary record,
was to complain that the record did not show that the Department had
received
timeous responses to extend the tender validity period from
all the tenderers. This then was the case upon which Aventino made
its challenge. Ordinarily, such a case cannot be made in a replying
affidavit. But given the piecemeal disclosure of the record,
it is
understandable that this is where its case is to be found. But that
case goes no further than the disqualification challenge,
and does
not include the invitation challenge.
[10]
What then of the merits of the disqualification challenge? On 17
November 2020, the Department
adopted the revised policy on
procurement, entitled, the supply chain management policy:
procurement of goods and services (the
SCM policy). The SCM policy is
a lengthy document. It was produced as part of the record. It
explains that it was adopted in terms
of s 38 of the Public Finance
Management Act 1 of 1999 (PFMA). Section 38(
a)
(iii) requires
that the Department, amongst other things, has and maintains an
appropriate procurement and provisioning system which
is fair,
equitable, transparent, competitive and cost-effective. This is a
statutory recognition of the constitutional obligations
set out in s
217 of the Constitution.
[11]
Paragraph 4.14 of the SCM policy traverses validity periods of bids.
It provides that a
Bid Evaluation Committee (BEC) shall, when the
evaluation or adjudication of a bid is envisaged to go beyond the
validity date
in the bid documentation, request bidders to extend the
validity of their bids. The following is then stated: ‘[b]idders
may either accept or reject the extended validity period and those
who do not wish to extend the validity period would be regarded
as
non-responsive and would be excluded from further assessment’.
I shall refer to this provision as the exclusionary stipulation.
The
invitation to tender recorded that the Department adheres to all
relevant Acts, including the PFMA. The PFMA was of application
to the
tenders. The invitation to tender also stated that the bid validity
period is 120 days. It went on to provide: ‘However,
the
Department reserves the right to request all bidders to extend such
validity period should the need arise’. The need
did arise. And
the basis for extension is to be found in the provisions of paragraph
4.14 of the SCM policy.
[12]
In letters from the Department to Aventino the following is
recorded, ‘We wish
to inform you that we will be extending your
bid by 60 days. Should these (sic) be unacceptable, you leave us with
no alternative
but to cancel your bid’. Provision is then made
for a bidder to accept or decline. While cast in somewhat peremptory
language,
these letters are consistent with the exclusionary
stipulation.
[13]
It is common ground that Aventino did not challenge the exclusionary
provision. Nor has
it contended that the exclusionary provision is
not of application to the tender. The exclusionary provision is not
free of all
ambiguity. In particular, what does it provide in
circumstances where a bidder does not respond to a request from the
Department
to extend the validity period? On a proper
construction of the exclusionary provision, it is clear enough that
those
bidders that are non-responsive may be excluded. This is so for
an obvious reason. Bidders may have good commercial reasons not
to
permit their bids to remain in place. Costs may have risen, or other
relevant circumstances may render it no longer feasible
for a bidder
to wish to extend their bid for a further period. The bidder may then
either respond to the Department’s invitation
to extend and
decline to extend its bid, or a bidder may simply not respond to the
invitation at all. In either event, the bidder
has indicated that it
no longer wishes its bid to be considered. Sensibly interpreted, what
the exclusionary provision means is
that if a bidder, invited to
extend its bid, either declines to do so or simply fails to respond
to the invitation, the Department
may exclude that bid from the
adjudication process, and may proceed on the basis of the bids of
bidders that have accepted the
extension. The language references
exclusion from ‘further assessment’ which implies that
the assessment will carry
on, but only to consider the bids where the
bidders have acceded to the extension and thereby extended their bids
for the purpose
of tender.
[14]
The
disqualification challenge cannot prevail because the exclusionary
stipulation creates a regime that permitted the Department
to exclude
bids from further consideration in the event that a bidder either
declined to extend its bid or failed to respond to
the Department’s
invitation to extend. Aventino made no challenge to the legality of
that regime. However, Aventino relied
upon a number of cases that, it
contended, supported the disqualification challenge. In
Joubert
,
[1]
following
Telkom
SA
,
[2]
Plasket J (as he then was), affirmed two propositions. First, once a
bid validity period has expired, there is nothing to extend.
Second,
the constitutional and legislative procurement framework determines
the powers of public bodies to procure goods and services.
The power
to extend a bid, within the bid validity period, is disciplined by
this framework. The decision of this Court in
Takubiza
[3]
is to like effect.
[15]
These authorities do not support the disqualification challenge. The
position of the Department
in its answering affidavit is that it
sought serial extensions before the expiry of each bid validity
period, and then proceeded
to extend each period and consider the
bids of those bidders who responded to the invitation to extend their
bids. The disqualification
challenge contends that this did not
suffice to extend the bid validity period, on each successive
occasion, because all bidders
invited to extend had to agree to do
so. But this is not what the exclusionary provision, forming part of
the legislative framework
of application to the tenders, stipulates.
Rather, as I have explained, the exclusionary provision, permits the
Department to extend
the bid validity period to consider the bids of
those who have agreed to extend their bids and may exclude those bids
from further
consideration where a bidder either declines to extend
its bid or fails to respond to the Department’s invitation to
do so.
[16]
For these reasons, the disqualification challenge must fail and I
find that the bid validity
period was lawfully extended.
Was
Aventino unlawfully excluded?
[17]
I consider next whether Aventino’s bids for the tenders were
unlawfully excluded
from consideration by the Department. The
Department’s Bid Adjudication Committee (BAC) recognised that
the BEC had ranked
Aventino in first position. However, the BEC
flagged for the consideration of the BAC that Aventino Group CC
(Aventino CC) was
investigated by the Special Investigating Unit
(SIU) in respect of a project in Limpopo. The SIU is an independent
statutory body
that investigates serious allegations of corruption in
terms of the Special Investigating Units and Special Tribunals Act 74
of
1996 (the SIU Act). The SIU found that there were irregularities
in the awarding of the contract to Aventino CC and recommended
that
Aventino CC be listed on the Treasury database for restricted
suppliers. It does not appear to be in issue in this appeal
that
Aventino CC is not distinguishable from Aventino, the JV that bid for
the tenders. The findings of the SIU included misrepresentations
made
by Aventino to procure the contract. In Tribunal proceedings taken
against Aventino in terms of the SIU Act, Aventino agreed
to a
settlement, and the Tribunal made an order setting aside the contract
on the basis that it was unlawful and void as a result
of the
misrepresentations made by Aventino. Aventino also agreed to
repay the monies earned by it under the contract.
The BAC
considered these matters. Aventino was also given an opportunity to
make representations to the Department concerning the
SIU findings
and the settlement before the Tribunal. The BAC took account of these
representations. Ultimately, the BAC decided
that it should not
recommend Aventino.
[18]
The Department followed this recommendation, and did not award the
tenders to Aventino.
It did so, not on the merits of Aventino’s
bids, but because it was implicated in wrongdoing in the Limpopo
housing tender.
Aventino is thus correct to submit that it was, in
this sense, excluded from consideration, without regard to the merits
of its
bids.
[19]
Of the reasons that led the Department to exclude Aventino, Aventino
contends the following.
First, although Aventino was listed on the
Treasury list of restricted suppliers on 20 September 2022, at the
time that the BAC
made its recommendation on 15 and 16 September
2022, the listing had not yet occurred. Furthermore, the second
appellant, All Afrika
Group (Pty) Ltd, brought an urgent review to
have the listing removed. Treasury agreed to do so, as its letter
makes plain, for
procedural reasons. I shall refer to this as the
listings argument. Second, Aventino explained in its supplementary
founding affidavit
that it had entered into a settlement agreement
with the SIU in the proceedings before the Tribunal, but did so
without any acknowledgement
that it had made fraudulent or wilful
misrepresentations. Therefore, Aventino advanced a number of grounds
of review, in essence,
claiming that its exclusion was based upon
irrelevant considerations and the Department was obliged to award the
tenders to Aventino
as the first ranked bidder.
[20]
These contentions cannot prevail. The SIU placed evidence before the
Tribunal of serious
misrepresentations that Aventino had made to
secure the Limpopo tender. In essence, Aventino had claimed in its
tender to have
assembled a professional team to carry out the works,
when in truth, the members of that team had no knowledge that this
was so.
Aventino advanced various explanations for its conduct in an
affidavit that served before the Tribunal. The ultimate settlement
of
the case before the Tribunal, on the basis that the contract was set
aside and full restitution was ordered, does not however
vindicate
Aventino.
[21]
The evidence against Aventino of misrepresentations to secure a
tender is serious, and
troubling. The terms of the order made by the
Tribunal reflect that Aventino made misrepresentations that rendered
the contract
unlawful. That the Tribunal, by reason of Aventino’s
willingness to have an adverse order made against it, did not further
determine Aventino’s culpability does not mean that the
Department could not decide that the evidence marshalled by the SIU
sufficed to exclude Aventino. The misrepresentations made by Aventino
to secure the Limpopo tender are clear. They are founded
on evidence
placed before the BAC, not least the terms of the order made by the
Tribunal, acknowledged by Aventino, that make plain
Aventino’s
unlawful actions to secure a tender. The BAC was entitled to give
consideration to that evidence and conclude
from it that Aventino’s
past conduct rendered it ineligible to bid for the tenders. Aventino
advanced this aspect of its
review on the premise that without a
finding of guilt by the Tribunal, Aventino cannot be excluded from
consideration. But that
is not so. Once the evidence implicated
Aventino in making material misrepresentations to secure a tender,
absent clear exculpatory
evidence to the contrary, or vindication by
way of an authoritative court decision, the BAC’s
recommendation was entirely
reasonable.
[22]
Aventino can fare no better in its reliance upon the listings
argument. The BAC did not
rely upon Aventino’s listing by the
Treasury, but rather that there were well-founded efforts to secure
that listing. These
arose from the serious malfeasance that
implicated Aventino in the Limpopo tender. And, as it turned out, the
Treasury did list
Aventino. That the Treasury then removed Aventino
from the list was not based on any acknowledgement that the listing
was not substantively
warranted, but rather that the process had been
procedurally flawed. In sum, the BAC was justified to consider the
prospective
listing of Aventino as a relevant matter to consider and
one that conduced to its exclusion.
[23]
For these reasons Aventino’s bids were lawfully excluded from
consideration by the
Department.
Conclusion
[24]
It follows that, since the disqualification challenge must fail and
there is no basis to
review the decision of the Department to exclude
Aventino’s bids from consideration, the appeal fails. The costs
must, in
the usual way, follow this outcome.
[25]
In the result:
The
appeal is dismissed with costs, including the costs of two counsel,
where so employed.
D
N UNTERHALTER
JUDGE
OF APPEAL
Appearances
For the appellant:
A P J Els SC with A
A Basson
Instructed by:
Thomas Swanepoel
Inc., Tzaneen
Symington De Kok
Inc., Bloemfontein
For the first
respondent:
J A Motepe SC with
T A Modisenyane
Instructed by:
Malatji & Co
Attorneys, Johannesburg
Webbers Attorneys,
Bloemfontein
For the second
respondent:
J J Buys
Instructed by:
York Attorneys,
Bloemfontein
For the third
respondent:
R Bhima
Instructed by:
Pagel Schulenburg
Inc., Johannesburg
Hill,
McHardy & Herbst Attorneys, Bloemfontein.
[1]
Joubert
Gulpin Searle Inc & Others v Road Accident Fund & Others
[2014]
ZAECPEHC 19;
[2014] 2 All SA 604
(ECP);
2014
(4) SA 148
(ECP) paras 73 and 74.
[2]
Telkom
SA Limited v Merid Trading (Pty) Ltd and Others
[2011]
ZAGPPHC 1;
[2011]
JOL 26617 (GNP).
[3]
City of
Ekurhuleni Metropolitan Municipality v Takubiza Trading &
Projects CC and Others
[2022] ZASCA 82
;
2023 (1) SA 44
(SCA)
para
13.
sino noindex
make_database footer start
Similar Cases
MEC for the Department of Public Works and Others v Ikamva Architects CC and Others (867/2022) [2024] ZASCA 95 (13 June 2024)
[2024] ZASCA 95Supreme Court of Appeal of South Africa98% similar
MEC for Economic Development, Environment and Tourism: Limpopo v Leboho (87/2021) [2022] ZASCA 131; (2022) 43 ILJ 2695 (SCA); [2023] 1 BLLR 56 (SCA) (6 October 2022)
[2022] ZASCA 131Supreme Court of Appeal of South Africa97% similar
MEC: Free State Department of Police, Roads and Transport v Goldfields Logistics (Pty) Limited (540/2023) [2025] ZASCA 152; [2025] 4 All SA 524 (SCA) (16 October 2025)
[2025] ZASCA 152Supreme Court of Appeal of South Africa97% similar
MEC for Economic Development Gauteng and Another v Sibongile Vilakazi and Others (783/2023) [2024] ZASCA 126; [2024] 4 All SA 344 (SCA) (17 September 2024)
[2024] ZASCA 126Supreme Court of Appeal of South Africa97% similar
MEC for the Department of Public Works, Eastern Cape and Another v Ikamva Architects CC (544/2021) [2022] ZASCA 184; [2023] 1 All SA 579 (SCA); 2023 (2) SA 514 (SCA) (20 December 2022)
[2022] ZASCA 184Supreme Court of Appeal of South Africa97% similar