Case Law[2024] ZASCA 63South Africa
Eskom Holdings SOC Limited v Babcock Ntuthuko Engineering (137/2023, 156/2023 and 148/2023) [2024] ZASCA 63 (29 April 2024)
Supreme Court of Appeal of South Africa
29 April 2024
Headnotes
Summary: Constitutional Law – s 217 of the Constitution – Preferential Procurement Framework Act 3 of 2000 – procurement of goods and services ─ compliance with mandatory tender conditions ─ organ of state’s discretion to condone non-compliance where the condition is not material ─ whether actual or substantial compliance is applicable – whether splitting of tenders between various bidders lawful.
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
>>
2024
>>
[2024] ZASCA 63
|
Noteup
|
LawCite
sino index
## Eskom Holdings SOC Limited v Babcock Ntuthuko Engineering (137/2023, 156/2023 and 148/2023) [2024] ZASCA 63 (29 April 2024)
Eskom Holdings SOC Limited v Babcock Ntuthuko Engineering (137/2023, 156/2023 and 148/2023) [2024] ZASCA 63 (29 April 2024)
Download original files
PDF format
RTF format
Links to summary
PDF format
RTF format
make_database: source=/home/saflii//raw/ZASCA/Data/2024_63.html
sino date 29 April 2024
FLYNOTES:
ADMINISTRATIVE – Tender –
Splitting
of tender
–
Eskom
negotiated with Steinmuller and Actom to ensure that their prices
were market-related – Decision to split tender
between Actom
and Steinmüller was rational, lawful and based on objective
criteria stated in RFP – Babcock’s
disqualification
was lawful – Mandatory returnable mentioned in RFP
referred to ISO 3834 certificate – They
were required to
submit certificate before deadline –
Preferential
Procurement Policy Framework Act 5 of 2000
,
s 2(1)(f)
–
Constitution, s 217.
THE SUPREME COURT OF
APPEAL OF SOUTH AFRICA
### JUDGMENT
JUDGMENT
Reportable
Case
nos: 137/2023
156/2023
148/2023
In the matter between:
ESKOM HOLDINGS SOC
LIMITED
FIRST APPELLANT
ACTOM (PTY)
LTD
SECOND APPELLANT
STEINMÜLLER
AFRICA (PTY) LTD
THIRD APPELLANT
and
BABCOCK NTUTHUKO
ENGINEERING (PTY) LTD
RESPONDENT
Neutral
citation:
Eskom
Holdings SOC Limited v Babcock Ntuthuko Engineering
(137/2023,
156/2023 and 148/2023)
[2024] ZASCA 63
(29 April 2024)
Coram:
MBATHA, MABINDLA-BOQWANA and WEINER JJA, SMITH and
MBHELE AJJA
Heard:
25 March 2024
Delivered:
This judgment was handed down electronically by circulation to the
parties’
representatives by email, publication on the Supreme
Court of Appeal website and release to SAFLII. The date and time for
hand-down
of the judgment is deemed to be 11h00 on 29 April 2024.
Summary:
Constitutional
Law – s 217 of the Constitution – Preferential
Procurement Framework Act 3 of 2000 – procurement
of goods and
services ─ compliance with mandatory tender conditions ─
organ of state’s discretion to condone
non-compliance where the
condition is not material ─ whether actual or substantial
compliance is applicable – whether
splitting of tenders between
various bidders lawful.
ORDER
On
appeal from:
North Gauteng Division of
the High Court, Pretoria (Millar J sitting as court of first
instance):
1.
The appeal is upheld with costs, including the
costs of two counsel, where so employed.
2.
The order of the high court is set aside and
substituted with the following:
‘
(a)
The application is dismissed.
(b) The applicant is
ordered to pay the respondents’ costs of the application
including the costs of two counsel, where so
employed.’
JUDGMENT
Smith AJA (Mbatha,
Mabindla-Boqwana and Weiner JJA and Mbhele AJA concurring):
Introduction
[1]
On 6 August 2018, the first appellant, Eskom Holdings Soc Limited
(Eskom), published
a Request for Proposals (RFP) inviting tenders for
maintenance and outage repair services for boiler pressure parts and
high outage
repair services for pressure pipework, at fifteen of its
coal-fired power stations.
[2]
The respondent, Babcock Ntuthuko Engineering (Pty) Ltd (Babcock),
submitted its proposal
by the extended deadline, namely 24 October
2018, but was disqualified because it failed to submit a current ISO
3834 certificate
(the ISO certificate). That certificate is issued by
the relevant agency for a specified period and verifies that a
company has
the requisite resources, systems, and personnel to weld
to a required quality and standard. Item 3.2 of the RFP listed
‘Certification
to ISO 3834’ as a ‘mandatory
returnable for evaluation’ and specified that failure to comply
with that condition
would result in disqualification at the tender
evaluation stage.
[3]
On 7 October 2021, Eskom awarded the tender jointly to the second and
third appellants,
Actom (Pty) Ltd (Actom) and Steinmüller Africa
(Pty) Ltd) (Steinmüller), respectively. Actom was appointed to
render
maintenance and outage services at seven of the fifteen power
stations and Steinmüller at eight.
[4]
Aggrieved by its disqualification, Babcock launched an application in
the North Gauteng
High Court, Pretoria, seeking to review and set
aside the tender awards. Babcock contended that the decisions to
disqualify it
at the evaluation stage and to split the tender award
between Actom and Steinmüller were irrational, unlawful, and
invalid.
[5]
On 17 November 2022, the high court (per Millar J) delivered its
judgment upholding
Babcock’s contentions in respect of its
disqualification. It found that Babcock’s interpretation of the
tender condition
was to be preferred, namely that, the condition did
not require the submission of an ISO certificate but merely a
statement by
a bidder that it had been certified. The high court
found, additionally, that the requirement regarding the ISO
‘certification’
was ambiguous and Eskom was thus
obligated to allow disqualified bidders to comply by submitting the
certificate after the deadline.
Its failure to do so rendered
Babcock’s disqualification procedurally unfair in terms of s
6(2)(
e
) of the Promotion of Administrative Justice Act 3 of
2000 (PAJA).
[6]
The court consequently reviewed and set aside the tender awards. It
further declared
the contracts concluded pursuant thereto unlawful
and ordered Eskom to conduct a fresh tender process within stipulated
time frames.
The court, however, suspended the order declaring the
contracts entered into between Eskom, Actom and Steinmüller,
invalid,
subject to compliance with its directives regarding the
finalisation of the fresh tender process.
[7]
The appellants appeal against that judgment with the leave of the
high court. Although
they filed separate notices of appeal, Eskom and
Steinmuller rely substantially on the same grounds of appeal, while
Actom only
assailed the basis on which the high court made the costs
orders against it.
The facts
[8]
The following material facts are common cause. At the time of the
publication of the
RFP, Actom, Steinmüller, Babcock and other
service providers had been servicing boilers at Eskom’s power
stations for
extended periods, in some cases for more than 20 years.
Those contracts expired on 31 September 2017.
[9]
Eskom consequently undertook an open tender process (on National
Treasury’s
instructions), resulting in the publication of the
RFP in August 2018. It also drew up a strategy in terms of which it
decided
to award contracts to a minimum of three service providers in
order to mitigate the risk of entrusting the maintenance of all its
coal-fired power stations to one bidder. Those power stations
generate the bulk of the country’s electricity and Eskom could
accordingly not risk having ‘all its eggs in one basket’.
It therefore had to ensure that it had alternative options
in the
event of a service provider becoming incapacitated.
[10]
The RFP and related documents contained various stipulations
regarding Eskom’s intention
to award contracts to more than one
bidder. These were: (a) item 1.6 of the RFP which stipulates that
‘[t]he tender shall
be for the whole/parts of the contract’;
(b) item 1.6 of the Standard Tender Conditions which states that
Eskom ‘may
accept or reject any variation, deviation or
alternative tender and reserves the right to accept the whole or any
part of the tender’;
(c) the RFP provides that Eskom ‘reserves
the right to negotiate with preferred bidders after a competitive
bidding process
or price quotations; should the tendered prices not
be deemed market-related’; (d) in the addendum to the RFP,
issued prior
to the closing date, Eskom stated that it would allow
‘offers limited to few sites’, allowing bidders with
limited
capacity to submit tenders in respect of selected sites only;
and, in addition, (e) Eskom’s Supply Chain Management Policy
also makes provision for a tender to be awarded to multiple
suppliers.
[11]
It is also common cause that prospective bidders, including Babcock,
were aware of Eskom’s
intention to divide the contract between
several bidders. Apart from the fact that the power stations had
historically always been
serviced by at least three contractors,
Babcock, in its founding affidavit acknowledged that it was ‘always
anticipated,
because of the sheer volume of the work, that the scope
of services would be divided amongst at least three bidders’.
It
contended, however, that Eskom had failed to stipulate and apply
objective criteria as it was required to do in terms of s 2(1)(
f
)
of the Preferential Procurement Policy Framework Act 5 of 2000
(PPPFA). That section provides that ‘the contract must be
awarded to the tenderer who scores the highest points, unless
objective criteria in addition to those contemplated in paragraphs
(d)
and
(e)
justify the award to another tenderer’.
[12]
The RFP was equally unambiguous regarding the requirements in respect
of mandatory documents
or ‘mandatory returnables’ and the
portended fate of tenders that did not include them. The RFP
specified that the
ISO Certification was a ‘mandatory
returnable for evaluation’ and repeatedly cautioned bidders
that they would be disqualified
‘if mandatory returnables are
not submitted on or before the stipulated deadlines’. The
Standard Conditions of Tender
also specified that mandatory
returnables must be submitted by the stipulated deadline and that
failure to do so would render the
tender ‘non-responsive’.
And while allowing bidders to seek clarification regarding compulsory
requirements, the tender
conditions explicitly stated that the
‘mandatory tender returnables will not be requested and may not
be submitted after
tender submission deadline.’
[13]
The RFP also stated that a ‘clarification meeting’ with
Eskom representatives would
take place on 20 August 2018. At that
meeting, clarification was provided regarding what exactly was meant
by the term ‘Certification
to ISO 3834’ mentioned in item
3.2 of the RFP, particularly whether bidders were required to submit
a certificate or merely
confirm that they had been duly certified.
The minutes of the meeting show that bidders were told that they were
required to submit
an ISO 3834 certificate and were reminded that
‘[t]enderers who do not submit mandatory tender returnables as
at stipulated
deadlines will be disqualified’. A presentation
regarding mandatory requirements stated the following:
‘
For
mandatory requirements, the supplier needs to show:
No.2
–
Valid certificate of ISO 3834
If not submitted by
the tender submission deadline, the tenderer will be disqualified.’
It is common cause that
Babcock was present at the meeting.
[14]
Eskom’s Supply Chain Management Policy similarly requires
strict compliance with mandatory
requirements. It provides for the
disqualification of bids which do not include mandatory documents and
does not permit Eskom to
condone failure to comply with mandatory
requirements.
[15]
Babcock did not submit the ISO certificate by the stipulated closing
date for submissions of
tenders. It simply mentioned in its
submission that it had ISO certification. However, in its founding
affidavit, Babcock contended
that Eskom’s decision to
disqualify it constituted unfair administrative action because at the
material time Eskom had known
that it was in possession of a valid
ISO 3834 certificate and it had made the certificate available to
Eskom after having lodged
its bid after the deadline had passed.
After receipt of the rule 53 record, Babcock filed a supplementary
affidavit wherein it,
inter alia, alleged that the RFP did not
require bidders to submit a certificate but merely to ‘address
certification to
ISO 3834, in the same way as the previous item in
the list’. The latter was a reference to item 3.1 which
required bidders
to show a certain level of experience.
[16]
Having disqualified Babcock for failure to submit the ISO
certificate, Eskom proceeded to evaluate
the qualifying bids in
accordance with the stipulated specifications, in particular relating
to technical, financial and BEE requirements.
Three bidders passed a
physical assessment of their technical capabilities, namely
Steinmüller, Actom and Alstom Power Services
(Pty) Ltd (Alstom).
They were thereafter evaluated for price, and Steinmüller scored
the highest, namely 99 points, Alstom
was second with 58.18 points,
and Actom scored 28.61.
[17]
In August 2019, Eskom’s Cross Functional Team (CFT) responsible
for tender evaluations
sought a mandate from the Eskom board to
negotiate with the preferred bidders. The CFT proposed that the
contracts be split proportionally
between them in the following
ratios: eight power stations to Steinmüller; four to Actom and
two to Alstom.
[18]
The various Eskom committees involved in the tender process,
including the Investment Finance
Committee (IFC) were, however, not
satisfied that the criteria for the proposed allocations had been
clearly set out in the RFP.
They were also concerned about the
significant price differences between the various bids and the
financial soundness of some of
the bids. The IFC therefore
recommended to the board that the tender be cancelled.
[19]
The Eskom board, however, did not adopt the IFC’s
recommendations and instructed management
to proceed with the tender
process. It requested Eskom’s Assurance and Forensic Department
to review the process and submit
a report to it. It also requested
the legal department to submit an opinion and recommendations for its
consideration. Those entities
in turn procured opinions from
independent firms of attorneys and chartered accountants, which
recommended cancellation of the
tender. The Eskom board considered
those recommendations at its meeting on 24 February 2021. It
expressed its concern about the
long delay in finalising the tender
and the failure of management to implement the board resolution to
bring the tender process
to conclusion.
[20]
The CFT thereafter negotiated with the two remaining bidders (Alstom
had by that time withdrawn
its bid), hoping to persuade them to
reduce prices that were not market related. Since Steinmüller’s
pricing was already
accepted as being market related, that process
only yielded a reduction of Actom’s prices to within 2.2% of
Steinmüller’s
pricing. The CFT thereafter recommended that
eight power stations be awarded to Steinmüller and seven to
Actom.
[21]
The board approved those recommendations on 7 November 2021. However,
in what appears to have
been a ‘belt and braces approach’,
the board commissioned further probity reports. The first, aimed at
identifying
possible conflict of interests between Eskom officials
and the two recommended companies, confirmed that there were none.
The second
report, prepared by a firm of attorneys, advised against
cancellation of the tender and found no irregularities in the way the
contracts had been split. The Eskom board, accordingly, on 12
November 2021, instructed management to award the contracts to
Steinmüller
and Actom in the stated proportions.
Proceedings in the
high court
[22]
It seems that Babcock’s initial reaction upon realising that it
had failed to submit the
certificate was one of bewilderment. In its
founding affidavit it asserted that it had not been established for
certain that it
had failed to submit the certificate and that the
omission could only be confirmed once the rule 53 record came to
hand. It also
asserted that Eskom could easily have established
through an internet search or from the regulatory agency which issues
such certificates
whether it held such a certificate.
[23]
Babcock asserted, in the alternative, that Eskom was in any event in
possession of the ISO certificates
that it had previously submitted
and thus knew that Babcock had been duly certified. It contended that
despite its failure to comply
with that mandatory requirement, Eskom
was required to consider whether it had complied with the RFP
requirements ‘viewed
in the light of their purpose’.
According to Babcock, that purpose was ‘to ensure that a bidder
has the necessary qualifications
to perform welding services of the
sort required by Eskom’.
[24]
The high court found that the argument by Eskom that the terms
‘certificate’ and
‘certification’ are to be
read as synonyms and interchangeably was without merit. The court
reasoned that to do so
would be ‘redundant, irrational and out
of place with the formulation of the RFP and its purpose’,
because other mandatory
returnables refer specifically to the
submission of a certificate. The high court thus upheld Babcock’s
interpretation of
item 3.2, namely, that bidders were not required to
submit a certificate but merely to state that they have ISO 3834
certification.
[25]
Babcock also contended that Eskom committed an irregularity by
awarding the tender to more than
one bidder without applying
objective criteria in terms of s 2(1)(
f
) of the PPPFA.
Although the high court found it unnecessary to decide this review
ground, it commented that it was not open to
Babcock ‘to engage
in a tender process well knowing the tender was going to be split,
and to then after its disqualification,
for other reasons, attempt to
review the award on this basis’.
Submissions on appeal
[26]
Before us, counsel for Eskom submitted that the RFP was unambiguous
in its directive that bidders
were required to submit an ISO 3834
certificate and that failure to comply would result in
disqualification from the evaluation
stage of the tender. Apart from
the fact that item 3.2 of the RFP, properly construed, required
bidders to file a certificate and
not merely to state that they had
ISO certification, further clarification was provided at the
subsequent tender clarification
meeting.
[27]
Counsel for Eskom further argued that the purpose of the condition
was to ensure that bidders
had the requisite skills and experience to
perform the highly specialised services required by Eskom and that
they are treated
fairly and equally. In the circumstances a mere
statement by a bidder that it had ISO certification could not
constitute either
actual or substantial compliance with the
conditions. The tender conditions did not allow Eskom any discretion
to condone non-compliance.
[28]
Regarding the splitting of the tenders, counsel argued that Eskom had
stated upfront that it
intended to award contracts to more than one
bidder. All the bidders, including Babcock, understood and accepted
that the contract
would be split between ‘at least three
bidders’ and that there were compelling reasons for that
strategy. The contracts
were awarded to Steinmüller and Actom on
a rational basis that accorded with the tender conditions and the
provisions of the
PPPFA.
[29]
Counsel for Steinmüller supported Eskom’s submissions and
argued that Babcock was
aware that the submission of an ISO 3834
certificate was a mandatory requirement. Babcock had only disputed
the need to submit
the certificate after receipt of the rule 53
record, which confirmed that it did not submit the certificate.
According to Steinmuller,
the certificate was manifestly crucial to
enable Eskom to assess the disparate bidders’ welding
qualifications. Counsel also
argued that the splitting of the tender
was done properly in terms of s 2(1)(
f
) of the PPPFA since
Eskom had stipulated the applicable objective criteria upfront and
had duly applied them to the splitting of
the tender.
[30]
Counsel for Babcock, although defending the high court’s
finding in respect of its disqualification,
understandably did not
support the finding that item 3.2 of the RFP was ambiguous. He
submitted that the RFP, properly construed,
did not require Babcock
to submit a certificate but merely to confirm that it had
‘[c]ertification to ISO 3834’. Babcock’s
statement
in its tender documents that it is ‘certified in terms of ISO
3834 since 2013/2014’ therefore constituted
proper compliance
with the mandatory requirements of the RFP.
[31]
He argued that the drafters of the RFP used the terms ‘certificate’
and ‘certification’
in different contexts, and where
bidders were required to submit a certificate, it stated so in those
terms. In this regard, he
pointed to the fact that item 3 of the RFP
refers to two mandatory returnables for evaluation, namely, item 3.1,
which requires
a tenderer to have relevant experience and item 3.2,
which refers to the ISO certification. In his submission, item 3.1
manifestly
does not envisage the submission of a document but merely
requires confirmation that the tenderer has the relevant experience.
Thus, read as a whole, item 3 requires tenderers to demonstrate that
they have a particular level of experience, skills, or
qualifications,
rather than the provision of a particular document.
In addition, under the title ‘mandatory returnables for
quality’,
tenderers were required to submit ‘a valid ISO
Certificate of Quality Management System (QMS), by a recognised
national and/or
international accreditation certification company’.
This provision, counsel argued, constitutes further proof that the
RFP
meant different things when referring to a ‘certificate’
as opposed to ‘certification’.
[32]
Moreover, so he submitted, the purpose of item 3 of the RFP was to
ensure that tenderers had
the necessary level of skills and
qualification to perform the highly specialised services required by
Eskom. According to him,
Babcock had demonstrated that it had
complied with both requirements by submitting a letter stating that
it had the requisite experience
and that it had been certified in
terms of ISO 3834 since 2013/2014. In any event, Eskom could also
have called on Babcock to provide
further proof of certification,
even though it had known that Babcock was in possession of the ISO
certificate since it had provided
Eskom with such certificates in the
past, when it previously tendered for work.
[33]
Counsel for Babcock further argued that statements in Babcock’s
founding affidavit to the
effect that it had omitted the certificate
in error and references to attempts to cure the defect, do not take
the matter any further.
He argued that those statements do not
constitute admissible evidence of how the parties had construed the
term ‘certification’
since they were made by ‘a
non-lawyer’ and, at best for Eskom, constituted a non-binding
legal concession. And regarding
the clarification provided at the
‘tender clarification meeting’, he argued that the
argument was misplaced because
that meeting was not a
compulsory tender briefing meeting and Eskom was therefore not
entitled to amend the written requirements
stipulated in the RFP.
[34]
The appeal thus raises the following issues:
(a) Whether Babcock was
properly disqualified at the evaluation stage of the tender; and
(b) Whether the decision
to split the award between Actom and Steinmüller was lawful.
These issues must be
considered in the context of s 217 of the Constitution, which enjoins
organs of state to procure goods and
services in a transparent, fair,
equitable, competitive, and cost-effective manner, and in terms of
the principles underpinning
the PPPFA.
Was Babcock properly
disqualified?
[35]
In my view, the high court’s finding that item 3.2 of the RFP
was ambiguous is unsustainable.
At the tender clarification meeting,
bidders were informed in no uncertain terms that: (a) the mandatory
returnable mentioned in
item 3.2 of the RFP referred to an ‘ISO
3834 certificate’, (b) they were required to submit the
certificate before
the deadline; and (c) failure to do so would
result in disqualification from the evaluation phase. Whatever
misconceptions bidders
may have had regarding the meaning of the
phrase ‘Certification to ISO 3834’, had therefore been
firmly dispelled at
that meeting. Babcock attended the meeting and
could therefore not reasonably have been under the impression that a
mere statement
that it had ISO 3834 certification would constitute
compliance with that mandatory requirement.
[36]
To authenticate or corroborate that Babcock also understood that only
submission of the certificate
would suffice is evident from its
reaction to the letter from Eskom advising it about its failure to
include the certificate in
its tender documents. It stated in its
founding affidavit that ‘copies of its current ISO 3834
certificates may have been
excluded in error from the bid documents
to Eskom’ and repeatedly attempted to submit the certificate
after the tender closing
date. This reaction was hardly surprising
since it would have been difficult for Babcock to contend that item
3.2 of the RFP was
ambiguous in the light of the clarification
provided at the tender clarification meeting.
[37]
There can therefore be little doubt that item 3.2 required bidders to
submit an ISO 3834 certificate
and that a mere statement that they
had ‘ISO 3834 certification’ did not constitute
compliance with that condition.
The RFP and related documents clearly
stated that failure to comply with that condition would result in
disqualification from the
evaluation stage and that Eskom did not
have any discretion to condone non-compliance.
[38]
However, Babcock’s counsel had another string to his bow. He
raised an alternative argument
that, in deciding whether Babcock had
complied with the requirements of item 3.2, Eskom was obliged to have
regard to the purpose
of the requirement. For that submission, he
relied on the following dictum in
Allpay
Consolidated Investment Holdings (Pty) Ltd v Chief Executive Officer
of the South African Social Security Agency and Others
(
Allpay
):
[1]
‘
Assessing
the materiality of compliance with legal requirements in our
administrative law is, fortunately, an exercise unencumbered
by
excessive formality. It was not always so. Formal distinctions were
drawn between “mandatory” or “peremptory”
provisions on the one hand and “directory” ones on the
other, the former needing strict compliance on pain of non-validity,
and the latter only substantial compliance or even non-compliance.
That strict mechanical approach has been discarded. Although
a number
of factors need to be considered in this kind of enquiry, the central
element is to link the question of compliance to
the purpose of the
provision. In this Court O’Regan J succinctly put the question
in
ACDP
v Electoral Commission
as
being “whether what the applicant did constituted compliance
with the statutory provisions viewed in the light of their
purpose”.
This is not the same as asking whether compliance with the provisions
will lead to a different result.’
[2]
[39]
Counsel for Babcock submitted that if Eskom had adopted this
approach, as it was by law required
to do, it would have concluded
that Babcock had complied with the mandatory requirement since: (a)
the purpose of the requirement
was to ensure that bidders have the
necessary qualifications and skills to perform the complex welding
required by Eskom; (b) Babcock
in fact had those qualifications; (c)
Babcock had been performing services for Eskom under a previous
contract since 2018 and Eskom
had known that Babcock had been issued
with an ISO 3834 certificate; and (e) Babcock’s failure to
submit the certificate
did not cause Eskom any prejudice.
[40]
In
Allpay
, the RFP stipulated that bidders could submit
proposals in respect of one or more provinces, but that the bids for
each province
had to be submitted separately. The South African
Social Security Agency had reserved the right to disqualify any
bidder who failed
to submit all mandatory documents specified in the
RFP. One of the bidders, Cash Paymaster Services, submitted bids for
all nine
provinces but did not submit separate sets of documents in
respect of each province. In that regard the Constitutional Court was
required to consider whether the non-compliance was material since
the review ground was based on s 6(2)(
b
) of PAJA, namely ‘that
a mandatory and material procedure or condition prescribed by an
empowering condition was not complied
with’. In considering
whether the irregularity was material, the Court found that:
‘
What
one is left with is non-compliance with what the Request for
Proposals regarded as mandatory. This means that a mandatory
condition prescribed by an empowering provision was not complied
with, which is a ground for review under section 6(2)(
b
)
of PAJA. But the sub-section also requires that the non-compliance
must be of a material nature. The purpose of separate bids
for the
provinces was surely to enable SASSA to assess whether the bidder
would be able to provide the necessary services in each
of the
provinces for which it bid. This purpose was attained. The
irregularity was not material. No ground for review under PAJA
exists.’
[3]
[41]
In considering the contentions advanced on behalf of Babcock it will
be instructive at this stage to
reflect on the approach adopted by
this Court regarding the condonation of non-compliance with
peremptory tender requirements.
In
Millennium
Waste Management (Pty) Ltd. v Chairperson of the Tender Board:
Limpopo Province and Others
[4]
,
the applicant’s bid was disqualified because it had failed to
sign a compulsory declaration of interest form. Having found
that the
applicable regulation empowered the tender board to accept tenders
even if they fail to comply with tender requirements,
this Court held
that condonation of the applicant’s failure to sign ‘would
have served the public interest as it would
have facilitated
competition among the tenderers.’ The Court found further that
by condoning the failure ‘the tender
committee would have
promoted the values of fairness, competitiveness and
cost-effectiveness which are listed in s 217 of the Constitution’
because the applicant’s price was significantly cheaper than
that of the successful tenderer. A factor that also appears
to have
weighed heavily with the court was the fact that the applicant had
duly completed the declaration form and had initialled
both pages but
had ‘innocently’ omitted to sign the document. The
non-compliance was therefore not material, and having
regard to the
purpose of the document, the Court found that the tender committee
acted unreasonably in disqualifying the applicant.
[42]
In
WDR
Earthmoving Enterprises and Another v Joe Gqabi District Municipality
and Others
[5]
this Court was required to consider whether failure to furnish the
requisite audited annual financial statements constituted a
material
deviation from the requirements of the Tender Data and Standard
Conditions of Tender. Tenderers were required to submit
annual
financial statements for the last three years and the applicant had
filed only two sets of financial statements and an interim
account.
The court found that in terms of a peremptory tender provision, a
failure by the tenderer to submit any one of the compulsory
documents
would result in the tender offer being regarded as non-responsive.
The Court distinguished
Allpay
on the
following basis:
‘
In
addition, the dictum in
Allpay
at para 28, that in
determining whether a ground of review exists under the PAJA, the
materiality of any deviance from legal requirements
must be assessed
by linking the question of compliance to the purpose of the
provision, is distinguishable on the facts of this
case, where a
peremptory provision is in issue. In any event the purpose of the
provision is to provide independent audited verification
for three
years, in order to provide assurance as to the financial viability
and ability to perform the contract.’
[6]
[43]
Similarly, in
Overstrand
Municipality v Water and Sanitation Services South Africa (Pty)
Ltd
[7]
(
Overstrand
Municipality
)
this Court, in considering the issue of substantial compliance with a
mandatory tender requirement, cautioned that:
‘
One
should also guard against invalidating a tender that contains minor
deviations that do not materially alter or depart from the
characteristics, terms, conditions and other requirements set out in
tender documents. In the present case the non-compliance is
not of a
trivial or minor nature. The tender by Veolia was not an ‘acceptable’
one in terms of the Procurement Act,
in that it did not ‘in all
respects’ comply with the specifications and conditions set out
in the RFP. Thus, the challenge
in terms of s 6(2)
(b)
of
PAJA, namely that a “mandatory and material procedure or
condition prescribed by an empowering provision, was not complied
with”.’
[8]
[44]
The materiality of Babcock’s non-compliance with the compulsory
tender requirements thus ‘depends
on the extent to which the
purpose of the requirements is attained.’
[9]
It is necessary, however, to stress that this dictum should not be
construed as in any manner detracting from the fundamental importance
of holding bidders to peremptory and material tender conditions in
order to achieve the constitutionally enjoined ideal of fair,
equitable, transparent, competitive and cost-effective public
procurement. On the contrary, the Constitutional Court cautioned
that
‘deviations from fair process may themselves all too often be
symptoms of corruption or malfeasance in the process’
and said
that the purpose of insistence on compliance with prescribed
formalities is threefold, namely:
‘
(a)
it ensures fairness to participants in the bid process; enhances the
likelihood efficiency and optimality in the outcome; and
serves as a
guardian against a process skewed by corrupt influences.’
[10]
[45]
In my view, the facts of this matter are distinguishable from those
in
Allpay
and Millenium Waste
.
In
Allpay
,
the disqualified bidder had submitted tenders in respect of all the
provinces but had merely omitted to file them separately,
as was
required in terms of the compulsory tender conditions. And in
Millenium
Waste
the
aggrieved tenderer had duly completed and initialled the compulsory
declaration of interest form but had inadvertently omitted
to sign
it. Those instances of non-compliance were thus manifestly of the
‘trivial or minor’ kind referred to in
Overstrand
Municipality
and
they were understandably declared to be so. In contradistinction, the
mandatory returnables specified in item 3 of the RFP,
namely, proof
of the relevant experience and submission of an ISO 3834 certificate,
were manifestly material and probably two of
the most important
tender conditions. As mentioned, the ISO certificate was required to
satisfy Eskom that a bidder had the necessary
resources and skills to
provide welding services to the required standard. It is also common
cause that an ISO certificate is only
valid for a specified period.
It was thus crucial that Eskom had to be furnished with a valid and
current certificate, instead
of a mere statement by a bidder that it
had ISO 3834 certification. This requirement was pertinently and
repeatedly stated to be
mandatory and bidders were warned that
non-compliance would result in disqualification. The condition was
also intended to ensure
consistency and fairness in the evaluation
and award of tenders. Compliance with the tender conditions was
legally required and
could not simply be disregarded at whim.
[11]
[46]
In addition, it is common cause that at least two other bidders were
disqualified because they also
failed to submit ISO 3834
certificates. Babcock contends that it should have been treated
differently because it was an incumbent
contractor and had previously
submitted ISO 3834 certificates to Eskom. Such an approach
would have resulted in unfair treatment
of bidders and there can be
little doubt that it would not withstand judicial scrutiny.
[47]
In conclusion then, I find that: (a) the RFP required bidders to
submit an ISO 3834 certificate instead
of merely stating that they
had ISO 3834 certification; (b) this was a compulsory and material
term of the tender conditions; (c)
Eskom did not have a discretion to
condone non-compliance with the condition; and (e) having regard to
the purpose of the condition,
the mere statement by a bidder that it
had ISO 3834 certification did not constitute either actual or
substantial compliance with
the condition. It follows that Babcock’s
disqualification was lawful.
[48]
Then what remains for consideration is the issue relating to the
lawfulness of Eskom’s decision
to split the award between Actom
and Steinmüller. Counsel for the appellants correctly conceded
that the finding in their
favour regarding the lawfulness of
Babcock’s disqualification, did not preclude the latter from
raising the aforementioned
issue.
The
decision to split the tender award
[49]
Babcock contended that Eskom’s decision to split the tender was
irregular and inimical
to the provisions of s 2(1)(
f
) of the
PPPFA. According to Babcock, Eskom has made no attempt to show that
it had regard to objective criteria in deciding to
split the award
and had in fact not applied any objective criteria because, on its
interpretation, the section did not require
it to have regard to such
criteria.
[50]
Babcock argued further that Eskom’s assertion that it had split
the award ‘to mitigate
the risk of over-reliance on a single
tenderer’ means that it had regard to criteria which were not
stipulated in the RFP.
It was contended by Babcock that Eskom’s
concession in its answering affidavit that the RFP did not set out
principles applicable
to the allocation of contracts between
preferred bidders is thus fatal to its case.
[51]
Counsel for Eskom argued that, properly construed, s 2(1)(
f
)
of the PPPFA permits an organ of state to depart from the ordinary
rule that a tender should be awarded to the highest scoring
bidder,
and, in exceptional cases where objective criteria so dictate, award
the tender to another lower scoring bidder. In this
case Eskom’s
upfront strategy was to award the tender to more than one bidder in
order to mitigate the risk of entrusting
all its power stations to
one bidder. Eskom was thus entitled to award contracts to both Actom
and Steinmüller without invoking
objective criteria within the
meaning of s 2(1)(
f
). He submitted, in the alternative, that
even if Eskom’s strategy qualified as objective criteria, there
was no need to ‘brand’
it as such since it had been made
clear to bidders that the tender would be awarded to more than one
bidder and the criteria on
which that would be done were also
stipulated upfront.
[52]
Counsel for Steinmüller supported Eskom’s alternative
argument and submitted that
the rule 53 record clearly shows that
Eskom had stipulated objective criteria upfront and that the awards
to Actom and Steinmüller
were made in accordance with those
criteria. He submitted further that it is therefore unnecessary for
the Court to pronounce on
the disparate contentions regarding the
proper interpretation of s 2(1)(
f
) of the PPPFA because
Eskom’s decision to split the tender manifestly passes muster
on either construction.
[53]
In considering the soundness of Steinmüller’s submission,
I shall assume on behalf
of Babcock that s 2(1)(
f
) was
applicable in this instance. However, for reasons which I explain
below, Babcock does not come home on this score either.
As I have
demonstrated above, the RFP clearly stated that Eskom intended to
split the award between bidders. It is common cause
that all the
bidders, including Babcock, were aware of this strategy. It is also
not in dispute that there were compelling considerations
which caused
Eskom to adopt that strategy. Eskom was understandably concerned
about the dangers of limiting the award to one service
provider, with
the attendant risk if that service provider becomes incapacitated for
some reason. The fifteen power stations that
formed the subject of
the bidding process generate the bulk of the country’s
electricity and the justified objective was
therefore that Eskom
should be able to rely on an alternative service provider in such an
event.
[54]
The tender conditions provided the regulatory framework for the
achievement of that objective
in unambiguous terms. In this regard
item 3.19 of the RFP stipulated the following objective criteria:
‘
The
following objective criteria apply:
·
SHEQ [Safety, Health, Environment and Quality]
requirements
·
SD & L [Supplier Development and Localisation]
·
Financial Analysis
·
Please note:-
·
“
Eskom reserves the right to award the
tender to a supplier who may not be the highest scoring/highest
ranked tenderer, in line with
Section (2)(1)(f) of the PPPFA; subject
to the right to negotiate on the objective criteria with the three
highest ranked tenderers
respectively before award is made.
·
Tenders will not be disqualified if they do not
comply with the objective criteria
·
Functionality and any element of the B-BBEE
scorecard may not be used as objective criteria.’
[55]
The document prepared by Eskom’s Chief Procurement Officer and
titled ‘NEGOTIATION
STATEGY’, reflects that the tenders
were evaluated in accordance with the stated objective criteria.
Under the heading: ‘Stage
5: Objective Criteria’, the
following is stated:
‘
The
objective criteria applied consisted of (a) SHEQ, (b) Supplier
Development and Localisation (SD&L) and (c) Financial Analysis.’
[56]
The evaluation of the bids based on SHEQ, SD&L and financial
considerations, resulted in
the following findings: (a) Actom was the
only bidder who did not meet the SHEQ criteria and Eskom allowed it
an opportunity to
address the shortcomings; (b) a target of 240
candidates for skills development would be negotiated with both
Steinmüller
and Actom; and (c) both Steinmüller and Actom
were found to be financially sound for awards in the stated amounts
(actual
amounts were redacted).
[57]
Following that exercise, Eskom negotiated with Steinmüller and
Actom to ensure that their
prices were market-related. There was
nothing irregular about that process since the RFP clearly stated
that Eskom reserved the
right to negotiate with preferred bidders.
They were thereafter awarded contracts in the mentioned proportions.
[58]
Thus, even on Babcock’s construction of s 2(1)(
f
) of the
PPPFA, the decision to split the tender between Actom and Steinmüller
was rational, lawful, and based on objective
criteria stated in the
RFP, namely SHEQ, SD&L and financial considerations. The
contracts were therefore properly awarded in
compliance with the
provisions of s 217 of the Constitution and the principles
underpinning the PPPFA. This review ground must
therefore also fail.
In my view there is no reason why costs, both in the high court and
on appeal, should not follow the result.
Order
[59]
In the result I make the following order:
1.
The appeal is upheld with costs, including the
costs of two counsel, where so employed.
2.
The order of the high court is set aside and
substituted with the following:
‘
(a)
The application is dismissed.
(b) The applicant is
ordered to pay the respondents’ costs of the application
including the costs of two counsel, where so
employed.’
J
E SMITH
ACTING
JUDGE OF APPEAL
Appearances:
For the First
Appellant AE Franklin SC with P Smith
Instructed by
Cheadle Thompson & Haysom Inc, Johannesburg
McIntyre Van der Post,
Bloemfontein
For the Second
Appellant J Babamia SC with KD Iles
Instructed by Pinsent
Masons South Africa Inc, Johannesburg
Lovius Block,
Bloemfontein
For the Third Appellant
AC Botha SC with H Martin
Instructed by
Werksmans Attorneys, Johannesburg
Webbers Attorneys,
Bloemfontein.
For the Respondent
A Cockrell SC with A Friedman
Instructed by Bowman
Gilfillan, Pretoria
Honey Attorneys,
Bloemfontein.
[1]
Allpay
Consolidated Investment Holdings (Pty) Ltd v Chief Executive Officer
of the South African Social Security Agency and Others
[2013]
ZACC 42; 2014 (1) SA 604 (CC); 2014 (1) BCLR 1 (CC).
[2]
Ibid
para 30.
[3]
Ibid para 62.
[4]
Millennium
Waste Management (Pty) Ltd. v Chairperson of the Tender Board:
Limpopo Province and Others
(31/2007)
[2007] ZASCA 165
; [2007] SCA 165 (RSA); [2008] 2 All SA 145; 2008
(2) SA 481; 2008 (5) BCLR 508; 2008 (2) SA 481 (SCA).
[5]
WDR
Earthmoving Enterprises and Another v Joe Gqabi District
Municipality and Others
(392/2017)
[2018] ZASCA 72
(30 May 2018).
[6]
Ibid para 40.
[7]
Overstrand
Municipality v Water and Sanitation Services South Africa
(Pty)
Ltd [2018] ZASCA 50; [2018] 2 All SA 644 (SCA).
[8]
Ibid para 50.
[9]
Allpay
fn 4
supra para 22.
[10]
Ibid para 27.
[11]
See
Allpay
para 40, where the
Constitutional Court said that:
‘
Compliance
with the requirements for a valid tender process, issued in
accordance with the constitutional and legislative procurement
framework, is thus legally required. These requirements are
not merely internal prescripts that SASSA may disregard at
whim. To
hold otherwise would undermine the demands of equal treatment,
transparency and efficiency under the Constitution.’
sino noindex
make_database footer start
Similar Cases
Eskom Holdings SOC Limited v Letsemeng Local Municipality and Others (990/2020) [2022] ZASCA 26; [2022] 2 All SA 347 (SCA) (9 March 2022)
[2022] ZASCA 26Supreme Court of Appeal of South Africa98% similar
Eskom Holdings Soc Ltd and Another v Sonae Arauco (Pty) Ltd (1018/2023) [2024] ZASCA 177; 2025 (3) SA 78 (SCA) (18 December 2024)
[2024] ZASCA 177Supreme Court of Appeal of South Africa98% similar
Eskom Holdings Soc Ltd v Lekwa Ratepayers Association and Others; Eskom Holdings Soc Ltd v Vaal River Development Association (Pty) Ltd and Others (870/2020) [2022] ZASCA 10; [2022] 1 All SA 642 (SCA); 2022 (4) SA 78 (SCA) (21 January 2022)
[2022] ZASCA 10Supreme Court of Appeal of South Africa98% similar
Maano Water (Pty) Ltd v Eskom Holdings SOC Limited (383/24) [2025] ZASCA 87 (12 June 2025)
[2025] ZASCA 87Supreme Court of Appeal of South Africa98% similar
IGS Consulting Engineers & Another v Transnet Soc Limited (198/2020) [2022] ZASCA 63 (29 April 2022)
[2022] ZASCA 63Supreme Court of Appeal of South Africa97% similar