Case Law[2025] ZAGPJHC 385South Africa
Thru Rainbow (Pty) Limited v National Treasury and Others (2024/001253) [2025] ZAGPJHC 385 (14 April 2025)
High Court of South Africa (Gauteng Division, Johannesburg)
14 April 2025
Headnotes
Summary: Administrative law – review – review application based on the Promotion of Administrative Justice Act 3 of 2000 (PAJA) – public tender – administrative action constituted by inter alia the award of a tender by a Public Body – the applicant was an unsuccessful bidder – it contended that the tender process and the award of the tender were invalid and unlawful –
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: South Gauteng High Court, Johannesburg
South Africa: South Gauteng High Court, Johannesburg
You are here:
SAFLII
>>
Databases
>>
South Africa: South Gauteng High Court, Johannesburg
>>
2025
>>
[2025] ZAGPJHC 385
|
Noteup
|
LawCite
sino index
## Thru Rainbow (Pty) Limited v National Treasury and Others (2024/001253) [2025] ZAGPJHC 385 (14 April 2025)
Thru Rainbow (Pty) Limited v National Treasury and Others (2024/001253) [2025] ZAGPJHC 385 (14 April 2025)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAGPJHC/Data/2025_385.html
sino date 14 April 2025
FLYNOTES:
ADMINISTRATIVE
– Tender –
Award
–
Alleged
non-compliance with mandatory requirements – Collusion
allegations were speculative and lacked sufficient proof
–
Respondents adequately explained similarities in bid documents due
to common suppliers – Omission of a signature
on affidavit
did not invalidate bid – Substantive requirement of being a
Level 1 contributor was met – No material
breaches of tender
conditions – Process fair and transparent – Strike-out
application lacked merit – Application
dismissed.
REPUBLIC OF SOUTH
AFRICA
IN THE HIGH COURT OF
SOUTH AFRICA
GAUTENG DIVISION,
JOHANNESBURG
(1)
NOT
REPORTABLE
(2)
NOT
OF
INTREST TO OTHER JUDGES
Case
NO
:
2024-001253
DATE
:
14 April
2025
In the matter between:
THRU
RAINBOW (PTY) LIMITED
Applicant
and
NATIONAL
TREASURY
First Respondent
THE
MINISTER OF FINANCE N O
Second Respondent
ERESA
AFRICA (PTY) LTD
Third Respondent
ERESA
(PTY) LTD
Fourth Respondent
JOHANNES
FREDERIK
JANSE
VAN RENSBURG BRUMMER
Fifth Respondent
KIMBERLEY
DANIELLE ANANTHAN
Sixth Respondent
TORINET
(PTY) LTD
Seventh Respondent
ERNESTIA
BRUMMER
Eighth Respondent
RENIER
OCKERT SMIT
Ninth Respondent
REINHARDT
BODENSTEIN
Tenth Respondent
Neutral
Citation
:
Thru Rainbow v National Treasury
and Others (2024-001253)
[2025] ZAGPJHC ---
(14 April
2025)
Coram:
Adams J
Heard
:
6 and 7 March 2025
Delivered:
14 April 2025 – This judgment was handed down
electronically by circulation to the parties' representatives by
email, by being
uploaded to
CaseLines
and by release to
SAFLII. The date and time for hand-down is deemed to be 10:30 on
14 April 2025.
Summary:
Administrative law – review –
review application based on the Promotion of Administrative Justice
Act 3 of 2000 (PAJA)
– public tender – administrative
action constituted by
inter alia
the award of a tender by a Public Body – the
applicant was an unsuccessful bidder – it contended that the
tender process
and the award of the tender were invalid and unlawful
–
An administrative organ
or authority does not have the inherent power to condone
non-compliance with a peremptory requirement –
a tender which
did not comply with a mandatory requirement was not an acceptable
tender in terms of the Procurement Act –
the administrative
authority, not the court, decides what should be prerequisite for a
valid tender – an award that contains
minor deviations that do
not materially alter or depart from the conditions of a tender,
should not be invalidated – materiality
of a tenderer’s
non-compliance with the compulsory tender requirements depends on the
extent to which the purpose of the
requirements is attained –
in casu
non-compliance by tenderer found not to relate to
mandatory requirements –
Application dismissed.
ORDER
(1)
The third and sixth respondents’
interlocutory application dated 24 June 2024 to strike out certain
portions and certain paragraphs
of the applicant’s founding
affidavits, be and is hereby dismissed with costs.
(2)
The third and sixth respondents, jointly and
severally, the one paying the other to be absolved, shall pay the
applicant’s
costs of the said interlocutory application,
including the costs of two Counsel (where so employed) on scale ‘C’
of
the applicable tariff provided for in the Uniform Rules of Court.
(3)
The applicant’s judicial review application
is dismissed with costs.
(4)
The applicant shall pay the first to tenth
respondents’ costs of this opposed application, such costs to
include the costs
consequent upon the utilisation of two Counsel, one
being Senior Counsel (where so employed), on scale ‘C’ of
the applicable
tariff provided for in the Uniform Rules of Court.
JUDGMENT
Adams J:
[1]. In this
opposed application, which came before me as a Special Motion on 6
and 7 March 2025, the applicant (‘Thru
Rainbow’) applies
for an order
reviewing
and setting aside the award by the first respondent (‘National
Treasury’) to the third respondent (‘Eresa
Africa’)
and the seventh respondent (‘Torinet’) of tender number
TT4-2023, descriptively titled as a Bid for
‘The Supply and
Delivery of Emergency and Rescue Equipment to the State for a period
of 60 months’ (‘the Tender’).
Thru Rainbow also
applies for an order setting aside any agreement or agreements
concluded between Eresa Africa, Torinet and National
Treasury
pursuant to the aforesaid award of the tender, as well as for an
order that the tender be remitted to National Treasury
for the
recommencement of the tender process
de novo
, subject to the
proviso that Eresa Africa and Torinet are precluded from
participating in the
de novo
tender process.
[2].
By the time the bid closed on 25 January 2023, there were in total
fifty bidders, including Thru Rainbow, Eresa Africa
and Torinet.
The
decision to award the tender to Eresa Africa and Torinet was taken by
National Treasury on 8 September 2023. I interpose here
to mention
that what were in fact awarded to Eresa Africa and Torinet were
certain line items of the Tender. The Tender consisted
of
251 items that were awarded to a total of 23 suppliers. Of the 251
items, Torinet and Eresa Africa were awarded only the tender
relating
to the supply of sixteen items – the same sixteen items being
supplied by each one of them. These line items, as
I understand it,
relate specifically to vehicular emergency electric flashing response
lighting, such as those fitted to South
African Police Service and
other official emergency vehicles like ambulances and fire trucks.
[3].
The remaining respondents
are individuals and entities alleged to be related to Eresa Africa
and Torinet. Thru Rainbow is aggrieved
at not being awarded the bid
or that portion of the bid awarded to Eresa Africa and Torinet, hence
its application for the judicial
review of the decision by National
Treasury to award the tender to these two companies.
[4].
Thru Rainbow contends that
National Treasury’s decision to award the Tender to Eresa
Africa and Torinet was invalid, should
be reviewed and set aside
in terms of s 6 of the Promotion of Administrative Justice Act 3 of
2000 (‘PAJA’)
for
the following reasons.
First, Thru Rainbow contends
that Torinet and Eresa Africa failed to comply with the mandatory
requirements of the tender relating
to essential parts of it, and
thus, National Treasury acted irregularly in awarding the tender to
those bidders, it having no discretion
in the matter. Second, it is
the case of Thru Rainbow that Torinet and Eresa Africa have
collaborated and colluded in preparing
their applications, which were
patent and should have been detected by National Treasury who ought
to have ruled out those bidders
on that basis.
[5].
Therefore, in issue in this
judicial review application is whether valid grounds exist for the
review and the setting aside of the
decision by National Treasury to
award the tender in favour of Eresa Africa and Torinet.
And, if so, what just and
equitable remedy should be granted.
[6].
The issues in this matter are to be decided with reference to the
laws relating to public procurement and the notion
that public
procurement is not a mere showering of public largesse on commercial
enterprises. It is the acquisition of goods and
services for the
benefit of the public.
[7].
The procurement of goods and services by the state and other public
entities is subject to various legal constraints.
Section 217(1) of
the Constitution requires all organs of state, when they contract for
goods or services, to do so ‘in accordance
with a system which
is fair, equitable, transparent, competitive and cost effective’.
That is taken up in the Public Finance
Management Act 1 of 1999 (‘the
PFMA’), which provides in s 51(1)(a)(iii) that the accounting
authority of a public
entity (which includes National Treasury) ‘must
ensure that the public entity … has and maintains an
appropriate procurement
and provisioning system which is fair,
equitable, transparent, competitive and cost effective’. It has
also been held that
public procurement constitutes ‘administrative
action’ as contemplated by the PAJA and must comply with the
provisions
of that Act.
[8].
Section 217 of the Constitution, the Preferential Procurement Policy
Framework Act 5 of 2000 (‘the Procurement
Act’ or ‘the
PPPFA’) and the PFMA provide the constitutional and legislative
framework within which administrative
action may be taken in the
procurement process. The lens for judicial review of these actions,
as with other administrative action,
is found in PAJA. The central
focus of this enquiry is not whether the decision was correct, but
whether the process is reviewable
on the grounds set out in PAJA.
[9].
Section
217, the PPPFA and National Treasury’s procurement policies all
constitute the framework for National Treasury’s
procurement
process in issue. A National Government department’s
procurement policies are not just its internal prescripts.
They have
legal effect and must be complied with unless set aside in
proceedings for judicial review. As was held by the Constitutional
Court in
AllPay
Consolidated Investment Holdings (Pty) Ltd and others v Chief
Executive Officer of the South African Social Security Agency
and
others (Corruption Watch and another as amici curiae)
[1]
,
at para 40:
‘
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. Once a particular
administrative process is prescribed by law, it is subject to the
norms of procedural fairness codified in PAJA. Deviations from
the
procedure will be assessed in terms of those norms of procedural
fairness. That does not mean that administrators may never
depart
from the system put into place or that deviations will necessarily
result in procedural unfairness. But it does mean that,
where
administrators depart from procedures, the basis for doing so will
have to be reasonable and justifiable, and the process
of change must
be procedurally fair.’
[10].
National Treasury, as a
public entity listed in Schedule 2 of the PFMA, is subject to the
provisions of the PFMA, the National Treasury
Regulations,
Guidelines, Circulars and Instruction Notes that regulate the
procurement and contracting of goods and services. These
instruments
are issued under statute. They have legal effect unless and until set
aside in proceedings for judicial review. They
have not been set
aside. These are not proceedings to set them aside. This is the
inevitable consequence of the rule of law.
[11].
In
AllPay
the Constitutional Court emphasised that even
treatment of all bidders and complying with procedural formalities
ensures fairness
to participants in the bid process, enhances
efficiency, optimises the outcome and guards against corruption. The
court further
stated that to evaluate whether a deviance from legal
requirements is reviewable under PAJA, its materiality must be
assessed against
the purpose of the requirement and not whether
compliance, or allowing non-compliance with same in case, would lead
to a different
result. It reasoned that process change must be
procedurally fair, reasonable and justifiable and that irregularities
in process
that affect the outcome have the capacity to affect legal
rights.
[12].
The Supreme Court of Appeal has, in several cases emphasised that for
fairness tenders must be evaluated equally, tenderers
must be treated
equally and that a tender which is adjusted during the process
resulting in the bid that is accepted being different
from one that
was tendered initially, is unfair.
[13].
The Supreme Court of Appeal has also stated that ‘[f]air
administrative process depends on the circumstances of
each case and
in some cases, it is indeed fair to afford a tenderer an opportunity
to correct an obvious mistake, to ask for clarification
or further
details, provided that the process on the whole does not lose the
attribute of fairness or, in the local government
sphere, the
attributes of transparency, competitiveness and cost-effectiveness’.
[14].
In
Dr
JS Moroka Municipality v Betram (Pty) Limited
[2]
,
the SCA, relying on
Minister
of Environmental Affairs and Tourism v Pepper Bay Fishing (Pty) Ltd;
Minister of Environmental Affairs v Smith
[3]
,
re-iterated the general principle that an administrative organ or
authority does not have the inherent power to condone non-compliance
with a peremptory requirement. It reasoned that a tender which did
not comply with a mandatory requirement was not an acceptable
tender
in terms of the Procurement Act and its regulations and therefore did
not pass the threshold to qualify for consideration.
[15].
It is for the administrative authority not the court, so held
Betram
,
to decide what should be prerequisite for a valid tender and what the
consequences of failure to comply therewith should be. Importantly,
a
Court must guard against invalidating a tender, and by extension an
award, that contains minor deviations that do not materially
alter or
depart from the characteristics, terms and conditions and other
requirements set out in tender documents. The materiality
of a
tenderer’s non-compliance with the compulsory tender
requirements depends on the extent to which the purpose of the
requirements is attained.
[16].
With this legislative
framework in mind, I now turn to deal with the grounds of review
raised by the applicant. But before I do
that, it may be apposite at
this point to set out the facts in the matter in very broad strokes.
[17].
On 15 December 2022, National Treasury invited members of the public
to submit bids in the tender. The closing date for the
submission of
the bids was the 25 January 2023. Fifty bidders submitted their bids
before the closing date and time. According
to the bid document the
bids were to be evaluated in five phases namely: Phase 1 –
Prequalification; phase 2 – administrative
requirements; phase
3 – mandatory and other bid requirements; phase 4 –
technical specification; and phase 5 –
price and specific
goals.
[18].
On 18 January 2023 a compulsory briefing session was held with the
bidders. During the compulsory briefing session the
bidders raised
several questions which were addressed in an annexure to a letter
dated 19 January 2023. In the same letter the
closing date and time
for the bid was extended to 30 January 2023 at 11:00.
[19].
The bid was subject to Special Conditions of Contract for RT4-2023
(‘SCC’). Clause 6 of the special conditions
of contract
deals with evaluation criteria. Clause 6.2.1 of the special
conditions of contract provides that it is a condition
of the bid
that only bidders having BBBEE status level contributor 1 to 8 may
respond to the bid. It further provides that bidders
are required to
submit proof of BBBEE status level of contributor, that proof
includes valid BBBEE status level verification certificates
or
certified copies thereof or a sworn affidavit signed by the EME/QSE
representative and attested by a Commissioner of Oaths,
or BBBEE
affidavit issued by Companies and Intellectual Property Commission
(CIPC). The clause further provides that non-compliance
with the
requirements for prequalification will invalidate the bid.
[20].
The bid was also subject to the General Conditions of Contract, July
2010 (‘GCC’). Clause 34 of the GCC
provides for
prohibition of restrictive practices. In particular the clause
provides that an agreement between or consented practice
by firms or
a decision by association of firms is prohibited if it is between
parties in a horizontal relationship and if the bidders
are involved
in a collusive bidding or bid rigging. The clause further mandates a
purchaser, an organ of state, where there are
reasonable grounds or
evidence that bidders are involved in restrictive practice to refer
the matter for investigation by the Competition
Commission in terms
of the
Competition Act 89 of 1998
. The clause further provides that
if bidders are found guilty by the Competition Commission of
restrictive practice the purchaser,
the organ of state in this
regard, may in addition to any other remedy invalidate the bids on
the items affected and/or may terminate
the contract in whole or in
part and/or restrict the bidder or contractors concerned from
conducting business with the public sector
for a period not exceeding
ten (10) years and/or claim damages from the bidder or contractor
concerned.
[21].
This means that an organ of state, like the National Treasury, must
upon obtaining evidence or upon detecting a possible
fronting or bid
rigging refer the matter to the Competition Commission for
investigation and that it is only upon a finding made
by the
Competition Commission of the existence of such bid rigging or
fronting that the organ of state is entitled to act in terms
of the
General Conditions of Contract, clause 34. Otherwise, absent any
finding of guilt in this regard the organ of state may
not disqualify
a bidder nor may it restrict a bidder from obtaining business from
the government.
[22].
During the period between the 6 and 17 March 2023 the Bid Evaluation
Committee (‘the BEC’) of National Treasury
met to
evaluate the bids. Thru Rainbow was disqualified for the reason that
some of the samples submitted for evaluation were not
to
specification and there was no submission of samples for categories B
and C of the technical specifications. Its bid was found
to be
non-compliant in this regard.
[23].
The next BEC meeting was on 24 to 25 May 2023 to consider and
evaluate the bids that had passed the phase 4 evaluation.
On 22 June
2023 the BEC prepared a memorandum for the Bid Adjudication Committee
(‘the BAC’). The purpose of the memorandum
is described
as being to obtain approval from the BAC for the appointment of
suppliers for the supply and delivery of emergency
and rescue
equipment to the state for a period 1 August 2023 to 31 July 2028. In
the memorandum the BEC recommended the appointment
of twenty-three
bidders, including Torinet and Eresa Africa, identified as bidders
number 20 and number 8, respectively, for various
items of the bid.
On 20 July 2023 and again on 21 September 2023 the BAC considered the
recommendation made by the BEC and approved
the awards to the
recommended bidders.
[24].
That then brings me to the applicant’s review grounds and the
merits thereof.
[25].
The applicant firstly contends, based on a number of alleged
similarities between the bid documents of Eresa Africa
and Torinet
and certain assumptions made and inferences drawn, that there has
been collusion between these two entities and ‘bid-rigging’
by their collusion. Accordingly, so the contention on behalf of Thru
Rainbow goes, these companies should have been disqualified
from the
tender process on the basis of the provisions of the SCC, the GCC and
the
Competition Act.
[26
].
The fact of the foregoing alleged collusion and bid-rigging, so Thru
Rainbow argues, can and should be inferred from the
fact, for
example, that the compliance checklist in respect of the particulars
of the bid for both Eresa Africa and Torinet are
materially
similar, with verbatim references clearly apparent throughout.
Furthermore, both Torinet and Eresa Africa rely on the same supplier,
United Conscious (Pty) Limited (‘United Conscious’), for
the same
ManyWain
products, in order to serve the tender. This
is also reflected in the Distributor Certificates, Warranty
Certificates, Installation
Manuals and Test Reports, which are
materially the same in respect of both Torinet and Eresa Africa. Thru
Rainbow furthermore contends
that the ‘third party supplier’,
being United Conscious, was owned and controlled by the ninth
respondent (Mr Renier
Smit) and a Mr Charles Bodenstein, who are
the directors of Torinet, and who, together with the eighth
respondent (Ms Ernestia
Brummer) and the fifth respondent (Mr
Johannes Brummer), are all closely related family. It is also argued
by Thru Rainbow that
the collusive conduct and bid-rigging are
evidenced by the fact that the trading addresses of Eresa, Eresa
Africa and Torinet are
all located at the same physical address,
being Eland Avenue, Koedoespoort, Pretoria.
[27].
Importantly, Thru Rainbow attaches significant weight to the fact
that, according to them, the difference in price in
respect of every
single product between Torinet and Eresa Africa is equal to 2.7%,
with Torinet products being priced at 2.7% more
than that of Eresa
Africa. Moreover, the local content declaration for both parties were
signed on the exact same day, 25 January
2023, plus the fact that he
third-party undertaking from United Conscious are identical in their
wording and are both dated 23
January 2023.
[28].
Both Eresa Africa and Torinet deny collusion between them or that
they had made themselves guilty of bid-rigging. They
explain that
most of the similarities result from the fact that they both make use
of the same supplier to source the products
required to service the
contract pursuant to the award of the tender. These respondents deny,
in the strongest possible terms,
that their bid documents were
prepared together or in consultation with one another. The deponent
to the answering affidavit of
Eresa Africa, who is also the sixth
respondent (Ms Kimberley Ananthan), explains that she is the sole
director and sole shareholder
of Eresa Africa. She states that until
she saw the founding papers of Thru Rainbow in this application, she
was completely unaware
of the fact that Torinet was in fact also
sourcing its products from United Conscious.
[29].
The dispute between the parties in relation to alleged collusion and
bid-rigging is, in my view, a factual one. On the
one hand, Thru
Rainbow avers that it is apparent from the tender documents of both
Eresa Africa and Torinet that both bids submitted
are substantially
the same. This amounts to, so Thru Rainbow contends, collusive
tendering and to a breach of the declaration by
both Eresa Africa and
Torinet as contained in the SBD4 Declarations, in which the bidders
declared inter alia that: -
‘
3.3
The bidder has arrived at the accompanying bid independently from,
and without consultation, communication,
agreement or arrangement
with any competitor. However, communication between partners in a
joint venture or consortiums will not
be construed as collusive
bidding.
3.4
In addition, there have been no consultations, communications,
agreements or arrangements with any competitor
regarding the quality,
quantity, specifications, prices, including methods, factors or
formulas used to calculate prices, market
allocation, the intention
or decision to submit or not to submit the bid, bidding with the
intention not to win the bid and conditions
or delivery particulars
of the products or services to which this bids invitation relates.
3.5
The terms of the accompanying bid have not been, and will not be,
disclosed by the bidder, directly
or indirectly, to any competitor,
prior to the date and time of the official bid opening or of the
awarding of the contract.
… …
…
3.6
I am aware that, in addition and without prejudice to any other
remedy provided to combat any restrictive
practices related to bids
and contracts, bids that are suspicious will be reported to the
Competition Commission for investigation
and possible imposition of
administrative penalties in terms of
section 69
of the
Competition
Act No 89 of 1998
and or may be reported to the National Prosecuting
Authority (NPA) for criminal Investigation and or may be restricted
from conducting
business with the public sector for a period not
exceeding ten (10) years in terms of the
Prevention and Combating of
Corrupt Activities Act No 12 of 2004
or any other applicable
legislation,’
[30].
The answering affidavits
filed by Torinet and Eresa Africa do, in my view, adequately explain
the perceived similarities. Moreover,
in
the
context of this opposed application, which implies that the principle
in
Plascon
Evans
[4]
finds
application, it cannot be said that with any conviction that the
versions of the Eresa Africa and that of Torinet are so far-fetched
and untenable that this Court can reject it out of hand. Put another
way, the version of these respondents on the facts cannot
and should
not be rejected by this Court out of hand, as being patently
implausible and far-fetched.
[31].
If anything, the version of
Eresa Africa and that of Torinet should be accepted as being more
probable than that of Thru Rainbow.
As
submitted by Mr Harcourt SC, who appeared with Ms Maharaj on behalf
of Eresa Africa and Ms Ananthan,
there is no direct
evidence to support the assertion that there was collusion between
Eresa Africa and Torinet or price-fixing or
bid-rigging by these two
bidders. Both Torinet and Eresa Africa have the same wholesale
supplier, which necessarily means that
the wholesale costs would be
the same and the markup close. That is especially so in a keen and
experienced market where the competitive
pricing is not even an open
secret and freely available in the marketplace. What is more is that
the applicants’ allegations
of collaboration, collusion and
bid-rigging are nothing more than speculation supposedly based on
inferential reasoning.
[32].
Accordingly, I conclude that the ground of review based on collusion,
bid-rigging and/or price-fixing is without merit
and should fail.
[33].
The second ground of review relates to alleged ‘fronting’
by Eresa Africa, which, according to Thru Rainbow,
is a front for the
fourth respondent (‘Eresa’) based on the close similarity
of their names, the fact that they share
the same address according
to CIPC records and that Mr Johannes Brummer, a former director of
Eresa Africa, is now a director of
Eresa. This claim, which by all
accounts is totally unsubstantiated, is denied by Eresa Africa and on
the basis of the same reasoning
supra
relative to collusion
and bid-rigging, this factual dispute cannot possibly be decided in
favour of the applicant.
[34].
The simple point is that it cannot possibly be suggested that the
version of Eresa Africa is to be rejected out of hand
as
so
far-fetched and untenable. Moreover, as with the contentions in
relation to collusion and bid-rigging, the allegation of fronting
is
based on sheer speculation and fatally flawed inferential reasoning.
[35].
Therefore, the second ground of review should also be rejected.
[36].
The third ground of review relates to the Broad Based Black Economic
Empowerment (B-BBEE) status of Torinet. Thru Rainbow
placed in
dispute the B-BBEE Status of Torinet at Level 1, which entitled it to
100 B-BBEE points during the adjudication of its
bid.
[37].
The case on behalf of Thru Rainbow is that Torinet, in its bid
documents, has failed to comply with the requirements
relating to the
verification of its B BBEE status, which required of bidders to
either file a sworn affidavit indicating their
B-BBEE status level or
furnish a B-BBEE Certificate by South African National Accreditation
Society (‘SANAS’) accredited
certifier. In that regard,
the statement by Eresa, which purported to be a sworn affidavit in
compliance with the foregoing requirement,
was inadvertently not
signed on behalf of Torinet, although it was supposedly commissioned
by a Commissioner of Oaths. As for the
B BBEE Certificate, the
document furnished by Torinet in purported compliance with the said
requirement, was issued by a non-accredited
entity, although the
individual who signed the certificate is a member of a SANAS
accredited entity.
[38].
The effect of the foregoing, so the argument on behalf of Thru
Rainbow goes,
inter alia
per clause 6.2.4 of the SCC, is that
Torinet ought to have been excluded from this bid. Clause 6.2 of the
SCC provides as follows:
-
‘
6.2
Phase 1:
Pre-Qualification Evaluation Criteria
6.2.1
It
is a condition of this bid that only the bidders having a B-BBEE
status level contributor 1 to 8 may respond to this bid.
6.2.2 Bidders
are required to submit proof of B-BBEE status level of contributor.
Proof includes valid B-BBEE status
level verification certificates or
certified copies thereof or a sworn affidavit signed by the EME/QSE
representative and attested
by a Commissioner of Oaths, or BBBEE
affidavit issued by Companies and Intellectual Property Commission
(CIPC).
6.2.3 …
… …
6.2.4
Non-compliance with the requirement for pre-qualification will
invalidate the bid
.’ (Emphasis added).
[39].
Thru Rainbow interprets the foregoing clause as a ‘mandatory
tender condition’ requiring as part of the
bid documents either
a valid B-BBEE status level certificate or an affidavit by the
bidder. Non-compliance with this mandatory
condition, so the argument
on behalf of Thru Rainbow goes, would result in disqualification from
the bid. I do not agree with this
interpretation. In my view, the
mandatory pre-qualification condition provided for in the clause –
textually, contextually
and purposively interpreted – is the
requirement that the bidder must have a B-BBEE status level
contributor 1 to 8. The
submission of the B-BBEE status level
verification certificate and/or the sworn affidavit by the bidder is
not, in my view, a mandatory
pre-qualification condition. In that
regard, the use of the phrase ‘Proof
includes …’
is telling.
[40].
The factual position is that, at the relevant time, Torinet was a
Level 1 B BBEE contributor, as evidenced by the
Exempted Micro
Enterprise (EME) B BBEE certificate by an entity by the name of
Inspired Mentors, which is, by all accounts,
not SANAS accredited.
The fact, however, remains that Torinet, on the papers, is a Level 1
B-BBEE contributor. This is also confirmed
by the ‘sworn
statement’ by Mr Smit, who, by all accounts, had every
intention to sign same under oath before the Commissioner
of Oaths,
who in fact signed the statement on the understanding that same had
been signed by Mr Smit. The reason that he did not
sign was clearly,
indubitably and undisputably due to an inadvertent oversight on his
part. This means that Torinet complied with
the mandatory requirement
envisaged by clause 6.2 of the SCC. Moreover, National Treasury had
accepted the proof provided by Torinet
of its B-BBEE status level of
contributor.
[41].
I therefore conclude that the applicant’s third ground of
review lacks merit. It therefore follows that the concession
on
behalf of National Treasury to the contrary is, in my view,
misplaced. It is so, as contended by Torinet, that the failure to
provide a proper proof of B-BBEE status is in any event not fatal to
the award of the tender.
[42].
There is another reason why Thru Rainbow’s review ground based
on the alleged failure by Torinet to submit proof
of its B-BBEE
Contributor 1 level should be rejected. And that reason is to be
found in the
ratio decidendi
in Westinghouse Electric Belgium
SA v Eskom Holdings (SOC) Limited and Another
2016 (3) SA 1
(SCA), in
which the Supreme Court of Appeal (per Lewis JA) held as
follows: -
‘
[35]
Carelse J in the court a quo considered that the strategic
considerations –
“
were relevant
considerations for the selection of the successful bidder. None of
the six criteria applied can be said to be irrelevant
considerations.”
She held thus that the
BTC's decision was not arbitrary or capricious, and that the tender
process was procedurally fair. In this
regard she relied on
Lawrence
Baxter Administrative Law (Juta 1984)
at 446:
“
Administrative
action based on formal or procedural defects is not always invalid.
Technicality in the law is not an end in itself.
Legal validity is
concerned not with technical but also with substantial correctness.
Substance should not always be sacrificed
to form; in special
circumstances greater good might be achieved by overlooking technical
defects.”
That is doubtless still
good law. In
AllPay Consolidated Investment Holdings (Pty) Ltd and
Others v Chief Executive Officer, South African Social Security
Agency and
Others
2013 (4) SA 557
(SCA) ([2013] ZASCA 29) (AllPay
SCA) para 21 this court said:
“
There will be few
cases of any moment in which flaws in the process of public
procurement cannot be found, particularly where it
is scrutinised
intensely with the objective of doing so. But a fair process does not
demand perfection and not every flaw is fatal.”
It is, of course, only
immaterial flaws (termed “inconsequential” by that court)
that may be overlooked. The judgment
in AllPay SCA was reversed on
appeal to the Constitutional Court (the principles formulated by that
court are discussed below)
but, as I understand it, that principle
was not attacked.’
[43].
The point about this authority is simply that an immaterial technical
or formal defect in an administrative action does
not invalidate such
action. The missing signature on the ‘sworn statement’ by
Torinet is, in my view, nothing more
than a ‘formal or
procedural defect’ in the process leading up to the award of
the tender, which can and should be
overlooked in the interest of the
greater good. I therefore reiterate that this ground of review should
be dismissed.
[44].
The aforegoing reasoning apply equally to Thru Rainbow’s fourth
ground of review, that being that Torinet omitted
to comply with the
mandatory requirement that it was to submit an organogram. In short,
this clearly was not a mandatory requirement
and non-compliance could
not have disqualified Torinet.
[45].
There are further grounds of review such as that based on an alleged
material non-disclosure by Torinet in relation
to its shareholding,
as well as an alleged misrepresentation with respect to local
production of products to be supplied pursuant
to the award of the
tender and the subsequent conclusion of the supply agreement. There
is no merit in any of these grounds of
review. The simple point with
regard to local production of products is that, in the bid under
review, National Treasury did not
exercise the power / right to
consider and give preference points for locally produced goods. The
products were not part of the
designated sector. The goods did not
have to be locally produced and there was accordingly no basis to
disqualify the bidders based
on their statements in the bid.
[46].
Lastly, Thru Rainbow attacks the award of the tender to Torinet on
the basis of its alleged non-compliant tax status.
Torinet contends
that, whilst it is so that at the time of the adjudication of the bid
its tax affairs were not in order, it was
entitled as per a National
Treasury Instruction Note to remedy their status, which they
subsequently did. This ground of review
therefore falls to be
dismissed.
[47].
In all of the circumstances and for the reasons mentioned above,
National Treasury’s impugned decision to award
the tender to
Eresa Africa and to Torinet is not invalid and therefore cannot and
should not be declared to be constitutionally
invalid or set aside.
In the final analysis, the procurement process followed by National
Treasury and the subsequent award of
the tender to Eresa Africa and
Torinet were ‘in accordance with a system which is fair,
equitable, transparent, competitive
and cost effective’. It
therefore complied with the letter and the spirit of Section 217(1)
of the Constitution.
[48].
In light of these findings, it is not necessary to consider the
appropriate relief to be granted, based on what is ‘just
and
equitable’.
Third
and Sixth Respondents’ Application to Strike
[49].
There is one last issue which I need to deal with and that relates to
an interlocutory application by Eresa Africa and
Ms Ananthan to have
struck out – in terms of Uniform Rule of Court 6(15) –
certain portions and a number of paragraphs
of Thru Rainbow’s
founding and supplementary founding affidavits.
[50].
The said Rule 6(15) application to strike out certain allegations in
Thru Rainbow’s founding papers is based on
the grounds that
such allegations are ‘scandalous, vexatious or irrelevant (and
in particular being scandalous and irrelevant
where they are
hearsay)’. So, for example, Eresa Africa and Ms Ananthan apply
to have struck out the statement in paragraph
16 of the applicant’s
founding affidavit in which it is stated that ‘… the
applicant seeks to set aside the
decision of the first respondent to
award Tender No: RT4-2023 … to the
first respondent
’
on the grounds that such allegation is meaningless nonsense and
therefore both so scandalous and vexatious. This, as argued
by the
respondents, was clearly a typographical error and Thru Rainbow could
and should have regarded it as such. I agree with
that contention.
More often than not a common-sense approach to these types of issues
should trump an overly technical and unnecessarily
rigid formalistic
approach.
[51].
Other examples of allegations which Eresa Africa and Ms Ananthan
apply to have struck out are: (a) The following portion
of paragraph
17.1 of the founding affidavit: ‘Unlawful conduct on the part
of the successful tenderers, ...’ on the
grounds that such
allegation is simply vague and embarrassing; (b) Paragraph
18.2.5 on the grounds that it is irrelevant;
(c) Paragraph 18.2.6 on
the grounds that it is irrelevant; (d) Paragraph 18.2.7 on the
grounds that it is irrelevant to the present
application; (e)
Paragraph 18.2.8 on the grounds that it is irrelevant to the present
application; and (f) Paragraphs 18.2.9,18.2.10
& 18.2.11 on the
grounds that the allegations contained therein are irrelevant to the
present application.
[52].
I am of the view that the
said application should fail. It is ill-advised and should be
dismissed. The simple point is that most,
if not all of the
allegations which Eresa Africa and Ms Ananthan wish to have struck
out, are averments and conclusions disputed
by them. The foregoing
point is aptly demonstrated by para 25.2 of the founding affidavit,
which Eresa Africa and Ms Ananthan apply
to have struck out on the
grounds that the hearsay allegation that Mr Johannes Brummer, the
fifth respondent is married to Ms Ernestia
Brummer, the eighth
respondent when, as a matter of fact they are brother and sister and
not married. Similarly, they want para
26.1, which reads that ‘l
am personally aware of these relationships given that I operate in
the same industry that Eresa
operates in’, on the basis that it
is ‘no more than an assertion of hearsay and is vexatious in
particular when it
is factually wrong (and discourteous to say the
least)’.
[53].
This is the general tenet of
the application to strike out – if Eresa Africa and Ms Ananthan
dispute or disagree with an averment
in the founding affidavits of
Thru Rainbow, they seek to have same struck out. As I have already
indicated, there is no merit in
the said application. The respondents
do not make out a case to have those portions of the affidavits
struck out.
[54].
Rule 6(15) reads as follows:
-
‘
(15)
The court may on application order to be struck out from any
affidavit any matter which is scandalous, vexatious
or irrelevant,
with an appropriate order as to costs, including costs as between
attorney and client.
The
court may not grant the application unless it is satisfied that the
applicant will be prejudiced if the application is not granted
.’
(Emphasis added).
[55].
In
Helen
Suzman Foundation v President of the Republic of South Africa and
Others
[5]
,
the Constitutional Court held as follows at paras 27 and 28: -
‘
[27]
Is the additional evidence scandalous, vexatious or irrelevant? Two
requirements must be met before a striking-out
application can
succeed: (i) the matter sought to be struck out must be scandalous,
vexatious or irrelevant; and
(ii)
the court must be satisfied that if such a matter is not struck out
the party seeking such relief would be prejudiced
.
‘
[28]
“Scandalous” allegations are those which may
or may not be relevant but which are so worded as to
be abusive or
defamatory; a 'vexatious' matter refers to allegations which may or
may not be relevant but are so worded as to convey
an intention to
harass or annoy; and “irrelevant” allegations do not
apply to the matter at hand and do not contribute
one way or the
other to a decision of that matter. The test for determining
relevance is whether the evidence objected to is relevant
to an issue
in the litigation.’ (Emphasis added).
[56].
There is, on the basis of
this Constitutional Court authority, another reason why the third and
sixth respondents’ strike
out application should fail, that
being that the applicants have failed to demonstrate prejudice in the
event of the offending
paragraphs not being struck out.
[57].
Accordingly, the application
to strike out certain paragraphs falls to be dismissed with costs,
Costs
[58].
The
general rule in matters of costs is that the successful party should
be given his costs, and this rule should not be departed
from except
where there are good grounds for doing so, such as misconduct on the
part of the successful party or other exceptional
circumstances. See:
Myers
v Abramson
[6]
.
[59].
I can think of no reason why I should deviate from
this general rule. The applicant should therefore be ordered to pay
the costs
of the opposed application of all of the respondents.
Order
[60].
In the result, I make the following order:
(1)
The third and sixth respondents’
interlocutory application dated 24 June 2024 to strike out certain
portions and certain paragraphs
of the applicant’s founding
affidavits, be and is hereby dismissed with costs.
(2)
The third and sixth respondents, jointly and
severally, the one paying the other to be absolved, shall pay the
applicant’s
costs of the said interlocutory application,
including the costs of two Counsel (where so employed) on scale ‘C’
of
the applicable tariff provided for in the Uniform Rules of Court.
(3)
The applicant’s judicial review application
is dismissed with costs.
(4)
The applicant shall pay the first to tenth
respondents’ costs of this opposed application, such costs to
include the costs
consequent upon the utilisation of two Counsel, one
being Senior Counsel (where so employed), on scale ‘C’ of
the applicable
tariff provided for in the Uniform Rules of Court.
L R ADAMS
Judge of the High
Court
Gauteng Division,
Johannesburg
HEARD ON:
6 and 7 March 2025
JUDGMENT DATE:
14 April 2025 –
Judgment handed down electronically
FOR THE APPLICANT:
Y Alli, with S
Mohammed
INSTRUCTED BY:
Hajibey-Bhyat Mayet &
Stein Inc, Illovo, Sandton
FOR
THE FIRST AND SECOND RESPONDENTS:
Z
Z Matebese SC, with N Sibeko
INSTRUCTED
BY:
The
State Attorney, Pretoria
FOR
THE THIRD AND SIXTH RESPONDENTS:
A
W M Harcourt SC, with I Maharajh
INSTRUCTED
BY:
Shaun
Pillay Attorneys Incorporated, Durban
FOR THE FOURTH, FIFTH
AND EIGHTH RESPONDENTS:
H P West
INSTRUCTED BY:
W Duursema Attorneys,
Sunward Park, Boksburg
FOR
THE SEVENTH, NINTH AND TENTH RESPONDENTS:
H
P West
INSTRUCTED
BY:
Kruger
& Okes Attorneys, Nigel
[1]
AllPay
Consolidated Investment Holdings (Pty) Ltd and others v Chief
Executive Officer of the South African Social Security Agency
and
others (Corruption Watch and another as
amici
curiae
)
2014
(1) BCLR 1 (CC);
[2]
Dr JS Moroka
Municipality v Betram (Pty) Limited
2013
JDR 2728 (SCA).
[3]
Minister of
Environmental Affairs and Tourism v Pepper Bay Fishing (Pty) Ltd;
Minister of Environmental Affairs v Smith
2004
(1) SA 308
(SCA) at para 31.
[4]
Plascon-Evans
Paints (TVL) Ltd v Van Riebeeck Paints (Pty) Ltd
[1984]
ZASCA 51
;
[1984] 2 All SA 366
(A);
1984 (3) SA 623
;
1984 (3) SA 620
at
pp 634 and 635 held as follows: -
‘
It
is correct that, where in proceedings on notice of motion disputes
of fact have arisen on the affidavits, a final order, whether
it be
an interdict or some other form of relief, may be granted if those
facts averred in the applicant's affidavits which have
been admitted
by the respondent, together with the facts alleged by the
respondent, justify such an order. The power of the Court
to give
such final relief on the papers before it is, however, not confined
to such a situation. In certain instances the denial
by respondent
of a fact alleged by the applicant may not be such as to raise a
real, genuine or bona fide dispute of fact …
…
Moreover, there may be exceptions to this general rule, as, for
example, where the allegations or denials of the respondent
are so
far-fetched or clearly untenable that the Court is justified in
rejecting them merely on the papers ...’.
[5]
Helen
Suzman Foundation v President of the Republic of South Africa and
Others
2015
(2) SA 1
(CC).
[6]
Myers v
Abrahamson
1951(3)
SA 438 (C) at 455
sino noindex
make_database footer start
Similar Cases
Thru Rainbow (Pty) Limited v National Treasury and Others (Application for Leave to Appeal) (2024/001253) [2025] ZAGPJHC 1136 (11 November 2025)
[2025] ZAGPJHC 1136High Court of South Africa (Gauteng Division, Johannesburg)99% similar
S.R. v S.T.M. (2022/048303) [2025] ZAGPJHC 691 (15 July 2025)
[2025] ZAGPJHC 691High Court of South Africa (Gauteng Division, Johannesburg)99% similar
T.R.S.T v U.A.R and Others (019086/2023) [2025] ZAGPJHC 399 (14 April 2025)
[2025] ZAGPJHC 399High Court of South Africa (Gauteng Division, Johannesburg)99% similar
N.B v R.B (38752/2016) [2025] ZAGPJHC 523 (29 April 2025)
[2025] ZAGPJHC 523High Court of South Africa (Gauteng Division, Johannesburg)99% similar
L.R.J and Another v J.B.J (2024/024281) [2025] ZAGPJHC 16 (14 January 2025)
[2025] ZAGPJHC 16High Court of South Africa (Gauteng Division, Johannesburg)99% similar