Case Law[2024] ZAGPJHC 210South Africa
Waco Africa (Pty) Limited t/a SGB-CAPE v SOC Limited and Others (57981/2021) [2024] ZAGPJHC 210 (4 March 2024)
High Court of South Africa (Gauteng Division, Johannesburg)
2 September 2022
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
>>
2024
>>
[2024] ZAGPJHC 210
|
Noteup
|
LawCite
sino index
## Waco Africa (Pty) Limited t/a SGB-CAPE v SOC Limited and Others (57981/2021) [2024] ZAGPJHC 210 (4 March 2024)
Waco Africa (Pty) Limited t/a SGB-CAPE v SOC Limited and Others (57981/2021) [2024] ZAGPJHC 210 (4 March 2024)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAGPJHC/Data/2024_210.html
sino date 4 March 2024
REPUBLIC
OF SOUTH AFRICA
IN
THE HIGH COURT OF SOUTH AFRICA
GAUTENG
DIVISION, JOHANNESBURG
1.
REPORTABLE: NO
2.OF
INTEREST TO OTHER JUDGES: NO
APPEAL COURT CASE NO:
A2022-050014
CASE
NO.: 57981/2021
In
the matter between:
WACO
AFRICA (PTY) LIMITED t/a SGB-CAPE
Appellant
and
SOC
LIMITED
First
Respondent
KAEFER
THERMAL CONTRACTING SERVICES (PTY) LTD
Second
Respondent
ELECTROHEAT
ENERGY (PTY) LTD
Third
Respondent
RAMGULAM
INVESTMENTS CC TRADING AS
ORAM
INDUSTRIALS (PTY) LTD
Fourth
Respondent
RSC
INDUSTRIAL SERVICES (PTY) LTD
Fifth
Respondent
and
APPEAL
COURT CASE NO: A009029/2023
CASE
NO:2022/3047
In
the matter between:
SOUTHEY
CONTRACTING (PTY) LTD
Appellant
and
ESKOM
HOLDINGS SOC LTD
First
Respondent
ELECTROHEAT
ENERGY (PTY) LTD
Second
Respondent
KAEFER
THERMAL CONTRACTING SERVICES
(PTY)
LTD
Third
Respondent
RAMGULAM
INVESTMENTS CC TRADING AS
ORAM
INDUSTRIALS (PTY)
LTD
Fourth
Respondent
RSC
INDUSTRIAL SERVICES (PTY) LTD
Fifth
Respondent
JUDGMENT
This
judgment has been delivered by being uploaded to the CaseLines
profile and communicated to the parties by email.
Wepener
J et Yacoob J et Dosio J:
[1]
This is an appeal by two parties being Southey
Contracting (Pty) Limited (“Southey”) and Waco Africa
(Pty) Limited trading
as SGB (“SGB”) arising from two of
three applications, heard together, although not consolidated, by
three erstwhile
service providers to the respondent, Eskom SOC
Limited (“Eskom”), for the provision, supply erection and
dismantling
of scaffolding and removal and replacement of insulation
material at Eskom’s fifteen coal-fired power stations. The
court
a quo (Adams J) heard the matters together and issued a single
judgment dismissing all three applications. One of the applicants
in
the court
a quo
,
TMS Group Industrial Services Limited (“TMS”), takes no
further part in this matter.
[2] As unsuccessful
tenderers, the three applicants (in the court below) applied to
review the validity of Eskom's tender
process and the awarding of the
tender contracts to successful tenderers, being respondents in the
matter. The court a quo’s
judgment was delivered on 2 September
2022, and the two appellants were granted leave to appeal on 21
October 2022.
[3]
It is common cause that the procurement of the goods and services by
Eskom is subject to various legal prescripts such
as the Public
Finance Management Act
[1]
(“PFMA”); the Constitution;
[2]
the Promotion of Administrative Justice Act
[3]
(“PAJA”); the Preferential Procurement Policy Framework
Act
[4]
(“PPPFA”);
Public Finance Management (“PFMA”)
[5]
as well as the Construction Industry Development Board Act
[6]
(“CIDB”) and the regulations published thereunder.
[7]
[4] Eskom, being a
public entity listed in Schedule 2 of the PFMA, is also subject to
the provisions of the National Treasury
Regulations, guidelines,
circulars, and instruction notes that regulate the procurement of
services and goods. These instruments
have legal effect having been
issued under the provisions of the statute. Not all of the provisions
feature in this appeal.
[5]
In
Steenkamp
NO v Provincial Tender Board of the Eastern Cape
,
[8]
the Constitutional Court stated that tender processes require “strict
equal compliance by all competing tenderers, on the
closing day for
submission of tenders.”
[9]
[6]
The proper legal approach was set out in
Allpay
Consolidated Investment Holdings (Pty) Ltd and Others v Chief
Executive Officer, South African Social Security Agency and
Others
(Corruption Watch as Amicus Curiae) (“Allpay (1)”)
[10]
“
[22]
This judgment holds that:
(a) The
suggestion that “inconsequential irregularities” are of
no moment conflates the test for irregularities
and their import;
hence an assessment of the fairness and lawfulness of the procurement
process must be independent of the outcome
of the tender process.
(b) The
materiality of compliance with legal requirements depends on the
extent to which the purpose of the requirements
is attained.
(c) The
constitutional and legislative procurement framework entails supply
chain management prescripts that are legally
binding.
(d) The
fairness and lawfulness of the procurement process must be assessed
in terms of the provisions of the Promotion
of Administrative Justice
Act (PAJA).
(e) Black
economic empowerment generally requires substantive participation in
the management and running of any enterprise.
(f) The
remedy stage is where appropriate consideration must be given to the
public interest in the consequences of
setting the procurement
process aside.”
[7] When
considering the fairness and lawfulness of the administrative action
(independent from the result) the following
approach is to be
followed:
“
Once
the ground of review under PAJA has been established there is no room
for shying away from it. Section 172(2) (a) of
the Constitution
requires the decision to be declared unlawful. The consequences
of the declaration of unlawfulness must
then be dealt with in a just
and equitable order under Section 172(1) (b). Section 8 of PAJA
gives detailed legislative content
to the Constitution’s ‘just
and equitable’ remedy.” (footnotes omitted)
[11]
[8]
The Constitutional Court further considered
[12]
that
“
.
. . deviations from fair process may themselves all too often be
symptoms of corruption or malfeasance in the process. In
other
words, an unfair process may betoken a deliberately skewed process.
Hence insistence on compliance with process formalities
has a
threefold purpose: (a) it ensures fairness to participants in the bid
process; (b) it enhances the likelihood of efficiency
and optimality
in the outcome; and (c) it serves as a guardian against a process
skewed by corrupt influences.”
[9]
The procurement framework legality was set out by Froneman J in
Allpay
(1)
[13]
as
follows:
“
[31]
In
Steenkamp
Moseneke
DCJ stated:-
‘
Section
217 of the Constitution is the source of the powers and function of a
government tender board. It lays down that an organ
of State in any
of the three spheres of government, if authorised by law may contract
for goods and services on behalf of government.
However, the
tendering system it devises must be fair, equitable, transparent,
competitive, and cost-effective. This requirement
must be understood
together with the constitutional precepts on administrative justice
in s 33 and the basic values governing public
administration in
section 195(1).’” (footnotes omitted)
In
Millennium Waste
Management (Pty) Ltd. v Chairperson of the Tender Board: Limpopo
Province and Others the Supreme Court of Appeal
(per Jafta JA)
elaborated:
“
The
. . . Constitution lays down minimum requirements for a valid tender
process and contracts entered into following an award of
tender to a
successful tenderer (s 217). The section requires that the tender
process, preceding the conclusion of contracts for
the supply of
goods and services, must be ‘fair, equitable, transparent,
competitive and cost-effective’. Finally,
as the decision to
award a tender constitutes administrative action, it follows that the
provisions of [PAJA] apply to the process.”
(footnotes omitted)
[32] The starting point
for an evaluation of the proper approach to an assessment of the
constitutional validity of outcomes under
the state procurement
process is thus s 217 of the Constitution:
‘
(1)
When an organ of state in the national, provincial, or local sphere
of government, or any other institution identified in national
legislation, contracts for goods or services, it must do so in
accordance with a system which is fair, equitable, transparent,
competitive and cost-effective.
(2) Subsection (1) does
not prevent the organs of state or institutions referred to in that
subsection from implementing a procurement
policy providing for —
(a)
categories of preference in the allocation of contracts; and
(b) the
protection or advancement of persons, or categories of persons,
disadvantaged by unfair discrimination.
(3) National legislation
must prescribe a framework within which the policy referred to in
subsection (2) must be implemented.’”
[33] The national
legislation prescribing the framework within which procurement policy
must be implemented is the Preferential
Procurement Policy Framework
Act (Procurement Act). The Public Finance Management Act is also
relevant.
[34] An “acceptable
tender” under the Procurement Act is any “tender which,
in all respects, complies with the
specifications and conditions of
tender as set out in the tender document; . . .” The
Preferential Procurement Regulations
(Procurement Regulations) define
a tender as
“
a
written offer in a prescribed or stipulated form in response to an
invitation by an organ of state for the provision of services,
works
or goods, through price quotations, advertised competitive tendering
processes or proposals; . . . .”
[35] An organ of state
must indicate in the invitation to submit a tender —
(a) if that
tender will be evaluated on functionality;
(b) that the
evaluation criteria for measuring functionality are objective;
(c) the
evaluation criteria, weight of each criterion, applicable values and
minimum qualifying score for functionality;
(d) that no
tender will be regarded as an acceptable tender if it fails to
achieve the minimum qualifying score
for functionality as indicated
in the tender invitation; and
(e) that
tenders that have achieved the minimum qualification score for
functionality must be evaluated further in terms
of the applicable
prescribed point systems.
[36] The object of the
PFMA is to
“
secure
transparency, accountability and sound management of the revenue,
expenditure, assets and liabilities of the institutions”
to
which it applies, SASSA being one of them. Section 51(1)(a)(iii)
provides that an accounting authority for a public entity must
ensure
and maintain “an appropriate procurement and provisioning
system which is fair, equitable, transparent, competitive
and
cost-effective; ... .”
[37] The Treasury
Regulations issued pursuant to section 76 of the PFMA require the
development and implementation of an effective
and efficient supply
chain management system for the acquisition of goods and services
that must be fair, equitable, transparent,
competitive and
cost-effective. In the case of procurement through a bidding
process, the supply chain management system
must provide for the
adjudication of bids through a bid adjudication committee; the
establishment, composition and functioning
of bid specification,
evaluation and adjudication committees; the selection of bid
adjudication members; bidding procedures; and
the approval of bid
evaluation and/or adjudication committee recommendations. The
accounting officer or accounting authority
must ensure that the bid
documentation and the general conditions of contract are in
accordance with the instructions of the National
Treasury, and that
the bid documentation includes evaluation and adjudication criteria,
including criteria prescribed by the Procurement
Act and the
Broad-Based Black Economic Empowerment Act (Empowerment
Act).’”(footnotes omitted)
[10]
It is only after applying the proper principles that consideration to
a remedy, if applicable, should be given.
In this regard
Froneman J said in
Allpay
(1)
[14]
as
follows:
“
Once
a finding of invalidity under PAJA review grounds is made, the
affected decision or conduct must be declared unlawful and a
just and
equitable order must be made. It is at this stage that the possible
inevitability of a similar outcome, if the decision
is retaken, may
be one of the factors that will have to be considered. Any contract
that flows from the constitutional and statutory
procurement
framework is concluded not on the state entity's behalf, but on the
public's behalf. The interests of those most closely
associated with
the benefits of that contract must be given due weight.”
[11] If the
requirements are deviated from
“
.
. . the basis for doing so will have to be reasonable and
justifiable, and the process of change must be procedurally
fair.”
[15]
[12] It is common
cause that at all material times, both appellants were existing
suppliers of the same or similar goods and
services to Eskom at some
of each of the coal fired power stations. On 26 October 2020, Eskom
called for tenders for new contracts
for 15 power stations. The
process was designated Corp 5171. The closing date for tenders was 3
December 2020 and the tender validity
period was 52 weeks. The
approved budget value for the tender was approximately R4,5 billion.
[13]
For purposes of the tender Eskom divided the 15 power stations into
eight clusters, of which all but one cluster contained
two power
stations. An approved budget per cluster was contained in Eskom’s
procurement strategy. The latter strategy also
recorded that it aimed
at the reduction of costs and the realisation of savings through
payment of market related rates. The procurement
strategy embodied
the following features:
[16]
“
To
issue an open competitive tender to the market for a contract period
of four years commencing 1 July 2021 to 30 June 2025; the
works were
to be divided into eight clusters; the awarding of contracts would be
to a maximum of eight suppliers in possession
of the technical
capability and capacity to provide scaffolding and insulation
material and those who met Eskom parameters; to
negotiate market
related rates with the recommended suppliers; to impose the
requirement that all tenderers be in possession of
a CIDB Grade 8 SL
or higher; to mirror the contract terms and conditions present in the
historical term service contracts; and
highlighting that the works
would be repetitive and routine in nature for the purposes of
providing access to the plant and equipment
to perform maintenance
and repair work and to provide access to areas that require the
removal and reinstatement of insulation.”
[14] The invitation
to tender (ITT) that was issued incorporated Eskom’s standard
conditions of tender and included
the following provisions: the
tender validity period was fifty-two weeks from the date and time of
the tender; the evaluation criteria
were divided into five different
stages, namely (i) basic compliance, (ii) mandatory and
pre-qualification criteria including compliance
with the CIDB Level
8SL or higher grading, (iii) functionality criteria including site
inspection and tender evaluation, (iv) evaluation
of price and B-BBEE
preference points with prices to be scored out of 90 points and
B-BBEE out of 10 points in accordance with
the PPPFA, and (v)
contractual requirements, which included the Safety and Quality
requirements, financial statements and SD&L
that were to be
assessed after the evaluation and the ranking of the tenderers; the
allocation strategy inter alia reflected that
(i) the contracts would
be divided into eight different clusters, (ii) the allocation of
contracts would be based on the 90/10
Price Preference Scoring
methodology, (iii) tenderers could submit offers for all the clusters
or select the clusters they preferred,
even though a supplier would
only be awarded a contract for one cluster, (iv) in the event that a
tenderer scored the highest in
more than one cluster, the said
tenderer would be given an option to choose one cluster they
preferred and the remaining clusters
would be allocated to the next
ranked tenderer as per the 90/10 Price Preference Scoring
methodology, which methodology would be
applied to the remaining
clusters, (v) Eskom reserved its right to allocate more than one
cluster per supplier (limited to two
clusters) should the tenderers
refuse to accept mandated negotiation parameters, (vi) no supplier
would be allocated more than
two clusters, and (vii) the allocation
of the second cluster would be on the 90/10 Price Preference Scoring
methodology meaning
the highest ranked supplier would be allocated a
second cluster. The ITT also provided for Eskom’s reservation
of its right
to negotiate with preferred bidders after the
competitive bidding process or price quotations, should the tendered
prices not have
been deemed to be market related. The conditions of
contract would be those of the NEC 3 Term Service Contract. A
non-mandatory
clarification meeting was to take place on 4 November
2020.
[15] On 4 February
2021, Eskom received the bid submissions of the various bidders,
including the applicants, and the evaluations
commenced during
February 2021 and were concluded during May 2021. The analysis that
was conducted took into account the cheapest
Eskom rates and the
cheapest rates found in the bid submissions from all the suppliers,
for the purposes of arriving at a revised
Eskom estimate (the new
Eskom estimate). Twenty-three tenderers responded to the tender and
were evaluated in the four stages recorded
in both the Proposed
Allocation Strategy in the Procurement Strategy and the ITT. The
shortlisted bidders were ranked per cluster
according to price as
follows: (1) Kaefer scored the highest points on cluster 1 to 7.
Kaefer did not tender on cluster 8; (2)
RSC scored the third highest
points on cluster 8 and the second highest on clusters 1 to 7;(3)
Oram scored the third highest points
on clusters 1 to 7 and the
second highest on cluster 8; (4) Electro-Heat scored the fourth
highest points on clusters 1 to 7 and
the third highest on cluster 8;
(5) SGB-Cape scored the fifth highest points on clusters 1 to 7 and
the fourth highest on cluster
8; (6) Southey scored the sixth highest
points on clusters 1 to 7 and the fifth highest points on cluster 8;
and (7) TMS scored
the seventh highest points on clusters 1 to 7 and
the sixth highest on cluster 8.
[16] Eskom followed
the 90/10 Preference Scoring Methodology by first allocating to the
highest ranked tenderer and thereafter
to the tender ranked second,
third, fourth, fifth, sixth and seventh in that particular cluster.
In effect each of the successful
tenderers scored the highest points
in the clusters allocated, in light of the two-contract limitation
per tenderer once tenderers
already having contracts are excluded.
[17] Eskom
thereafter commenced negotiations, as per the reservation of their
rights in terms of the ITT, with all seven shortlisted
bidders using
the price ranking methodology as per the ITT and the approved
Procurement Strategy. The negotiations with the shortlisted
tenderers
took place in three rounds between 23 to 26 April 2021.
[18] Based on the
revised rates offered by the preferred bidders during the negotiation
process, the four highest scoring
bidders were Kaefer, RSC, Oram and
Electro-Heat (who were ranked first to fourth respectively), having
offered competitive prices
in line with Eskom’s cost saving
initiative. On the other hand, SGB-Cape, Southey and TMS were ranked
fifth, sixth and seventh
respectively as their prices were still
between 11% and 28% higher than the first ranked tenderer, resulting
in no further negotiation
rounds with them. The negotiated prices
were evaluated and signed off by Eskom’s Chief Advisor Quantity
Surveyor, who confirmed
that the prices offered were financially
acceptable offers in relation to the agreed tender price and
confirmed the recommendation
to award the contracts to the four
highest ranked tenderers.
[19] The effect of
the above recommendation was that Eskom would be awarding a maximum
of two clusters to the four successful
bidders, instead of one
cluster to seven bidders and one extra cluster to one successful
supplier, as initially envisioned in the
Procurement Strategy and
Invitation to Tender. The total savings achieved on the CORP 5171
contract, so Eskom alleges, is approximately
29% in comparison to
what Eskom was then paying for the same scope of work in terms of the
expired ENK contracts.
[20] On 30 November
2021, Eskom’s Board resolved that the contracts be awarded to
Kaefer, RSC, Oram and Electro-Heat
for a period of four years and
correspondence together with the NEC 3 Contracts were sent to the
successful bidders on or about
7 December 2021, notifying them of
their award.
[21] On 3 December
2021, Eskom informed the applicants that (a) their ENK Contracts
would terminate in terms of its full scope
of the works on 31
December 2021, (b) the demobilisation and handover would occur in
January 2022, (c) the applicants would be
permitted to complete
outage works that had not been completed by 31 December 2021, and (d)
they should provide Eskom with their
demobilisation plans.
[22] Between 13
December and 17 December 2021 Eskom entered into contracts with the
successful tenderers in the following
terms: (1) The contract was a
rates based contract; (2) The starting date of the contract was 1
January 2022 to 31 December 2025;
(3) The plan identified in the
Contract Data is stated in each Task Order; (4) The use of plant
equipment and materials is per
Task Order; (5) The Contractor
supplies, erects and dismantles scaffolding in accordance with each
detailed Task Order; (6) The
Employer instructs the Contractor when a
scaffold is required and by when it must be dismantled; and (7) The
Contractor makes the
provision for the supply of labour for the
erection, alteration and dismantling of scaffolding during outages,
maintenance and
project activities.
[23] On 17 December
2021, Eskom published a Regret Letter to the unsuccessful suppliers
on its Tender Bulletin and on the
CIDB website, informing all bidders
that it had decided to award the CORP 5171 Tender to the respective
successful bidders and
that they had been unsuccessful in their bids.
On 22 December 2021, Eskom wrote letters to the applicants informing
them that they
were not successful in their bids for the CORP 5171
Tender for the reasons, namely, that they had tendered exorbitant
prices when
compared to the lowest accepted rates and prices, and
their prices were thus not market-related and could not be awarded
the Tender
in terms of the 90/10 preference point system.
[24] Between
December 2021 and January 2022 the three unsuccessful tenderers,
including the two appellants, instituted three
separate urgent
applications seeking interim relief pending the finalisation of
review proceedings. In the review proceedings the
appellants sought
the review and setting aside of the award of the tenders to the four
parties mentioned before. By agreement between
the parties, the
urgent applications were not persisted with, and the Deputy Judge
President was approached for an expedited hearing
of the review
applications. The review applications were heard as indicated
aforesaid with the unsuccessful conclusion for all
three applicants.
[25] An issue that
was raised in the court below was an application by Eskom to strike
out certain paragraphs of Southey’s
replying affidavit. The
judgment of the court a quo does not mention the issue and it is
mentioned in the appeal papers only in
relation to costs and there is
no cross appeal regarding that matter. Having requested counsel to
address us on the issue, we are
the view that that the striking out
application does not warrant any further consideration or that any
special costs order is attributable
to it. That application was and
is, in our view, inconsequential in the greater scheme of things of
this matter and no order should
be made regarding the striking out
application.
[26] Despite
setting out a large number of grounds of appeal in its application
for leave to appeal, Southey has limited the
relief sought on appeal
in its heads and argument. SGB’s grounds of appeal, in addition
to broadly making common cause with
Southey, can be broadly placed in
two categories: the failure of the court to consider certain grounds
and, secondly, the errors
and misdirections of the court below in
those grounds it did consider.
[27] Some of the
grounds of appeal are common to both appellants and those will be
dealt with primarily as submitted by counsel
for Southey. A number of
the grounds that overlapped dealt with the validity and manner of
application of the cluster allocation
system.
[28] One of the
grounds of appeal addressed before us related to the complaint that
Eskom had failed to adhere to legal prescripts
and that the manner in
which the ITT was put together and advertised, was unlawful. Without
dealing with the specifics of the alleged
illegality, it is important
to note that a complaint was never raised at the time when the
appellants submitted their bids and
the appellants happily
participated in the bidding process in the manner in which Eskom had
set it out. We find that the complaint,
after the fact, that there
may not have been some or other strict compliance with any of the
prescripts, does not avail the appellants.
The complaint by the
appellants is, by and large, that the cluster allocation system
utilised by Eskom, regarding the clusters,
offended the rule of
legality. Eskom’s answer to this ground of review is that the
appellants are precluded from challenging
the criteria set out in the
invitation to tender, which it failed to challenge before it
submitted itself to the tender, which
on its version, it was aware
was irregular.
[29]
It is so that tender criteria can be challenged prior to the
evaluation of a tender, as it was done in
Airports
Company South Africa SOC Limited v Imperial Group Limited and
Others
[17]
where
the applicant successfully sought an order reviewing and setting
aside ACSA’s decision to issue and publish an RFB on
the basis
that it was unlawful, unreasonable, inconsistent with the
Constitution and invalid. In this regard the Supreme Court
of Appeal
held
[18]
as follows:
“
[16]
The correct starting point is to consider whether the issuance and
publication of the RFB constitutes an administrative action
that can
be challenged on review under PAJA. The definition of ‘administrative
action’ in s 1 of PAJA has seven components:
(a) there must be
a decision of an administrative nature; (b) by an organ of state or a
natural or juristic person; (c) exercising
a public power or
performing a public function; (d) in terms of any legislation
or empowering provision; (e) if that
decision adversely affects the
rights of any person; (f) or has a direct, external legal effect; and
(g) does not fall under any
of the exclusions listed in that section.
It is evident from the provisions of clause 5.1 and 5.3 of the RFB
that a bidder who
did not meet the prescribed pre-qualification
criteria would be automatically disqualified from the evaluation
process at stage
I. It is also evident that the RFB did not allow
ACSA to exercise any discretion in that regard. It is undisputed that
in the light
of the pre-qualification criteria set out in those
clauses of the RFB, the self-evident outcome of stage I of the
evaluation process
was that Imperial would be disqualified from
further evaluation. Imperial’s assertion that it could
not wait until
after ACSA had made a final award because it would,
upon its disqualification from the bid, have to vacate ACSA’s
premises,
was not refuted.
[\7]
. . .
[18]
Fortified by the authorities mentioned in the preceding paragraph, I
agree that the automatic disqualification
of Imperial at the first
hurdle of the evaluation process would have an external effect and
adversely affected Imperial’s
legal rights. Expecting Imperial
to wait until it was formally notified of the outcome before
resorting to judicial review in terms
of PAJA would indeed be
tantamount to putting form above substance. I am thus satisfied that,
on the facts of this case, the RFB
constituted an administrative
action that was ripe for a judicial challenge. Imperial was therefore
perfectly entitled to resort
to judicial review without having to
await the formal notification of the outcome.”
[30]
The Supreme Court of Appeal adopted the same approach in the matter
of
SwissPort
South Africa (Pty) Limited v Airports Companies South Africa SOC
Limited and Others.
[19]
To the
extent that any provision in the invitation to tender can be said to
result in Eskom not complying with the requirements
of section 217 of
the Constitution and section 2(1)(f) of the PPPFA, it did affect
legal rights adversely. Those legal rights include
the appellant’s
entitlement to have its bid considered in a manner compliant with
section 217 of the Constitution and the
other prescripts. However, no
party challenged the criteria contained in the ITT before it
submitted itself to the tender, which
it now contends was irregular.
[31]
In
Babcock
Ntuthuko Engineering (Pty) Ltd v Eskom Holdings SOC Limited and
Others,
Millar
J held that:
[20]
“
It
does not behoove a tenderer in the position of 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. It seems to me to have
been raised in
consequence of a 'belts and braces' approach to the review, a not
unreasonable approach given the importance of
the matter to all
concerned.”
This approach may result
in administrative action indeed being regarded as valid, despite it
being tainted.
[32]
It was held in
Oudekraal
Estates (Pty) Limited v City of Cape Town and Others
[21]
as
follows:
“
That
has led some writers to suggest that legal validity (or invalidity)
in the context of administrative action is never absolute
but can
only be described in relative terms. In Wade Administrative Law 7th
ed (by H W R Wade and Christopher Forsyth) at 342 -
4 that view is
expressed as follows:
'The truth of the matter
is that the Court will invalidate an order only if the right remedy
is sought by the right person in the
right proceedings and
circumstances. The order may be hypothetically a nullity, but the
Court may refuse to quash it because of
the plaintiff's lack of
standing, because he does not deserve a discretionary remedy, because
he has waived his rights, or for
some other legal reason. In any such
case the ‘void’ order remains effective and is, in
reality, valid. It follows
that an order may be void for one purpose
and valid for another; and that it may be void against one person but
valid against another....
‘Void’ is therefore meaningless
in any absolute sense. Its meaning is relative, depending upon the
Court's willingness
to grant relief in any particular situation.”
The result is that the
ground of review regarding the splitting of the tender into clusters
was rightly dismissed by the court a
quo.
[33]
In any event, we consider whether the allocation strategy
foreshadowed in the ITT is unlawful or irrational and whether
the
award contravened section 2(1)(f) of the PPPFA. A proper
consideration of section (2)(1)(f) leaves the impression that it does
not prohibit the strategy employed by Eskom. The ITT is clear that
the ranking will be per cluster. Although a bidder could bid
for all
eight clusters, one bidder would only be allocated a maximum of two
clusters. In effect, a bidder was limited to contest
for a maximum of
two clusters which would be awarded on the basis that the bidder
scored the highest points for those clusters,
in line with section
2(1)(f). The remainder of the clusters could be contested by other
bidders, who could likewise be the highest
scoring bidders for two
clusters, and so forth. Ultimately, the tenders were awarded to the
highest scoring bidder per cluster
after elimination of those that
were already awarded tenders. We are of the view that the allocation
strategy meets and achieves
the purpose of section 2(1)(f), which is
cost-effectiveness or contest on price. In
South
African Container Stevedores (Pty) Ltd v Transnet Port Terminals and
Others
[22]
(“South
African Containers Stevedores”)
the
court said as follows:
“
The
purpose of a tender process was described in
Cash
Paymaster Services (Pty) Ltd v Eastern Cape Province & Others
as
follows:
‘
Tender
procedures, as we have come to know them over many years, have been
the result of vast experience gained in the procuring
of services and
goods by government. They have evolved over a long period of time
through trial and error and have crystallised
into a procedure that
has become vital to the very essence of effective government
procurement. Strict rules have developed over
the years in order to
ensure that the system works effectively. The very essence of tender
procedures may well be described as
a procedure intended to ensure
that government, before it procures goods or services, or enters into
contracts for the procurement
thereof, is assured that a proper
evaluation is done of what is available, at what price and whether or
not that which is procured
serves the purposes for which it is
intended.’”
[34]
In these circumstances there is no breach in terms of section 2(1)(f)
or any breach is not so material
[23]
as to constitute a ground of review.
[35]
The interpretation that section 2(1)(f) allows for multiple tenders
and multiple contracts at award stage is, in our
view, in line with
the interpretation of section 2(1)(f) in
South
African Container Stevedores
.
[24]
[36]
Both SGB and Southey fail to appreciate that Eskom does not claim
that the cluster allocation is an “objective
criterion”
as envisaged in section 2(1)(f) of the PPPFA. The cluster
allocation ensured that at every stage, following
the elimination of
the highest-scoring bidder, the next highest scoring bidder in a
cluster would be allocated. The
ITT is clear that
objective criteria will not be applicable in this Tender. Thus,
applying the two-stage enquiry in
Grinaker
LTA Ltd and another v Tender Board (Mpumalanga) and others
,
[25]
Eskom only had to ensure that when it awarded the clusters it awarded
to the highest scoring bidders in clusters following the
negotiations
and after eliminating the bidders that had already been awarded
contracts in other clusters. Therefore, the
Court a quo
correctly found that the cluster allocation did not contravene
section 2(1)(f) of the PPPFA and met the cost-effectiveness
objective
in the
SGB
grounds where SGB contends the court erred.
[37]
Counsel for SGB suggested that the
application of
South African Container
Stevedores
by the court
a
quo
was incorrect. There is no merit in
this contention, and there is nothing in the language, context and
purpose of the relevant provisions
that justifies the approach
contended for by SGB. As set out below, this is based on an incorrect
interpretation of the cluster
allocation system by SGB.
[38] SGB also
raised as a ground of review that Eskom did not comply with its own
cluster allocation system. The cluster system
set out in the RFP is
essentially that a cluster will be allocated to the highest scoring
bidder for that cluster, which has not
yet been allocated a cluster,
and that a second cluster would then be allocated to the highest
scoring bidder who has not yet been
allocated a second cluster.
[39] SGB’s
contention is that Eskom had to do this mechanically and entirely
numerically by cluster, and that Eskom’s
failure to do so falls
foul of the procedure set out in the RFP. Each cluster, then, had to
be looked at in a vacuum, without reference
to that bidder’s
rating or ranking in other clusters, or any other consideration. As
an example, it complains that RSC should
have been awarded Cluster 2
and then only another Cluster between 5 and 8, because there were two
more bidders who had to be allocated
clusters before RSC could be
considered again. Instead, RSC was allocated Clusters 2 and 4.
[40] There is no
reason to conclude that the method of application, in itself, is
inconsistent with the various applicable
precepts. Nor is there merit
in the contention that the system was not applied in accordance with
how it is set out. The Procurement
Strategy, for example, specifies
that a cluster will be allocated to the highest scoring tenderer who
has not yet had an allocation.
It also specifies that if the tenderer
has the highest score in more than one cluster it may choose which
cluster it prefers. There
is nothing in the Procurement Strategy
Document which requires that the clusters would be allocated strictly
according to an [arbitrarily
allocated] number.
[41] The method of
application contended for by SGB is, in any case, in our view, overly
mechanical, and may well deprive
Eskom of the ability to ensure that
it has achieved the cluster allocation that is most equitable, fair,
competitive and cost-effective,
within the parameters of the ITT and
the RFP. It has the potential of resulting in an arbitrary allocation
which does not serve
the objectives of regulatory framework, because
it does not allow Eskom to look at the overall result when making its
decision.
In fact, it is possibly this interpretation of how the
cluster allocation system ought to be applied which led to some of
SGB’s
submissions on why the cluster allocation system was
invalid.
[42] We are
satisfied that there is no merit in this ground of review.
[43] Both SGB and
Southey argued that Eskom allocated the tenders on the basis that it
subjectively believed those who were
granted the tenders could do the
work, without objectively complying with the functionality and
capacity test. There were various
red flags raised in Eskom’s
financial assessment of these tenderers, showing that the awards to
them should be much lower
because of their lack of financial
capacity. The award to them was therefore neither rational nor
lawful. SGB contends that the
court
a quo
erred in finding
that Eskom satisfied itself that the two tenderers have the necessary
financial capabilities.
[44] Eskom
satisfactorily demonstrated that it required mitigating measures of
these tenderers as a result of the financial
analyses and examined
the specific capability of each tenderer to carry out the exact
services that were being tendered for, before
being satisfied that
the tenderers would be able to do the work required and deciding that
they qualified for the tenders.
SGB’s argument ignores
the holistic approach taken by Eskom in assuring functional capacity,
as well as the mitigating measures
required. There is no merit in
this ground, and it also fails.
[45] A further
ground relied on by SGB is that the contracts exceed the values which
the successful tenderers qualify for
in terms of their CIDB grading.
[46] We are
satisfied that SGB’s contention is based on a
mischaracterization of the contracts and on a misreading
of the
relevant CIDB regulations. Eskom has demonstrated that the contracts
are for work that is of an “as and when required”
[outages] or “routine” [maintenance] nature. Eskom was
therefore entitled to rely on regulation 25(1B), which permits
the
annual values of the contracts to be used as the determining factor,
rather than the full value. The contracts do not exceed
the annual
values for which the contractors qualify. There is therefore no merit
in this ground.
Southey’s
contention of a simulated contract
[47] Southey’s
most vociferously argued ground was that the contracts between Eskom
and the successful tenderers were
simulated transactions. Southey
argued that the contracts between Eskom and the successful tenderers
were simulated transactions,
disguised to evade statutory
prohibitions under the CIDB and its regulations.
It
was argued that Eskom took a price-based contract, didn’t
change anything, and simply stated that it was a rates-based
contract. Reference was made to the fact that the ITT uses the word
“Price”, while once the tenders were received and
evaluated, the word used is ”Rates”.
[48]
If this argument succeeds, not only is the contract unlawful for that
reason alone, but it would also mean the awarded
contracts were far
outside the budgeted value, and the successful tenderers did not have
a high enough CIDB grading for the value,
which would be additional
grounds to set the awards aside. Naturally, if the simulated contract
argument fails, the grounds based
on a finding of a simulated
contract, or of a contract that is price based and has the value
reached by the quantities tenderers
were asked to tender on, also
fail.
[49]
In support of this argument, Southey cited the case of
De
Faria v Sheriff High Court Witbank
,
[26]
where the court said, “it is virtually impossible to escape the
conclusion that the Legislature intended the general rule
to apply,
ie that non-compliance with the prescriptions thereof results in
nullity.”
[50]
In addition to the above case, Southey cited the case of
Schierhout
v Minister of Justice
[27]
where the Appellate Division, (as it then was), stated “it is a
fundamental principle of our law that a thing done contrary
to the
direct prohibition of the law is void and of no effect … so
that what is done contrary to the prohibition of the
law is not only
of no effect, but must be regarded as never having been done –
and that whether the law giver has expressly
so decreed or not; the
mere prohibition operates to nullify the act … And the
disregard of pre-emptory provisions in a statute
is fatal to the
validity of the proceeding affected.”
[28]
[51] Southey
submitted that Eskom’s conduct in utilising what Southey
characterised as simulated or disguised transactions
to evade
invalidation of the tender and contracts under the CIDB Act, has the
consequence that the entire tender process and all
the contracts
should be declared invalid and set aside, because it is unlawful and
against public policy for anyone, and
a fortiori
a State-Owned
Enterprise like Eskom, to conclude simulated contracts to evade
legislative non-compliance.
[52]
Eskom, on the other hand, submitted that Southey’s simulation
argument lacks merit. In support of its argument,
Eskom cited the
case of
Commissioner
for South African Revenue Service v NWK Ltd
[29]
(“
NWK
”
)
where the Supreme Court of Appeal said the following:
“
In
my view the test to determine simulation cannot simply be whether
there is an intention to give effect to a contract in accordance
with
its terms. Invariably where parties structure a transaction to
achieve an objective other than the one ostensibly achieved
they will
intend to give effect to the transaction on the terms agreed. The
test should thus go further, and require an examination
of the
commercial sense of the transaction: of its real substance and
purpose. If the purpose of the transaction is only to achieve
an
object that allows the evasion of tax, or of a peremptory law, then
it will be regarded as simulated. And the mere fact that
parties do
perform in terms of the contract does not show that it is not
simulated: the charade of performance is generally meant
to give
credence to their simulation.”
[30]
[53] Eskom
submitted that Southey makes no attempt to meet the stringent test
for simulation, i.e., to show that the only
purpose of the contracts
is to evade the provisions of the CIDB Regulations. Furthermore, the
established facts show that from
the outset Eskom intended to
conclude rates-based contracts. Eskom made it clear in its responses
to the clarification questions
posted in Eskom’s Tender
Bulletin at the time that the quantities as contained in the bill of
quantities were provided for
estimation purposes and that the
contracts to be awarded were rate-based contracts. There was no
objection to this clarification;
nor any PAJA or legality challenge.
[54] In addition,
the contracts had always historically been rates-based contracts, and
the appellants, as incumbent service
providers, were aware that this
was the case, and that nothing had changed.
[55] Therefore,
according to Eskom, Southey’s contentions were misplaced.
[56]
A “simulated transaction” is defined as a transaction
where the parties to the transaction do not intend
it to have as
between them the legal effect it purports to convey. The purpose
thereof is to deceive by concealing the real transaction
–
substance rather than form determines the nature of a transaction
(
plus
valet quod agitur quam quod simulate concipitur
).
[31]
[57] In light of
the matter of
NWK
, if the purpose of the transaction is only
to achieve an object that allows the evasion of a peremptory law that
transaction is
regarded as having been simulated.
[58]
In
Roshcon
(Pty) Limited v Anchor Auto Body Builders CC
[32]
(“
Roshcon
”
)
the Supreme Court of Appeal said, “for a court to
declare a transaction a simulation it does not have to look
at any
particular legislation but has to look at the facts of each
particular case.”
[33]
This is in light of the judgment of
Zandberg
v van Zyl
[34]
where the court said “the inquiry, therefore, is in each case
one of fact, for the right solution of which no general rule
can be
laid down. Perezius (Ad . Cod, 4.22.2) remarks that these simulations
may be detected by considering the facts leading up
to the contract,
and by taking account of any unusual provision embodied in it.”
[35]
[59]
Roshcon
made
it clear that “the position remains that the court examines the
transaction as a whole, including all surrounding circumstances,
any
unusual features of the transaction and the manner in which the
parties intend to implement it, before determining in any particular
case whether a transaction is simulated.”
[36]
[60]
Similarly, in
Commissioner
For The South African Revenue Service v Bosch
[37]
the Supreme Court of Appeal said, “simulation is a question of
the genuineness of the transaction under consideration. If
it is
genuine then it is not simulated, and if it is simulated then it is a
dishonest transaction, whatever the motives of those
who concluded
the transaction. The true position is that ‘the court examines
the transaction as a whole, including all surrounding
circumstances,
any unusual features of the transaction and the manner in which the
parties intend to implement it, before determining
in any particular
case whether a transaction is simulated.’”
[38]
[61] In light of
these quoted cases, it is clear that the correct test for examining
whether a transaction is a simulated
one or not is by considering the
facts.
[62] Southey’s
argument that the contracts entered into between Eskom and the
successful tenderers were simulated transactions,
disguised to evade
statutory prohibitions under the CIDB Act and its regulations, does
not stand. Eskom made it clear in its responses
to the clarification
questions posted in Eskom’s Tender Bulletin at the time that
the quantities, as contained in the bill
of quantities, were provided
for estimation purposes and that the contracts to be awarded were
rate-based contracts.
There was no objection to this
clarification; nor any PAJA or legality challenge. This is in line
with what is stated in the “Approval
of negotiated outcome”
document. This is fully explained by Eskom’s expert witness who
had personal knowledge of the
facts that Eskom’s Approval of
Negotiated Outcome and feedback Report recorded that the estimated
spend for each of the clusters
1 to 7 was R1 811 919 333.9225 and the
estimated spend for cluster 8 (one power station) was R905 959
666.96.26 which was higher
than the approved budget. The expert
confirmed that the envisaged contracts are rates-based rather than
volume-based (which would
be the same as price-based). This was due
to the specified quantities issued with the Tender being inflated, in
order to give Eskom
more accurate rates based on bulk supply.
However, given that this is an enabling contract and a rates-based
contract rather than
volume based, this would not implicate the
approved budget.
[63] Southey’s
contentions ignore these explanations and with no basis allege an
attempt by Eskom to mislead the Court
a quo regarding the budget of
R4,5 billion.
[64] Having
indicated from the beginning that it intended to conclude rates-based
contracts, Eskom was entitled to conclude
the tender contract on a
rates basis.
[65] Southey has
not established any simulation. There is no simulation relevant
to the merits of the review or to the
just and equitable remedy
sought.
SGB’s remaining
grounds of appeal
[66] The grounds on
which SGB contends the Court
a quo
erred or misdirected itself
have already been dealt with earlier in this judgment. They are
primarily based on the cluster allocation
policy, its validity, and
the manner in which it was applied. It remains to deal with those
grounds which SGB contends the court
failed to consider.
[67] It was argued
by SGB that the grounds not dealt with by the Court a quo are good
grounds which should result in the tender
being set aside.
These grounds are: that Eskom applied price matching contrary to its
own policy; that SGB did not have the
full opportunity to negotiate
as set out in the ITT, and, that Eskom incorrectly took into account
a pending matter between the
parties and therefore excluded SGB.
[68] It was
contended by SGB that the rejection of SGB’s tender bid on the
basis that its pricing is “exorbitantly
high and
not-market-related when compared to the lowest tendered” is
irrational and unlawful. SGB argued its prices are market-related
and
the pricing of the successful bidders (as well as Eskom’s
aspirational rates) are below market-related to the extent
that no
service provider would in fact be able to execute the tendered
services at those rates.
[69] The submission
that Eskom applied price matching must fail. Eskom explained that it
used aspirational rates as a negotiation
parameter. The success of a
bidder was not based on its ability to match the aspired rate of the
highest bidder on price. The affidavit
supplied by Eskom’s
expert explains the methodology used to determine Eskom’s
aspirant prices. SGB failed to establish
that its own prices were
market-related or that its exclusion was unfair. Eskom’s
decision on pricing was both reasonable
and rational.
[70] SGB’s
complaint that the Court a quo failed to consider and address the
fact that Eskom deliberately failed and/or
neglected to provide SGB
an opportunity to engage in a further price negotiation meeting with
Eskom, in circumstances where the
same opportunity was granted to
Electro Heat, Oram, and RSC must fail.
[71] SGB had
addressed a plethora of correspondence to Eskom subsequent to its
initial and only negotiation meeting requesting
an opportunity to
meet with Eskom to negotiate its rates further.
[72] SGB was indeed
called to a meeting where prices were discussed. It cannot be
suggested that SGB can have the right to
insist on being included in
negotiations when it was clear that it did not offer market related
prices. The contractors who were
engaged in the second round of
negotiations were the ones who gave better pricing and were ranked
higher than SGB. Having fallen
out due to higher pricing, there is
nothing unfair in Eskom not calling SGB back for further
negotiations.
[73] SGB’s
complaint that the Court a quo failed to consider that Eskom took
into consideration pending Competition
Tribunal proceedings, and
that, in fact, Eskom held pending Competition Tribunal proceedings
against it resulting in an unfair
process, must equally fail.
[74] The submission
that Eskom placed SGB at a disadvantage by taking into account
litigation between them, is in our view,
no more than a fiction and
no facts to support the allegation have been pleaded. The tender was
considered and awarded for reasons
unrelated to the pending Tribunal
proceedings. While SGB was afforded an opportunity in the
negotiations to address the concern
regarding the Tribunal
proceedings, it is clear that the decisive issue was the rates that
was tendered. The pending Competition
Tribunal proceedings played no
role in the ultimate decision. There is no basis for this submission,
and it finds no factual basis
in the papers.
Costs
[75] The Court
a
quo
correctly exercised its discretion in making costs orders
against the Appellants. The Appellants do not make out a case
for
interference on appeal with the Court’s exercise of
discretion on costs on appeal.
[76] We make the
following orders:
(1)
Appeal by Southey
The appeal is dismissed
with costs including the costs of two counsel.
(2)
Appeal by SGB
The appeal is dismissed
with costs including the costs of two counsel.
Wepener
J
Yacoob
J
Dosio
J
Heard:
8 November 2023
Delivered:
4
March 2024
For
SGB:
Adv. W. R. Mokhari SC
With
him
Adv. S Mathiba
Instructed
by
Werksmans Attorneys
For
Southey Contracting: Adv.
A. Kemack SC
With him Adv. M.
Nieuwoudt
and Adv. B. Magogo
Instructed
by
Hattingh Massey Bennett Incorporated
For
Eskom: Adv.
H Maenetje SC
With
him Adv.
H Rajah
Instructed
by
Mchunu Attorneys
[1]
Act 1 of 1999.
[2]
Section 217(1) – (3):
“
Procurement.-
(1) When an organ of state in the national, provincial or local
sphere of government, or any other institution identified
in
national legislation, contracts for goods or services, it must do so
in accordance with a system which is fair, equitable,
transparent,
competitive and cost-effective.
(2)
Subsection (1) does not prevent the organs of state or institutions
referred to in that subsection from
implementing
a procurement policy providing for-
(a)
categories of preference in the allocation of contracts; and
(b)
the protection or advancement of persons, or
categories of persons, disadvantaged by unfair discrimination.
(3) National legislation
must prescribe a framework within which the policy referred to in
subsection (3) must be implemented.”
[3]
Act 3 of 2000.
[4]
Act
5 of 2000 – section 2(1):
An
organ of state must determine its preferential procurement policy
and implement it within the following framework:
(a) A
Preference point system must be followed;
(b) (i)
for contracts with a Rand value above a prescribed amount a maximum
of 10 points may be allocated for specific goals as
contemplated in
paragraph (d) provided that the lowest acceptable tender scores 90
points for price;
(ii)
for contracts with a Rand value equal to or below a prescribed
amount a maximum of 20 points may be allocated for specific
goals as
contemplated in paragraph (d) provided that the lowest acceptable
tender scores 80 points for price;
(c)
other acceptable tenders which are higher in price must score fewer
points, on a pro rata basis, calculated on their
tender prices in
relation to the Iowest acceptable tender, in accordance with a
prescribed formula;
(d) the
specific goa!s may include—
(i)
contracting with persons, or categories of persons, historically
disadvantaged by unfair discrimination on the basis of race,
gender
or disability;
(ii)
implementing the programmes of the Reconstruction and Development
Programme as published in Government Gazette No. 16085
dated 23
November 1994;
(d)
any specific goal for which a point maybe awarded, must be clearly
specified in the invitation to submit a tender;
(e)
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; and
(f)
any contract awarded on account of false information furnished by
the tenderer in order to secure preference in
terms of this Act,
maybe cancel led at the sole discretion of the organ of state
without prejudice to any other remedies the
organ of state may
have.”
[5]
Act 1 of 1999 – Section 51(1)(a)(iii):
“
an
appropriate procurement and provisioning system which is fair,
equitable, transparent, competitive and cost-effective”
[6]
Act
38 of 2000
[7]
Regulations
published under Government Notice 692 in Government Gazette 26427 of
9 June 2004as amended thereafter.
[8]
2007 (3) SA 121
(CC) para 60; confirmed in
Allpay
(1) para 39.
[9]
Paragraph 60.
[10]
2014 (1) SA 604(CC)
at para 22.
[11]
Allpay
(1) et para 34.
[12]
At para 27.
[13]
At para 31 and following.
[14]
At
para 56.
[15]
Allpay
(1)
at
para 40.
[16]
See judgment of Adams J para 13.
[17]
2020 (4) SA 17 (SCA).
[18]
At para 16 and 18.
[19]
25363/2018 [2020] ZAGPHC 70 (2 March 2020).
[20]
(64288/2021) [2022] ZAGPPHC 865 (17 November 2022) para 37.
[21]
2004 (6) SA 222
(SCA) para 28.
[22]
(11445/2010)
[2011] ZAKZDHC 22 (30 March 2011) para 49.
[23]
Materiality being a requirement – See
Allpay
(1)
para
28-30.
[24]
Paragraph 142.
[25]
[2002] 3 All SA 336
(T) paras 40 - 41
[26]
2005 (3) SA 372 (T)
[27]
1926 AD 99
[28]
At page 109
[29]
2011 (2) SA 67 (SCA)
[30]
Para [55]
[31]
IPH
Finance (Pty) v Masilela
(19877/2021)
[2023] ZAWCHC 143
(13 June 2023) at para 14.
[32]
(49/13) [2014] ZASCA 40; [2014] 2 All SA 654 (SCA); 2014 (4) SA 319
(SCA)
[33]
para 10
[34]
1910 AD 302
[35]
Zandberg
v van Zyl
1910
AD 302
at 309.
[36]
para 37
[37]
(394/2013) [2014] ZASCA 171; [2015] 1 All SA 1 (SCA); 2015 (2) SA
174 (SCA)
[38]
para 40
sino noindex
make_database footer start
Similar Cases
Waco Africa (PTY) Limited t/a SGB-Cape v Eskom SOC Limited and Others; TMS Group Industrial Service (PTY) Limited v Eskom SOC Limited and Others; Southey Contracting (PTY) Limited v Eskom SOC Limited and Others (5798/2021; 290/2022; 3047/2022) [2022] ZAGPJHC 631 (2 September 2022)
[2022] ZAGPJHC 631High Court of South Africa (Gauteng Division, Johannesburg)100% similar
Waco Africa (PTY) Limited t/a SGB-Cape v Eskom SOC Limited and Others; Southey Contracting (PTY) Limited v Eskom SOC Limited and Others (5798/2021; 3047/2022) [2022] ZAGPJHC 827 (21 October 2022)
[2022] ZAGPJHC 827High Court of South Africa (Gauteng Division, Johannesburg)100% similar
Waco Africa (Pty) Ltd v Form Force (Pty) Ltd and Others (12178/2015) [2022] ZAGPPHC 734 (28 September 2022)
[2022] ZAGPPHC 734High Court of South Africa (Gauteng Division, Pretoria)99% similar
Waco Africa (Pty) Limited t/a Form Scaff v Phakama Scaffolding (Pty) Ltd (34165/20) [2022] ZAGPPHC 97 (11 February 2022)
[2022] ZAGPPHC 97High Court of South Africa (Gauteng Division, Pretoria)99% similar
W.S.L and Another v Minister of Police and Others (6467-2020) [2024] ZAGPJHC 181; 2024 (1) SACR 546 (GJ) (19 February 2024)
[2024] ZAGPJHC 181High Court of South Africa (Gauteng Division, Johannesburg)99% similar