Case Law[2023] ZAGPJHC 134South Africa
Mbali Industrial Solutions CC v Eskom Holdings Soc and Another (2021/47032) [2023] ZAGPJHC 134 (10 February 2023)
High Court of South Africa (Gauteng Division, Johannesburg)
10 February 2023
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
>>
2023
>>
[2023] ZAGPJHC 134
|
Noteup
|
LawCite
sino index
## Mbali Industrial Solutions CC v Eskom Holdings Soc and Another (2021/47032) [2023] ZAGPJHC 134 (10 February 2023)
Mbali Industrial Solutions CC v Eskom Holdings Soc and Another (2021/47032) [2023] ZAGPJHC 134 (10 February 2023)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAGPJHC/Data/2023_134.html
sino date 10 February 2023
REPUBLIC
OF SOUTH AFRICA
IN
THE HIGH COURT OF SOUTH AFRICA
GAUTENG
DIVISION, JOHANNESBURG
CASE
NUMBER:
2021/47032
(1)
REPORTABLE: NO
(2)
OF INTEREST TO OTHER JUDGES: NO
(3)
REVISED.
DATE:
07th and 10th February 2023
In
the matter between:
MBALI
INDUSTRIAL SOLUTIONS CC
Applicant
and
ESKOM
HOLDINGS SOC
First
Respondent
THENGA
HOLDINGS (PTY) LIMITED
Second
Respondent
JUDGMENT
REDMAN
AJ
[1]
On 10 July 2020 the first respondent
("
Eskom
")
issued an invitation to tender for pipeline maintenance (slurry and
ash plant) at the Matla Power Station
for a
period of 36 months under tender MPGXC006248.
[2]
The approved value of the tender was R96
million. The closing date for submission of tenders was 10 September
2020. The tender validity
period was 18 weeks.
[3]
An eight-step evaluation set out in the
Invitation to Tender ("
the ITT
")
was as follows –
"2.
Evaluation process and criteria
2.1 Basic compliance
2.2 Mandatory tender
returnable
2.3 Pre-qualification
criteria
2.4 Local content and
production (applicable where designated materials are included)
2.5 Functionality
2.6 Financial
Evaluation
2.7 Price and
Preference scoring
2.8
Objective criteria"
[4]
Clause 1.2 of the ITT indicated that
several clauses in the Tender Data made reference to the Eskom
Standard Conditions of Tender
which could be downloaded from the
Eskom website.
[5]
The basic compliance criteria for the ITT
were the following –
·
"
Meet the
eligibility criteria for a tenderer;
·
Submit one (1) hard copy of the original
tender to Eskom;
·
Submit a complete original tender with
commercial, financial and technical information;
·
Submission of the mandatory commercial
tender returnables as at stipulated deadlines
·
Central Supplier Database (CSD) number
(MAA ...)".
[6]
The pre-qualification criteria stipulated
in the ITT included the following –
"
Pre-qualification
No 1: Subcontracting
A
tenderer shall subcontracting (sic) a minimum of 30% of the contract
value to one or more of the following designated groups:
I.
an
EME or QSE which is at least 51% owned by black people;
II.
an
EME or QSE which is at least 51% owned by black people who are youth;
III.
an
EME or QSE which is at least 51% owned by black people who are women
IV.
an
EME or QSE which is at least 51% owned by black people who are people
with disabilities;
V.
an
EME or QSE which is at least 51% owned by black people living in
rural or underdeveloped area or townships;
VI.
a
cooperative which is at least 51% owned by black people;
VII.
an
EME or QSE which is at least 51% owned by black people who are
military veterans.
[7]
Tenderers were required to submit the
following mandatory returnables –
7.1.
a valid and certified copy of a BB-BEE
certificate issued by a SANAS accredited verification agency; or
7.2.
a valid and certified copy of a fully
completed BB-BEE sworn affidavit for EMEs of QSEs; or
7.3.
a valid and certified copy of a BB-BEE
issued by the CIPC for EMEs.
[8]
Failure to submit the mandatory documents
or information by the prescribed deadline would render a bid
non-responsive.
[9]
It was recorded that failure to meet the
pre-qualification criteria would result in immediate
disqualification; that is elimination
from further evaluation.
[10]
Tenderers were required to have a minimum
CIDB grading of level 8ME and have ISO 3834 certification. Absent
same, the tender
would not meet the technical valuation
(functionality) criteria and would not be evaluated further.
[11]
Step 6 of the evaluation as described in
the ITT entailed a financial evaluation of the tenderer's financial
status. This is described
in the ITT as follows:
"An analysis of the tenderers
financial statements will be conducted for purpose of establishing
the tenderers financial viability
and ability to meet all its
contractual obligations for the duration of the contract, should the
tenderer be awarded the contract.
NB
:
The supplier to submit the audited Financial Statements to be used to
perform financial viability."
[12]
Twelve bids, including that of the
applicant, were received in response to the ITT. Four of the bids
were disqualified for want
of compliance with the pre-qualification
criteria. The remaining eight bids, including that of the applicant,
were technically
evaluated. After the technical evaluation and
applying the 90/10 tender principle (90% for price and 10% for
empowerment status),
the applicant was ranked as the preferred
supplier having scored 100 points. Based on the estimated contract
value of R93 156 637,83,
including VAT, the four qualified bidders
were ranked as follows:
[13]
Subsequent to the technical evaluation, on
1 April 2021, the Procurement and Supply Chain Management of Eskom
submitted a document
headed "Mandate to Negotiate – Post
Tender" to the Chairman of Eskom's Sourcing division ("
Mandate
to Negotiate
"). The document
described the process which had been followed by Eskom in the
evaluation of the tenders. The Mandate to Negotiate
reveals that
after the technical evaluation of the bids, the applicant was ranked
as the highest scoring bidder. The technical
evaluation report was
finalised on 12 December 2020.
[14]
After the finalisation of the technical
evaluation, the applicant's financial statements were sent to the
Group Finance Department
of Eskom for analysis in order to assess the
capability of the applicant to carry out the project. The Mandate to
Negotiate records
that according to the "Evaluator" (whose
identity is not disclosed), the applicant was not sound enough
financially to
be awarded a contract to the value of R96 million
excluding VAT. It is suggested in the Mandate to Negotiate that based
on the
strength of the applicant's financial statements it could be
considered for a contract not exceeding R20 656 937 (excluding VAT)
for pipeline maintenance (slurry and ash plant) for a period of three
years. The document further records that the financial statements
of,
the second respondent Thenga Holdings (Pty) Ltd ("
Thenga
")
had been submitted to the Corporate Finance division of Eskom
(presumably the same division as the Group Finance department)
and
that the findings in regard to Thenga would be submitted with the
feedback report.
[15]
The Mandate to Negotiate under the heading
"Risk Mitigation" records the following –
"The nature of the contract is
a maintenance contract with 95% of the contract requiring the work to
be done before the payment
is made to the Contractor. The other 5% is
based on the consumable and PPE which should be the day-to-day of the
company expenses.
Based on the company profile evaluated the
recommended company is executing similar work in the process
industries including other
site in Eskom successfully. We therefore
do not seek financial risk."
[16]
It appears that on 1 April 2021, Eskom's
Procurement Tender Committee ("
PTC
")
authorised certain representatives of Eskom to negotiate but not
conclude a contract for pipeline maintenance (slurry and
ash plant)
for period of 36 months with both the applicant and Thenga. Pursuant
thereto, during the course of April 2021 there
were negotiations
between the applicant and the two identified tenderers (the applicant
and Thenga).
[17]
On 22 April 2021, a feedback report
detailing the progress of the negotiations was submitted to the
Chairman of the Generation Division
of Matla Power Station. The
feedback report requested the Tender Committee to approve the
negotiation outcome and recommended that
a contract be awarded to the
applicant at a contract value of R71 259 212,54 (being the discounted
price agreed to by the applicant).
[18]
On 23 April 2021, an internal e-mail was
addressed by Lehlohnolo Senosi to Phuti Semenya at Eskom's department
of Finance requesting
an advice and opinion on the risk of awarding
multiple contracts to the applicant. The e-mail reads as follows:
"
May I kindly request your
advice and opinion on the matter relating
to whether there is
risk in awarding Mbali Solutions multiple contracts wherein they were
evaluated and found to be Technically
suitable and their offers lower
compared to other bidders which resulted in them being highest ranked
after evaluations on all
the bids. Their bank guarantee letter states
that they are guaranteed R120 Million, however, with the accumulative
value of the
contracts being recommended; the guarantee value will be
exceeded. In addition to this, the finance analysis states, for
example
on the Pipeline Maintenance they should be considered for an
award of +R20 Million instead of the recommended contract value.
There
is a risk mitigation letter which is provided which states that
the risk is minimal due to the supplier only being liable for payment
once services have been rendered.
The Committee is of the view that
it may not be equitable for Eskom to award multiple contracts, siting
(sic) the risk of possible
compromise in quality of the work and
financial overburden to the supplier.
The procurement procedure does not
enlist any restrictions to awarding a supplier multiple contracts;
however, this being said;
I would appreciate your views on this."
[19]
On 29 April 2021, Semenya responded to the
e-mail. In the e-mail Semenya,
inter
alia
, agreed that the Committee's
concern was valid and indicated that the financial analysis report
was done on affordability of a
R96 million contract with no other
commitment to Eskom at the time. It was also indicated that
subsequent to the financial analysis
report having been issued, the
applicant had been awarded another contract by Eskom thus "
depleting
the supplier's affordability muscle to handle contracts with more
value, with neither parent company guarantee nor performance
bond
".
Semenya also noted that a financial analysis formed part of the
contractual obligation in the tender which was mandatory
for the
award of the contract. Semenya opined that in a case where a supplier
failed to meet contractual obligations it would be
disqualified as
non-responsive and the second ranked supplier would be considered for
the award provided that second supplier could
offer market-related
prices. Semenya recommended that the contract be awarded to the
second ranked supplier provided it could meet
the contractual
obligations and offer market-related price.
[20]
On 22 April 2021, a further feedback report
was submitted to the Chairman of the Generation Division of the Matla
Power Station.
This report records that the negotiation team had
renegotiated the price of Thenga to match the price offered by Mbali.
This was
not factually correct as Thenga's price appears to have
remained the same. The feedback report records that the Matla Power
Station's
Procurement Tender Committee ("
PTC
")
had indicated that they had reviewed the financial evaluation report
and taken note of the price margin between the applicant
and Thenga
and concluded that Thenga's negotiated offer was financially
acceptable. The negotiation team was requested to renegotiate
with
Thenga to match the price offered by the applicant. It was also
recommended that the negotiation team negotiate and conclude
an
agreement with Thenga. The final approval of an award to Thenga for a
contract value of R74 483 297, 94 (excluding VAT)
was
recommended.
[21]
On 3 June 2021, the PTC of the Matla Power
Station resolved to award the tender to Thenga for a contract value
of R74 480 297,94
(excluding VAT).
[22]
The draft minutes of the meeting of the PTC
of 3 June 2021 records that a financial analysis for Thenga was only
requested "
post the approval for a
mandate being approved on 10 May 2021
".
It was indicated that a financial analysis had been requested and
feedback would be provided to the PTC.
[23]
On 11 June 2021, a draft NEC TSC3 contract
was forwarded to Thenga for completion.
[24]
On 30 June 2021, a letter to extend the
tender validity period to 31 July 2021 was addressed to all
tenderers. In this letter it
was indicated that the evaluation
process was taking longer than originally envisaged.
[25]
On 14 September 2021, the applicant was
notified that its tender was unsuccessful and was informed by Eskom
that the successful
supplier was Thenga.
[26]
In response to a request, on 22 October
2021, the applicant was provided with the reason as to why its bid
had been unsuccessful.
In this response, Eskom concluded that the
third applicant was not sound enough financially to be awarded a
contract to the value
of R96 million.
[27]
In its founding affidavit, the primary
motivation for the relief sought was premised on the applicant's
contention that the award
of the tender to Thenga was not made within
the tender validity period and accordingly the tender process was
irregular and fatally
flawed.
[28]
After receiving a copy of the record the
applicant delivered a supplementary affidavit, substantially varying
its grounds of review.
[29]
The grounds of review upon which the
applicant now relies can conveniently be divided under two heads,
namely –
29.1.
the unequal treatment of the applicant; and
29.2.
the second respondent's failure to comply
with the peremptory requirements of the tender.
Unequal
treatment
[30]
From the record provided by Eskom under
Rule 53 and the answering affidavits delivered on its behalf, it
transpires that, notwithstanding
the applicant's tender having been
rejected following from a financial analysis conducted by Eskom,
Thenga was appointed without
any similar analysis of its records.
[31]
In its answering affidavit, Eskom concedes
that the decision to conclude a contract with Thenga and the award of
the tender to that
entity was made without any financial analysis in
respect of Thenga having been conducted. According to Eskom, the
financial analysis
report in respect of Thenga was only completed on
7 July 2021, after the award of the tender. Eskom suggests that the
PTC was under
severe pressure to appoint a service provider and that
this was the reason why the applicant and Thenga's tenders were
treated
differently.
[32]
Despite Eskom's assurance that a financial
analysis report in respect of Thenga was completed on 7 July 2021, it
transpires that
the financial analysis of Thenga was incomplete and
of little assistance. The alleged financial analysis report of Thenga
(obtained
in terms of Rule 35(12)) reveals that Thenga did not
provide sufficient documentation and information to enable Eskom's
finance
department to perform a financial analysis. The financial
analysis report concludes as follows:
"Based on the issue(s) raised
above, we were unable to perform a financial analysis on
THENGA
HOLDINGS (PROPRIETARY) LIMITED and are therefore unable to express an
opinion on whether or not the company is sound enough
financially
to be awarded a contract to the value of R85 572 422 (excl VAT) for
the Pipe line Maintenance (slurry and ash plant) for a period
of 36
months as per reference number MPGXC006162.
However, subject to the
satisfactory resolution of the recommendations provided in the
report, a financial analysis will be performed."
[33]
Being an organ of state, Eskom is required
to procure goods and services in accordance with the provisions of
section 217 of the
Constitution, 1996. Procurement is required to be
done in accordance with a system which is fair, equitable,
transparent, competitive
and cost-effective.
[34]
With the view of ensuring compliance with
the relevant legal prescripts set out in section 271 of the
Constitution, the Promotion
of Administrative Justice Act, 3 of 2000
("
PAJA
")
and the Preferential Procurement Policy Framework Act, 5 of 2000
("
the PPPFA
"),
Eskom has adopted a procurement and supply chain management procedure
("
Procurement Policy
").
The recorded intention of the Procurement Policy is to enable Eskom
to achieve a procurement solution or outcome which
is commercially,
financially and technically sound, and does not contravene the
procurement principles of fairness, equitability,
transparency,
competitiveness and cost-effectiveness.
[35]
Section 2 of the PPPFA requires an organ of
state to determine its preferential procurement policy within the
framework of that
Act. Section 2(1)(f) of the Act provides that a
contract must be awarded to the tenderer who scores the highest
points, unless
objective criteria in addition to those contemplated
in paragraphs 2(1)(d) and 2(1)(e) of the PPPFA justify the award to
another
tenderer.
[36]
In argument, Eskom contended that the
conducting of a due diligence and the scrutiny of the successful
tenderer's financial statements
constitutes a contractual requirement
which forms part of the objective criteria prescribed in the ITT. The
provision of financial
statements are referenced under "objective
criteria" defined in the ITT as well as under the contractual
requirements.
In the ITT it is noted that Eskom reserved the right to
award the tender to a supplier who may not be the highest scorer or
highest
ranked tenderer in line with section 2(1)(f) of the PPPFA
subject to the right to negotiate on the objective criteria with the
three highest-ranked tenderers respectively before the award is made.
[37]
Clause 14.7.9.13 of Eskom's Procurement
Policy provides that contractual requirements may include, but are
not limited to, inter
alia, a due diligence on the tenderer and
financial statements. The relevant provision provides as follows:
"Contractual requirements may
include but are not limited to a due diligence on the tenderer,
financial statements and meeting
of SHEQ requirements. The
feasibility of including SHEQ and financial analysis as contractual
requirements must be determined during
the strategy stage and only
included if feasible and really applicable to the type of
transaction.
Due
diligence may be done through a review of financial viability and
risk mitigation steps by the Centre of Excellence in Finance.
The
latest and approved financial statement not older than eighteen
months after year end, as per requirements of company law,
must be
submitted if applicable. Risk mitigating factors may include
obtaining a performance bond, parent company guarantee, any
other
financial assistance or procuring items from another supplier at the
expense of the contracted supplier. If the risks cannot
be mitigated
to ensure performance against the contract, the contract may be
awarded to another supplier, which may not be the
highest ranked
supplier if offering market related prices.
"
[38]
Clause 14.7.9.13 of the Procurement Policy,
provides that in tenders above a certain level, the financial
viability assessment of
the suppliers to execute a contract would be
done by Financial and Management Reporting (within Group Finance)
which maintains
a database with supplier analysis reports from which
information may be extracted if need be.
[39]
Clause 14.7.9.13 of the Procurement Policy
also provides that where a supplier has been awarded multiple
contracts with Eskom, the
financial analysis from the financial
management reporting (within Group Finance) must include the
cumulative effect of all contractual
commitments with Eskom in order
to determine Eskom's risks and to determine whether the supplier has
the financial viability to
take on further contractual commitments
with Eskom.
[40]
During the course of argument it became
common cause that the conducting of a due diligence and consequently
the carrying out of
a financial analysis of a proposed bidder formed
part of the contractual requirements prescribed in the Invitation to
Tender. The
applicant's primary complaint was directed not at the
financial analysis conducted in respect of the applicant (although it
did
question certain aspects thereof) but rather at the failure to
conduct a financial analysis in respect of Thenga.
[41]
It does not appear to be disputed that
Eskom has the right, if not the obligation, to assess Eskom's
financial risk exposure in
order to determine the viability of
concluding an agreement with an identified tenderer. Clause 3.14 of
Eskom's Conditions of Tender
require Eskom to determine the risk of
doing business with a supplier who may pose a financial risk to Eskom
in the execution of
the contract. It is recorded that during the
evaluation of the financial statements Eskom will try to identify
mitigating factors
/ requirements for the tenderer to meet, if
applicable and if there are insufficient suitable mitigating factors
or of the risk
is deemed to be too high, Eskom may disqualify the
tender.
[42]
I am satisfied that the financial ability
or capacity of a tenderer to deliver under the contract may well
constitute an objective
criteria as envisaged by the provisions of
section 2(1)(f) of the Procurement Act. (See
Rainbow
Civils CC v Minister of Transport and Public Works Western Cape and
Others
[2013] ZAWCHC (3) (6 February
2013) at paras 109-110).
[43]
It, however, goes without saying that the
objective criteria will be equally applicable to all tenderers. In
the instant matter,
Eskom was selective in its treatment of the
applicant and Thenga's tenders. The application of different criteria
for different
tenderers is inequitable, irrational and unfair. It is
apposite to reiterate the words of caution provided by the
Constitutional
Court in
Allpay
Consolidated Investment Holdings (Pty) Ltd and Others v Chief
Executive Officer of South African Social Security Agency and
Others
;
2014 (4) SA 604
(CC) at paragraph [27] where the following was
stated:
"[27] There is a further
consideration. As Corruption Watch explained, with reference to
international authority and experience,
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 three-fold
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."
[44]
Having elected not to award the
tender to the applicant as a result of the financial analysis, the
failure to conduct a financial
analysis in respect of Thenga is
inexplicable and disconcerting.
[45]
Absent the application of objective
criteria the applicant was entitled to be awarded the tender. It does
not appear that the applicant
was afforded the opportunity to deal
with the recommendations arising out of the financial analysis nor
was it given an opportunity
to address any risk-mitigating factors.
It is unclear whether any of the risk-mitigating factors set out in
Eskom's Procurement
Policy were ever considered. One would have
expected Eskom in these circumstances to have afforded the applicant
an opportunity
to address its concerns. Clause 14.7.9.13 of Eskom's
Procurement Policy only envisages the awarding of the contract to
another
supplier in circumstances where the risk could not be
mitigated.
[46]
The process and award of the tender to
Thenga falls foul of a number of provisions of PAJA, more
particularly sections 6(2)(c),
(h) and (i).
[47]
I am accordingly satisfied that the award
of the tender to the second respondent in these circumstances was
irregular and constitutionally
invalid.
Second
respondent's bid invalid
[48]
One of the pre-qualification criteria of
the tender was that a tenderer shall subcontract a minimum of 30% of
the contract value
to one of the group's designated in the ITT.
[49]
In its tender, Thenga indicated that it
intended to use AWS Pipelines as a subcontractor and that AWS
Pipelines had a BBBEE level
of 02. Thenga, however, did not indicate
as to which group the subcontractor belonged. A copy of the
subcontract agreement between
Thenga and AWS Pipelines was not
included in the Rule 53 record. It was subsequently attached to
Eskom's answering affidavit.
From Thenga's tender document it is
impossible to determine any details relating to the ownership of AWS
Pipelines.
[50]
In Eskom's answering affidavit it conceded
that the non-compliance with the pre-qualification criteria relating
to the identity
of the designated group of the subcontractor, was
significant. Eskom contended that where bidders had included a
subcontractor
agreement it was assumed that same was compliant with
the requirements.
[51]
It is immediately apparent that neither
Thenga's tender document itself nor the subcontract agreement between
it and AWS Pipelines
establishes compliance with the
pre-qualification criteria. It is notable that Eskom itself made no
attempt to establish whether
the pre-qualification criteria had been
met.
[52]
In terms of the technical evaluation
criteria (functionality) requirements of the tender, tenderers were
required to have a CIDB
level 8 ME (Construction Industry Development
Board) certification and were required to be compliant with ISO 3834.
Valid proof
of the tenderer's CIDB grading level 8 ME and ISO 3834
were mandatory requirements to perform welding on the Eskom plant.
[53]
The ITT recorded that only tenderers who
were registered with the CIDB, or who were capable of being so
registered within 21 working
days from the closing date from
submission of tenders, would be eligible to submit tenders.
[54]
It is common cause that Thenga did not
submit proof of its ISO 3834 certification. It was Thenga's intention
to sub-contract all
welding-related work to AWS Pipelines. From the
documentation attached to Thenga's answering affidavit, it appears
that AWS Pipelines
ISO 3834 certification had been renewed until
2023.
[55]
From the affidavits and Rule 53 record it
is difficult to determine what documents were submitted by Thenga to
Eskom in this regard.
In its answering affidavit Eskom suggests that
the required ISO certificate had been submitted to it but could not
be located. This,
however, was untrue. No ISO certificate had
been issued to Thenga in 2020.
[56]
It also transpired that the CIBD
registration certificate of AWS Pipelines had expired in 2013.
[57]
The failure on the part of Thenga to submit
the mandatory returnables in terms of para 3.12 of the ITT should
have disqualified
it and eliminated it from further evaluation.
[58]
Non-compliance with the peremptory
requirements of the tender cannot be condoned. (See
Dr
J S Moroka Municipality and Others v Bertram (Pty) Ltd and Another
2014 (1) All SA 545
(SCA) and
Minister
of Environmental Affairs and Tourism and Others v Pepper Bay Fishing
2004 (1) SA 308
(SCA)).
[59]
The conduct of awarding the tender to
Thenga in the absence of it having complied with the
pre-qualification criteria renders the
award reviewable under section
6(2)(b), (c) and (i) of PAJA.
Remedy
[60]
Section 8 of PAJA vests a court with a wide
equitable discretion in proceedings for judicial review. Orders which
may be granted
include –
"(c) setting aside
the administrative action; and –
1.
remitting the matter for
reconsideration by the Administrator with or without directions."
[61]
In
Allpay
Consolidated Investment Holdings (Pty) Ltd and Others v Chief
Executive Officer, South African Social Security Agency and
Others
2014 (1) SA 604
(CC) at paragraph [56] the Court
described the approach to remedy 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 that 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 [the public]
most closely associated with the
benefits of that contract must be given due weight."
[62]
There are no exceptional circumstances
warranting a substitution or variation of the tender award by this
Court. I am satisfied
that the appropriate relief would be to set
aside the administrative action and remit the matter back to Eskom
for reconsideration
as envisaged by section 8(1)(c)(ii) of PAJA.
[63]
The respondent has a record of all tenders
and is in a position to reconsider its award having regard to the
documentation provided
to it. I am satisfied that a period of three
months would suffice for it to complete this process. The declaration
of invalidity
should be suspended pending the finalisation of the
process.
[64]
I accordingly make an order in the
following terms:
1.
That the decision by the first respondent
to award tender MPGXC 006248 [the tender] to the second respondent be
reviewed and set
aside in terms of the
Promotion of Administrative
Justice Act, 3 of 2000
[PAJA] and declaring invalid any contract
concluded pursuant thereto.
2.
The question of who of the qualifying
bidders should be awarded the tender is remitted to Eskom's
Procurement Authority [Eskom]
for reconsideration as envisaged in
section 8(1)(c)(ii)
of PAJA on the papers filed of record in this
review with the directions that –
(a)
the final award be made within three months
from the date of this Order;
(b)
the order in paragraph 1 above is suspended
for three months from the date of this Order.
3.
The respondents are ordered, jointly and
severally, to pay the costs of this application for review, the one
paying the other to
that extent to be absolved, including the costs
of senior counsel.
N
REDMAN
Acting
Judge of the High Court
Heard:
24 November 2022
Judgment
delivered: ___ February 2023
Appearances:
For
Applicant: Adv
CJH Badenhorst
SC
Attorneys: Dirk
Kotze Attorneys
For
1
st
Respondent: Adv N
Mayet
Attorneys: Ncube
Inc.
For
2
nd
Respondent: Adv T
Govender
Attorneys: Victor
Nkhwasha Attorneys
sino noindex
make_database footer start
Similar Cases
Mbhele and Another vs City of Ekurhuleni Metropolitan Municipality and Another (020979/2022) [2023] ZAGPJHC 34 (16 January 2023)
[2023] ZAGPJHC 34High Court of South Africa (Gauteng Division, Johannesburg)99% similar
Mbatha v Vermaak [2023] ZAGPJHC 399 (4 May 2023)
[2023] ZAGPJHC 399High Court of South Africa (Gauteng Division, Johannesburg)99% similar
Mbhele v S (A107/2021) [2022] ZAGPJHC 269 (28 April 2022)
[2022] ZAGPJHC 269High Court of South Africa (Gauteng Division, Johannesburg)99% similar
Mbiza and Another v Phola Coaches Limited and Others (031536/2021) [2023] ZAGPJHC 1388 (21 November 2023)
[2023] ZAGPJHC 1388High Court of South Africa (Gauteng Division, Johannesburg)99% similar
Mbhemi v Road Accident Fund (050565/2022) [2025] ZAGPJHC 302 (30 January 2025)
[2025] ZAGPJHC 302High Court of South Africa (Gauteng Division, Johannesburg)99% similar