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 478
|
Noteup
|
LawCite
sino index
## IN2IT Tech (Pty) Limited v Gijima Holdings (Pty) Limited and Others (A5046/2022 ; 11686/2021)
[2023] ZAGPJHC 478 (15 May 2023)
IN2IT Tech (Pty) Limited v Gijima Holdings (Pty) Limited and Others (A5046/2022 ; 11686/2021)
[2023] ZAGPJHC 478 (15 May 2023)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAGPJHC/Data/2023_478.html
sino date 15 May 2023
REPUBLIC OF SOUTH
AFRICA
IN THE HIGH COURT OF
SOUTH AFRICA
GAUTENG DIVISION,
JOHANNESBURG
APPEAL
CASE NO
:
A5046/2022
COURT
A QUO
CASE
NO
:
11686/2021
DATE
:
15
th
May 2023
NOT REPORTABLE
NOT OF INTEREST TO OTHER
JUDGES
REVISED
In the matter between:
IN2IT
TECH (PTY) LIMITED
Appellant
and
GIJIMA
HOLDINGS (PTY) LIMITED
First
Respondent
STATE
INFORMATION TECHNOLOGY AGENCY SOC LIMITED
Second
Respondent
MINISTER
OF POLICE
Third
Respondent
ADVANCED
VOICE SYSTEMS (PTY) LIMITED
Fourth
Respondent
Neutral Citation
:
IN2IT Tech v Gijima Holdings and Others (A5046/2022)
[2023]
ZAGPJHC 478
(15 May 2023)
Coram:
Makume, Adams
et
Crutchfield JJ
Heard
: 26 April
2023
Delivered:
15 May
2023 – This judgment was handed down electronically by
circulation to the parties' representatives
via
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 15 May 2023.
Summary:
Constitutional and administrative law –
s 172 of the Constitution – rationality review, as well as
review in terms of
s
6(2)(a)(i) and 6(2)(b)
of the
Promotion of Administrative Justice Act 3 of 2000 (PAJA) –
non-compliance with the mandatory requirements of the Request
for
Bids (RFB) – appeal against the granting of judicial review
application – Procurement by the South African Police
Service
(SAPS) of repair and maintenance services in respect of their PBX
telephone system – award of tender to the appellant
held to be
invalid by the court
a quo
for want of compliance with the mandatory technical requirements of
the bid – award of bid to appellant also held by the
court
a
quo
to be irrational – Principle
of legality – disconnect between the award of the bid and the
purpose of the tender –
first respondent’s contention to
that effect rejected –Non-compliance with mandatory requirement
of bid – proper
interpretation of Bid documents – does
not support conclusion of non-compliance – compliance in fact
established. Appropriate
‘just and equitable’ order in
terms of s 172(1)(b) of the Constitution. Appeal upheld and decision
of SITA to award
the tender to the appellant confirmed.
ORDER
On
appeal from:
The
Gauteng Division of the High Court, Johannesburg (Windell J
sitting as Court of first instance):
(1)
The appellant’s appeal against the order of
the court
a quo
is
upheld, with costs.
(2)
The order of the court
a
quo
is set aside and in its place is
substituted the following: -
‘
(a)
The
applicant’s judicial review application is dismissed with
costs, such costs to include the costs consequent upon the employment
of two Counsel, one being Senior Counsel (where so employed).’
(3)
The first respondent shall pay the appellant’s
costs of the appeal, including the costs of the application for leave
to appeal
to the court
a quo
and the costs of the application for leave to
appeal to the Supreme Court of Appeal, all such costs to include the
costs consequent
upon the employment of two Counsel, one being Senior
Counsel (where so employed).
JUDGMENT
Adams J (Makume
et
Crutchfield JJ concurring):
[1]
This matter arises from the
award on 22 January 2021 by the third respondent, the State
Information Technology Agency (SITA), of
a tender to the appellant,
In2IT Tech (In2IT). The tender was very descriptively entitled
‘Provision of Maintenance and Support
for PBX Systems for the
South African Police Service for a period of Three (3) years’
(‘the tender’). A PBX (or
private branch exchange) is a
piece of information technology equipment that manages, connects and
routes telephones for an organisation.
By and large, PBX does the
same job that telephone operators and switchboards did in years gone
by. The first respondent, Gijima
Holdings (Gijima), in association
with the fourth respondent, Advanced Voice Systems (AVS), was the
only other bidder, but was
unsuccessful mainly due to its bid price
being substantially higher than that of In2IT.
[2]
On 9 March 2021, Gijima
launched an application in the Gauteng Division of the High Court,
Johannesburg (the court
a
quo
). The
relief sought in part ‘B’ of that application was that
the decision by SITA to award the tender to In2IT be reviewed
and set
aside and that the said decision be substituted by one in terms of
which Gijima, in partnership with AVS, is appointed
as the successful
tenderer. Ancillary relief claimed was that SITA be directed to
conclude an agreement with Gijima within thirty
days for the
provision of the services by Gijima pursuant to the tender.
[3]
The
declaration of unlawfulness was sought on two bases. First, that
there has been non-compliance with the provisions of s 6(2)(a)(i)
and
6(2)(b) of the Promotion of Administrative Justice Act
[1]
(PAJA)
in that,
inter
alia
,
‘a mandatory and material procedure or condition prescribed by
an empowering provision was not complied with’
[2]
,
that being the mandatory requirements of the bid. Secondly, and if it
was found that SITA did comply with the tender specifications
and
requirements, the award of the tender to In2IT was irrational in that
the decision was not rationally connected to the information
which
was before it when the decision was taken, in particular the fact
that Gijima, in partnership with AVS, was the only entity
in the
whole of South Africa capable of providing all of the services
required in terms of the tender. In that regard, Gijima relied
on the
provisions of s 6(2)(f)(ii)(cc) and (dd) of PAJA
[3]
.
[4]
These contentions by Gijima
found favour with the court
a
quo
(per
Windell J), who, on 21 October 2021, reviewed and set aside the
award and further ordered that Gijima be substituted in
the place and
in the stead of In2IT as the successful bidder. In2IT sought leave to
appeal against the whole of the order of the
court
a
quo
. That
leave was refused by the high court, but was granted on petition to
the Supreme Court of Appeal. In essence, therefore, this
appeal
concerns the interpretation of the provisions of the bid documents
relating to the mandatory technical requirements of the
tender, as
well as a consideration as to whether the award of the tender by SITA
to IN2IT was rational.
[5]
It bears emphasising that
the basis on which the high court found that the award of the tender
was unlawful and granted the review
application was sections
6(2)(a)(i), 6(2)(b) and 6(2)(i) of PAJA, which require
administrators, such as SITA, to comply with tender
specifications
and requirements. Additionally, so the court
a
quo
held,
‘SITA took into account irrelevant considerations, such as
competition and price, and followed a haphazard and irrational
decision-making process’, which means that the decision to
award the tender can and should be reviewed and set aside in terms
of
sections 6(2)(f)(ii)(cc) and (dd) of PAJA, as its decision is not
rationally connected to the information that was before it
when it
took its decision. It is also not rationally connected to the reasons
given for it by SITA.
[6]
I now proceed to deal
firstly with the contention by Gijima that the award of the tender
was correctly reviewed and set aside by
the court
a
quo
on
the basis that SITA, as the decision maker, failed to comply with the
mandatory technical requirements of the tender. A convenient
starting
point for this discussion is the wording of the Request for Bids
(‘RFB’) document, which was published on
04 September
2020, with the closing date of 25 September 2020, and which described
the purpose of the RFB as follows:
‘
The
purpose of this RFB is to invite competent service providers
(hereinafter referred to as "bidders") to submit bids
to
"Provide Maintenance and Support for legacy PBX systems for the
South African Police Service (SAPS) for a period of three
(3)
years".’
[7]
Importantly, the document
explains the background to the RFB in the following terms:
‘
1.2.
BACKGROUND
(1)
The SAPS currently
use approximately 267 legacy PBX systems comprising the following
brands/models: NEC/Philips, Ericsson MD/BP
series and Siemens. These
legacy PBX implementations that are located at various SAPS service
centres and facilities across all
nine Provinces in South Africa need
to be maintained and supported through its life-span.
(2)
NOTE:
The
SAPS, through its continuous modernisation programme, will gradually
replace the legacy PBX systems with modern VoIP Telephony
solution
.
The Modern VoIP Telephony system is not part of the scope of this
contract. Therefore, the quantity of legacy PBX systems may
decrease
through the duration of the contract due to the SAPS modernisation
programme.’ (Emphasis added).
[8]
The importance of the
background as expounded on in the RFB document and its relevance will
become clearer later on in the judgment.
Suffice to note, at this
stage, that the background, and in particular the fact that the SAPS
was in the process of phasing out
the PBX system, quite clearly plays
an important role in the proper interpretation of the RFB document,
especially in relation
to exactly what is provided for in the
‘Mandatory Technical Requirements’ section.
[9]
Moreover, it is instructive
that the RFB expressly contemplated the movement by most
organisations, including the SAPS, away from
the use of the PBX
Systems and the upgrading to an internet-based system for connecting
their telephone networks, called VoIP (or
Voice over Internet
Protocol). From the papers, it is also common cause that the SAPS is
in the process of upgrading its telephone
network from PBX to VoIP,
which axiomatically takes time. SAPS still uses 267 PBXs at sites
across the country, some of which are
made by Siemens, some by
Ericsson/Mitel and some by NEC/Philips. They all need to be
maintained while the upgrade to VoIP runs
its course. The tender at
issue in this appeal is aimed at doing that maintenance job for three
years.
[10]
The mandatory requirement in
the RFB which, according to Gijima, In2IT did not comply with,
required of Bidders to be ‘an
OEM, or a duly authorised
representative of the OEM or a registered OEM partner to maintain or
support the brands of PBX systems’
used by the SAPS at the time
the bid was published. An ‘OEM’ is a reference to an
‘Original Equipment Manufacturer’
and relates to the
original manufactures of the PBX systems in use by the SAPS during
the relevant time. Due to it being critical
in the dispute between
the parties, it may be apposite to quote the relevant provision
verbatim. It reads, under the heading ‘Technical
Mandatory
Requirements’, as follows: -
‘
(2)
BIDDER
CERTIFICATION / AFFILIATION REQUIREMENTS
The
bidder must be an OEM, or duly authorised representative of the OEM
or a registered OEM partner to maintain or support the following
brands of PBX systems:
a)
Siemens;
b)
Ericsson/Mitel; and
c)
NEC/Philips systems.’
[11]
Under the heading
‘Substantiating Evidence of Compliance’, the bidders were
required to prove compliance with this requirement
as follows: -
‘
Provide
proof (letter or certificate) that the bidder is the OEM or duly
authorised representative of the OEM or an OEM partner
for all (3)
products brands.
NB:
SITA reserves the right to verify that all information provided is
valid at time of bid.
NB:
All letters or certificates must be dated, signed and on a letterhead
of the entity that issued it.’
[12]
It is the interpretation of
these provisions, in particular the meaning of the word ‘brands’
referred to therein, which
is central to this appeal. It is not in
dispute that In2IT and/or its associated companies are authorised
representatives of all
three of the PBX brands used by the SAPS,
namely Siemens, Ericsson/Mitel and NEC/Philips. These brands are the
so-called OEMs referred
to in the ‘Technical Mandatory
Requirements’ provisions of the RFB. In2IT is not, however, an
authorised representative
for each model of each PBX system or brand.
So, for example, it is common cause that In2IT is not an authorised
representative
of NEC/Philips in relation to its iS3000 model system,
which is still used by the SAPS at most of its sites. It is indeed so
that,
on the evidence in the matter, Gijima is in fact the sole
certified supplier and maintenance and support entity in South Africa
for the iS3000 Range. This aspect, which forms an integral part of
Gijima’s case in this appeal, will be returned to later
on in
the judgment.
[13]
What is also true is that
NEC/Philips stopped making the iS3000 model at the beginning of 2019.
On 22 January 2019, NEC/Phillips
announced to its customers that,
delivery, expansion and maintenance and support of a number of
hardware articles of the iS3000
platform having been discontinued for
a number of years, effective 01 January 2019 all iS30000 hardware
products were declared
as end of life products and would not be
delivered after that date.
[14]
It is the case of Gijima
that the above mandatory requirements provisions are to be
interpreted as requiring a bidder to be not
just an authorised
representative of each of the OEMs, but also an authorised
representative in relation to each of the product
models of each of
the brands of the OEMs. The reference to ‘brands’, so the
contention on behalf of Gijima goes, should
be read and interpreted
to include ‘models’. Gijima arrives at this conclusion by
applying a purposive interpretation
of the mandatory requirements
provisions and of the RFB as a whole, by having regard to the
considerations set out in the paragraphs
which follow.
[15]
In that regard, Mr Friedman,
Counsel for Gijima, submitted that the genesis, the reason and the
need for the tender and the related
RFB are to be found in an
internalised documented ‘Business Case’, prepared on
behalf of the SAPS by SITA on or about
2 June 2020. That report, the
purpose of which was to motivate a request for the approval to
procure technical support and maintenance
of the PBX system of the
SAPS for a period of three years, explained the risks associated with
the PBX systems breaking down and
not being operational. It described
some of the systems as ‘mission critical’ and warned that
SITA could not ‘afford
that the [SAPS] has no services should
the current contract expire’. The business case also clarified
that the request to
initiate a tender was to ensure on-going
technical support and maintenance services, which included ‘the
enhancement of the
SAPS owned PBX telephone systems, that will
encompass the repair, upgrade, ad-hoc extension and additional
feature requirements
of SAPS on the current PBX infrastructure
throughout South Africa’. The document iterated the purpose of
the tender as being
to service and maintain existing PBX systems,
which would only ‘gradually’ be phased out and replaced.
[16]
Moreover, so Gijima further
contends, paragraph 1.2 of the RFB document expressly records that
the SAPS then used approximately
267 ‘legacy’ PBX
systems, comprising brands/models of NEC/Philips, Ericsson MD/BP and
Siemens. These systems are referred
to as ‘legacy’
systems, because they have been in use for some time and in some
cases use technology now considered
to be obsolete and nearing the
end of its life. These legacy PBX systems are located at various SAPS
service centres and facilities
across all nine provinces in South
Africa and need to be maintained and supported through their
lifespan. The intention of the
SAPS is to replace, gradually, the
legacy PBX systems with modern Voice Over Internet Protocol (VoIP)
telephony. However, in the
meantime, the SAPS requires a service
provider to provide maintenance and support in respect of the legacy
PBX systems.
[17]
What is more, so the
argument on behalf Gijima was continued, the tender explained, in
some detail, the scope of work covered by
it. The winner was to
provide preventative and corrective maintenance of the PBX systems
and ad hoc services. Corrective maintenance
takes the form of
repairs, the replacement of faulty equipment and day-to-day fault
management. Ad hoc services, which are based
on requests received
from the client, might include upgrades on PBX infrastructure, the
expansion of PBX infrastructure, additional
feature requirements on
SAPS PBX infrastructure and software upgrades ‘to the specific
brands of PBX systems’.
[18]
It is in this context as set
out in the aforegoing paragraphs, and having regard to the purpose
for which the tender was published,
that Gijima contends that the
‘mandatory requirements’ provisions of the RFB should be
interpreted as requiring of
the bidders to be authorised
representatives of the OEMs in relation to any and/or all of their
system models. Additionally, so
the argument is developed, the tender
expressly differentiated between ‘brands’ and ‘models’
of the PBX
systems. The tender specifications made it clear that the
‘goods or services must be supplied or provided at the physical
locations’ mentioned in the schedule, which importantly listed
the PBX brand and model, which would require maintenance and
repair
pursuant to and in terms of the tender. This is an indication,
according to Gijima’s argument, that the bidders would
have
been required to be capacitated to maintain and repair all of the PBX
models, including, for example, the iS3000 model of
the NEC/Phillips
brand, which only Gijima could do.
[19]
This specific reference to
‘brands’, albeit not in the ‘mandatory
requirements’ provisions, but in the ‘Special
Conditions
of Contract’, means that the intention of the RFB was that the
bidders should be representatives in respect of
the models in
addition to being authorised representatives of brands. The simple
point made by Gijima is that the tender document
required of all of
the bidders that they demonstrate that they would be able to meet the
special conditions of contract. I interpose
here to note that this,
in my view, does not mean that the Special Conditions of Contract
(‘SCC’) can and should be
elevated to a mandatory
requirement. To do so would clearly be wrong. One needs look no
further than the ‘instruction’
provisions of the SCC,
which expressly provides that SITA had the right to waive any of the
conditions of the signed contract.
I return to this issue later on in
the judgment.
[20]
Gijima also attaches
significant weight to the contract concluded between SITA and In2IT
pursuant to the award of the tender to
the latter, and the fact that
the said agreement provides that the successful bidder would be
required to ‘provide software
upgrades to the specific brands
of PBX systems that forms part of this bid should such a request
originate from the SAPS client’.
This, so it is submitted on
behalf of Gijima, could only be done by it, which again confirms the
intention of the RFB that bidders
would have been required to be
representatives in relation to models, not just brands. Moreover, the
contract also provides that
the successful bidder is required to
‘ensure that [the] work or service is performed by a person who
is certified by [the]
Original Equipment Manufacturer or Original
Software Manufacturer’.
[21]
The
court
a
quo
agreed with Gijima’s contentions and held that the ‘mandatory
requirements’ provisions, properly interpreted,
required of the
bidders to be authorised representatives of the OEMs in respect of
all of the PBX models used by SAPS at the time,
notably the NEC
iS3000, which was in use at most of the SAPS sites covered by the
tender. Additionally, so it was found by the
court
a
quo
, one
of the SCC, which In2IT confirmed it would be able to fulfil, was the
need to do software upgrades on request, which, by all
accounts, it
could in fact not do. The court
a
quo
accordingly
agreed with Gijima that, because In2IT is not authorised to do
repairs and maintenance on the iS3000 range from NEC
because it is
not permitted to do software upgrades, it could not service the
iS3000 series comprehensively, which in turn disqualified
them from
the bid.
[22]
I
disagree.
T
he
more modern approach to interpreting contractual instruments that was
started by decisions such as
Natal
Joint Municipal Pension Fund v Endumeni Municipality
[4]
and
Bothma-Batho
Transport (Edms) Beperk v S Bothma and Seun Transport (Edms)
Beperk
[5]
and
carried through into judgments such as, for example,
Novartis
SA (Pty) Limited v Maphil Trading (Pty) Limited
[6]
,
has conveniently been summarised as follows in
North
East Finance (Pty) Limited v Standard Bank of South Africa
Limited
[7]
:
‘
The
court asked to construe a contract must ascertain what the parties
intended their contract to mean. That requires a consideration
of the
words used by them and the contract as a whole, and, whether or not
there is any possible ambiguity in their meaning, the
court must
consider the factual matrix (or context) in which the contract was
concluded.’
[23]
Thus,
whilst the logical point of departure remains the language of the
provision itself, that is no longer the end of the enquiry
and as was
reiterated in
Tshwane
City v Blair Athol Homeowners Association
[8]
:
‘
It
is fair to say that this court has navigated away from a narrow
peering at words in an agreement and has repeatedly stated that
words
in a document must not be considered in isolation. It has repeatedly
been emphatic that a restrictive consideration of words
without
regard to context has to be avoided. ... the purpose of the provision
being interpreted is also encompassed in the enquiry.
The words have
to be interpreted sensibly and not have an unbusinesslike result.
These factors have to be considered holistically.’
[24]
The
aforegoing approach is subject to the proviso that the evidence must
indicate a common understanding of the terms of the agreement,
may
not alter the meaning of the words used and should be used as
conservatively as possible. In that regard, see:
KPMG
Chartered Accountants (SA) v Securefin Limited and Another
[9]
.
The point is that, whilst accepting the parol evidence rule remains
part of our law, the manner in which the parties themselves
not only
understood but implemented their contractual obligations is a very
important aid in the interpretative process, provided
of course that
such interpretative exercise does not alter the written words of the
contract itself.
[25]
It is worth emphasising that
the logical point of departure in the purposive and contextual
interpretation exercise is the wording
of the provision.
In
casu
, the
mandatory requirement provisions are clear and unequivocal that
bidders were required only to be authorised representatives
of the
OEMs and their brands of PBX systems. The provision then goes on to
specifically list the brands as Siemens, Ericsson/Mitel
and
NEC/Philips. It is reasonable to assume that, had the RFB intended to
include the individual system models, it would simply
have said so.
This point is bolstered by the way in which the RFB, in the section
headed ‘Technical Schedules’, which
is part of the SCC,
expressly draws a distinction between the concepts of ‘brands’
and ‘models’. This list
itemises where each of the 267
PBX’s of the SAPS are located across the country. So, for
example, a police station in Soweto
has a Siemens ISDX L, a police
station in Pretoria North an Ericsson/Mitel MD 110, a police station
in Braamfontein has a NEC/Philips
S1000, and so on.
[26]
As already indicated, this
table expressly draws a distinction between ‘brands’ and
‘models’, itemised under
different columns of the table.
Therefore, in my view, the ‘mandatory requirements’
provision – interpreted textually
– does not support the
case of Gijima that it was a mandatory requirement of the tender that
bidders are to be authorised
representatives in respect of the models
of the OEMs.
[27]
The next question to be
considered is whether or not a purposive and contextual
interpretation would displace the wording of the
provision. And, in
that regard, the very first consideration is the fact that the tender
was simply a ‘stopgap’ aimed
at maintaining and
supporting obsolete communication technology, which has reached the
end of its life. The RFB says so in the
introduction in as many
words. The point is simply that the systems, which were to be
supported and maintained in terms of and
pursuant to the tender, had
come to the end of their lifetimes and the SAPS, by all accounts, was
in the process of phasing them
out. It stands to reason that, if a
system had fallen into such disrepair that it required a major
overhaul, it would simply be
put out to pastures. If an old PBX
breaks, it was to be replaced through internal network/system refresh
programs. And so the successful
bidder did not need to stock spare
PBXs.
[28]
In any event, according to
some of the OEMs, the systems were no longer supported, which means
that parts are no longer available
and major repairs cannot be
effected. So, for example, the iS3000 model of the NEC/Philips brand
was discontinued as far back as
January 2019, that is some two years
prior to the bid being awarded to In2IT.
[29]
This, in my view, translates
into an understanding of the RFB that the bidders were not required,
by the ‘technical mandatory
requirements’, to have the
ability to support any and/or all of the models. The point is simply
that SITA issued a tender
for ‘maintenance and support’
for the PBX’s of the SAPS for three years while the systems
were being upgraded
to the VoIP systems. As provided for in the RFB,
this very simply entailed maintenance and support of the PBXs in the
form of:
(a) preventative maintenance, which includes cleaning,
performance testing and other repairs; (b) corrective maintenance,
which includes repairs, replacements of faulty equipment, and
day-to-day fault management; and (c) ad hoc services, which, as the
RFB specified, are ‘based on requests received from client if
and when required’, including ‘software upgrades
to the
specific brands of PBX systems’.
[30]
Gijima makes much of In2IT’s
inability to attend to upgrades on the iS3000 model. This, in my
view, is immaterial. As indicated
supra
,
the ‘mandatory requirements’ provisions provide that
software upgrades are required only if SAPS asks for them. What
is
more is that the SCC, under the heading ‘preventative
maintenance’, provides that the ‘reports and proposals
for the upgrade of these units (where necessary) must be submitted
together with the quarterly maintenance invoice before payment
will
be processed’. And under additional requirements, the RFB
requires the successful bidder to inform SITA of any ‘End-of-life
announcements made by the OEM in terms of Hardware’. The
successful bidder must also propose hardware upgrades to SITA should
upgrades become available.
[31]
The simple point is that
software upgrades, of which Gijima made much, were firstly unlikely
to be required, because of the fact
that the SAPS was phasing out the
PBX systems. Secondly, upgrades, for example for the iS3000 range,
did not form part of the RFB.
Gijima’s focus on software
upgrades, as supported by the court
a
quo
, also
loses sight of the narrow, stopgap purpose of the tender. As
submitted by Mr Blou SC, who appeared on behalf of In2IT, PBXs
are
obsolete machines, and obsolete machines are generally not kept on
software life support. It stands to reason that the release
of a
software upgrade by the OEMs for a PBX’s they no longer make
and no longer sell, is highly unlikely.
[32]
Further with regard to
context, it should be born in mind that one is here dealing with a
RFB, where the text is clear: the requirement
is linked to brands,
not to models. It must be accepted that a tender document, more than
is the case with other instruments, should
be interpreted in a way
that remained faithful to its text and apparent purpose. In any
event, SITA confirmed in its answering
affidavit that the requirement
being attached to ‘brands’ and not to ‘models’
was no drafting error. If
SITA really meant ‘models’ as
against ‘brands’, it would have said so. As was said by
SITA in their answering
affidavit:
‘
With
some of the PABX platforms having reached or nearing end-of-life from
the OEM, SITA did not see it necessary to include a requirement
for
the bidders to be certified on specific platforms as the risk of
maintaining end-of-life PABX platforms would, in any case,
be borne
by the bidders themselves rather than the OEM.’
[33]
Accordingly, I am of the
view that the purpose of the tender confirms what the text makes
clear. The stopgap purpose of the RFB
is to ensure that obsolete PBXs
of the SAPS are maintained pending their replacement with more modern
technology. For this reason,
the RFB does not require bidders to
include in their prices software upgrades and spare parts that might
never be needed. SITA
did not want bidders to price for an uncertain
contingency, which explains why the RFB made clear that ‘ad
hoc’ services,
including software upgrades, would be requested
only if needed. Expanding the mandatory requirement beyond its plain
text to include
authorisation over models (and not just brands)
undermines the tender’s sensible, cost-effective approach to
supporting end-of-life
equipment.
[34]
Besides, the RFB
distinguishes between mandatory requirements and special conditions
of contract. The mandatory requirements are
the rules of the game,
whereas the special conditions, in contrast, are contractual clauses
that SITA may enforce through usual
contractual remedies if the
successful bidders do not comply. In their own terms, the special
conditions were not mandatory. SITA
had a right to negotiate them,
and a right to waive them altogether. The point is simply that a
special condition of contract cannot
be a mandatory requirement of a
RFB if the organ of state is free to waive it.
[35]
In sum, I am of the view
that, properly interpreted in context and having regard to its
purpose, the ‘technical mandatory
requirements’ of the
RFB did not require of the bidders to be authorised representatives
of all of the models of the PBX
systems. Therefore, the court
a
quo
erred
in finding that In2IT did not comply with the mandatory requirements
of the tender and that it ought to have been disqualified.
As
correctly contended by Mr Blou SC, the SCC are not mandatory and they
cannot and do not alter the plain text of the RFB.
Gijima’s
Rationality Argument
[36]
As indicated above, Gijima
also contends for a review and setting aside of the award of the
tender to In21IT on the basis that same
was irrational.
[37]
Gijima’s argument goes
as follows. SITA, in publishing the documented Business Case,
referenced
supra
,
which preceded the formal publication of the tender, recognised the
specific needs of the SAPS in respect of the legacy PBX systems,
and
it knew, or ought to have known that NEC representatives and partners
are given the exclusive right, in certain circumstances,
to maintain
and support specific PBX models, notably the iS3000 range. In that
context, SITA published the tender specifications
and then decided to
appoint In2IT, despite the fact that In2IT could not service and
maintain the iS3000 model.
[38]
The aforegoing, so the
argument is concluded, translate into an approach and a decision,
which were both procedurally irrational
and in conflict with the
provisions of s 6(2)(f)(ii)(cc) of PAJA, which provides that a court
has the power to review administrative
action if it is not rationally
connected to the information before the decision maker. The court
a
quo
agreed
with this contention and held accordingly in its judgment. The point
made by Gijima, with which the court
a
quo
agreed,
is that the decision of SITA, as the decision-maker, could not
possibly have been made rationally since that decision was
not
rationally connected to the information it had before it when the
decision was made, that being that In2IT could not perform
all
aspects of the tender requirements. Put another way, according to
Gijima, In2IT could never have rationally and lawfully been
selected
as the winning bidder given that it could not objectively fulfil the
technical requirements of the bid. On that basis,
it ought never to
have been awarded the tender.
[39]
In2IT
counters this contention firstly on the basis that this is in effect
an attack that should have been directed against the
bid documents
and not belatedly against the decision after the award is made. I
find myself in agreement with this contention.
In that regard, the
Rogers J stated in
SMEC
South Africa (Pty) Ltd v City of Cape Town and Others
[10]
:
-
‘
[91]
Furthermore, such an attack is concerned with the decision to issue
the tender invitations on these terms, rather than with
decisions
made by the BECs and BACs. The function of the BECs and BACs was to
evaluate the tenders in accordance with the tender
documents. If SMEC
considered that the decision to go out to tender on terms which did
not require functionality to be scored was
unlawful, it should have
launched a timeous challenge once the tenders were issued on 31 July
2020 (T26) and 7 August 2020 (T36)
respectively. That a decision to
issue a tender on terms which violate procurement legislation is in
principle susceptible to judicial
review is apparent from the
judgment of the Supreme Court of Appeal in
Airports
Company South Africa
.
But instead of challenging the decision to issue the tenders on
supposedly objectionable terms, SMEC participated in the tenders,
allowed the tender evaluation processes to run their course,
internally appealed against the decisions to reject its bids as
non-responsive,
and only launched review proceedings on 17 May 2021
(T36) and 18 August 2021 (T26), after it had failed in its quest to
be the
successful bidder.
[92]
… … … In principle, it seems undesirable that a
bidder should be at liberty to “take a chance”
in the
hope that it will be awarded the tender, keeping in reserve an attack
on the validity of the tender terms should it be unsuccessful
in
winning the bid. However, in view of the conclusion I have reached on
other aspects, I need not finally decide this point.’
[40]
I respectfully adopt the
reasoning and views of Rogers J that it is undesirable for a bidder
to take a chance in the hope that it
will be awarded the tender and
‘keeping in reserve an attack on the validity of the tender
terms should it be unsuccessful
in winning the bid’. For this
reason alone, Gijima’s rationality argument stands to be
rejected.
[41]
In any event, in my
judgment, there is nothing irrational about SITA having awarded to
In2IT the tender notwithstanding the fact
that it was not licensed to
maintain and support certain of the models of the PBX systems. I say
so for the reasons alluded to
supra in the context of the object for
which the tender was issued, namely to maintain and support systems
which have reached or
were nearing the end of their lives. I
reiterate that pursuant to the award of the tender, the winning
bidder was required to repair,
maintain and support systems, which
had reached or were nearing the end of their lives. This In2IT could
do. In the unlikely event
that more was required to be done, such as
hardware or software upgrades of any particular system, which could
not be done, the
system would probably have been shelved and replaced
with an updated one.
[42]
Moreover, as contended by
In2IT, it is not as open and shut as Gijima would make it out to be
that In2IT would factually not have
been able to render the services
required to be rendered pursuant to the bid. So, for example, the
evidence in the matter indicates
the existence of an agreement
between Gijima and NEC/Philips (who used to make the iS3000 but has
not made one since 2019), in
terms of which Gijima was appointed as
the ‘sole certified supplier and maintenance and support entity
in South Africa’
for a number of ‘NEC Solutions’,
including the iS3000 platform. Importantly, though, it was also
confirmed by NEC/Philips
that ‘in the unlikely event that
Gijima is no longer in the position to support the NEC ranges of
solution’, it undertook
to ‘appoint another agent in this
region to fulfil this support role going forward during the products
life term and according
to commercially acceptable conditions’.
[43]
This, in my view, is the
death knell for the ‘rationality’ argument, the point
simply being that there is no evidence
that a third party like In2IT
would not be able to receive from NEC/Philips certification as a
supplier. By all accounts Gijima’s
appointment was not
exclusive – the evidence certainly does not point in that
direction. The same reasoning applies to spare
parts.
[44]
I therefore conclude that
the review was erroneously upheld by the court
a
quo
on
the basis that the award of the tender was irrational.
The
Remedy
[45]
In light of my findings
relating to the review and setting aside of the award of the tender
to In2IT, it is not necessary for me
to deal in detail with the issue
of the remedy. Suffice to state that, in my view, irrespective of
whether or not the award is
reviewable, the substitution order
granted by the court
a
quo
should
not stand.
[46]
As
correctly submitted on behalf of In2IT, substitution is an
‘extraordinary remedy’ and remittal is almost always the
prudent and proper course
[11]
.
SITA is best placed to decide how best to deal with this tender if
the award is set aside. SITA exists precisely because procurement
for
information technology requires particular expertise. This tender is
no different. SITA’s expertise is needed to determine
how best
to transition the SAPS from PBX to VoIP and how best to manage SAPS’s
needs during the transition in a cost-effective
way. For these
reasons, I would not have ordered substitution.
[47]
A court is constitutionally
authorised, once it has found conduct to be unlawful, to craft an
order that is appropriate to the circumstances.
Section 172(1)(b) of
the Constitution provides that, following upon a declaration of
constitutional invalidity, a Court may make
any order that is just
and equitable, including an order limiting the retrospective effect
of the declaration of invalidity; and
an order suspending the
declaration of invalidity for any period and on any conditions, to
allow the competent authority to correct
the defect.
[48]
I am not convinced that, in
the circumstances of this matter, the substitution order granted by
the court
a
quo
was
just and equitable. It seems innately unjust and unfair that Gijima
was permitted by the order of the court
a
quo
to
adjust its price
ex
post facto
after
having had the benefit of seeing what was tendered by the other
bidder. It may very well be that the circumstances of the
present
case are such that it falls within the category of those cases where
by reason of the effluxion of time and other considerations,
notably
the fact that Gijima’s price quoted would have cost the Fiscus
a substantial sum of money more than it is paying
to In2IT, an
invalid administrative act should have been permitted to stand.
Conclusion
and Costs of Appeal
[49]
For all of these reasons the appeal must succeed
and the order of the court
a quo
should be replaced with one in terms of which the
first respondent’s judicial review application is dismissed.
[50]
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. See:
Myers
v Abramson
[12]
.
There
are no grounds in this case to depart from the ordinary rule that
costs should follow the result.
I
therefore intend granting costs in favour of the appellant against
the first respondent. The complexity of the matter does, in
my view,
warrant costs to include the costs of two counsel, with one being
Senior Counsel (where so employed).
Order
[51]
In the result, the following order is made: -
(1)
The appellant’s appeal against the order of
the court
a quo
is
upheld, with costs.
(2)
The order of the court
a
quo
is set aside and in its place is
substituted the following: -
‘
(a)
The
applicant’s judicial review application is dismissed with
costs, such costs to include the costs consequent upon the employment
of two Counsel, one being Senior Counsel (where so employed).’
(3)
The
first respondent shall pay the appellant’s costs of the appeal,
including the costs of the application for leave to appeal
to the
court
a
quo
and
the costs of the application for leave to appeal to the Supreme Court
of Appeal, all such costs to include the costs consequent
upon the
employment of two Counsel, one being Senior Counsel (where so
employed).
L R ADAMS
Judge of the High
Court
Gauteng Division,
Johannesburg
HEARD ON:
26
th
April
2023
JUDGMENT DATE:
15
th
May
2023 – judgment handed down electronically
FOR THE APPELLANT:
Adv Jonathan Blou SC
INSTRUCTED BY:
Schindlers SI
Attorneys, Melrose Arch, Johannesburg
FOR THE FIRST
RESPONDENT:
Adv Adrian Friedman
INSTRUCTED BY:
Nicqui Galaktiou
Incorporated, Illovo, Johannesburg
FOR THE SECOND
RESPONDENT:
No appearance
INSTRUCTED BY:
Mkhabela Huntley
Incorporated, Sandhurst, Sandton
FOR THE THIRD
RESPONDENT:
No appearance
INSTRUCTED BY:
The State Attorney,
Johannesburg
FOR THE FOURTH
RESPONDENT:
No Appearance
INSTRUCTED BY:
No appearance
[1]
Promotion
of Administrative Justice Act, Act
3 of 2000;
[2]
Section
6(2)(b)
of PAJA;
[3]
Section
6(2)(f)(ii)
reads: ‘A court or tribunal has the power to
judicially review an administrative action if –
(ii)
is not rationally connected to-
(aa)
the purpose for which it was taken;
(bb)
the purpose of the empowering provision;
(cc)
the information before the administrator; or
(dd)
the reasons given for it by the administrator;’.
[4]
Joint
Municipal Pension Fund v Endumeni Municipality
2012
(4) SA 593 (SCA)
[5]
Bothma-Batho
Transport (Edms) Beperk v S Bothma and Seun Transport (Edms) Beperk
2014
(2) SA 494 (SCA)
[6]
Novartis
SA (Pty) Limited v Maphil Trading (Pty) Limited
2016
(1) SA 518 (SCA)
[7]
North
East Finance (Pty) Limited v Standard Bank of South Africa Limited
2013
(5) SA 1 (SCA)
[8]
Tshwane
City v Blair Athol Homeowners Association
2019
(3) SA 398 (SCA)
[9]
KPMG
Chartered Accountants (SA) v Securefin Limited and Another
2009
(4) SA 399 (SCA)
[10]
SMEC
South Africa (Pty) Ltd v City of Cape Town and Others
(8277/2021;14097/2021)
[2022] ZAWCHC 131
(23 June 2022);
[11]
Trencon
Construction (Pty) Ltd v Industrial Development Corporation of South
Africa Ltd
2015
(5) SA 245
(CC) at para 42;
[12]
Myers
v Abramson
,
1951(3)
SA 438 (C) at 455
sino noindex
make_database footer start