Case Law[2023] ZAGPJHC 1446South Africa
Caledon River Properties (Pty) Ltd and Another v Special Investigation Unit and Another (A5066/2022 ; GP/17/2020) [2023] ZAGPJHC 1446 (12 December 2023)
High Court of South Africa (Gauteng Division, Johannesburg)
7 September 2022
Headnotes
the costs of the application should be costs in the appeal. The rationale was that the Tribunal disposed of the applications for leave to appeal based on issues raised mero motu by the Tribunal.
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 1446
|
Noteup
|
LawCite
sino index
## Caledon River Properties (Pty) Ltd and Another v Special Investigation Unit and Another (A5066/2022 ; GP/17/2020) [2023] ZAGPJHC 1446 (12 December 2023)
Caledon River Properties (Pty) Ltd and Another v Special Investigation Unit and Another (A5066/2022 ; GP/17/2020) [2023] ZAGPJHC 1446 (12 December 2023)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAGPJHC/Data/2023_1446.html
sino date 12 December 2023
IN THE HIGH COURT OF
SOUTH AFRICA
(GAUTENG DIVISION,
JOHANNESBURG)
APPEAL NO: A5066/2022
CASE NO:
GP/17/2020
HEARD ON: 02 August
2023
NOT REPORTABLE
NOT OF INTEREST TO
OTHER JUDGES
In the matter between:
CALEDON RIVER
PROPERTIES (PTY) LTD T/A
MAGWA
CONSTRUCTION
First
Appellant
PROFTEAM
CC
Second
Appellant
And
THE
SPECIAL INVESTIGATION UNIT
First
Respondent
NATIONAL DEPARTMENT
OF PUBLIC WORKS
AND
INFRASTRUCTURE
Second
Respondent
JUDGMENT
S VAN NIEUWENHUIZEN AJ
(MUDAU J
ET
STRIJDOM AJ CONCURRING):
[1]
This is an appeal against
the judgment of Modiba J, delivered on 7 September 2022, in the
Special Tribunal (the Tribunal) established
in terms of section
2(1) of the Special Investigating Unit and the Special Tribunals Act
74 of 1996 (the Tribunal Act).
[2]
The appeal concerns
payment for the construction of PHASE 1 of a fence between the
Republic of South Africa and Zimbabwe during
the National Lockdown
which commenced during March 2020. The appeal also concerns whether
the appellants are entitled to any profits
in respect of contract
number H16/022 and contract number HP14/075 concluded in breach of
the procurement laws and the Constitution
of the Republic of South
Africa, 1996 (Constitution). These contracts were set aside by
agreement and the only issue arising on
appeal is whether the first
and second appellant are entitled to any profits derived from the
contracts as opposed to a just and
equitable remedy compensating them
for their reasonable costs and time spent.
[3]
The first and second
appellant will, for purposes of convenience, be referred to as the
appellants or as “Magwa” and
“Profteam”
respectively depending on the context. The first and second
respondents will be referred to as the respondents
or as the SIU and
DPW respectively or as the first and second plaintiff, depending on
the context. The South African Defence Force
will be referred to as
DoD.
[4]
Given the fact that
parties enjoy an automatic right of appeal to the Full Court of a
Division of the High Court with jurisdiction
as provided for in
section 8(7) of the Tribunal Act, the Tribunal after concluding that
an application for leave to appeal is not
required, dismissed the
appellants’ application for leave to appeal but held that the
costs of the application should be
costs in the appeal. The rationale
was that the Tribunal disposed of the applications for leave to
appeal based on issues raised
mero
motu
by the Tribunal.
[5]
In dealing with the issue
of leave to appeal, the Tribunal deemed it necessary to clarify the
basis on which it approached the determination
of just and equitable
relief.
[6]
It stated as follows —
“
[20] …During
oral argument in the application for leave to appeal I put to the
parties that, based on the submission
by counsel for Caledon River
Properties when he advanced argument in opposition to the plaintiffs’
application for a postponement,
that the matter will not be disposed
of in that hearing in any event because
the parties had to file
expert reports for the determination of just and equitable relief, I
approached the issue of just and equitable
relief as a purely legal
question. For that reason, I did not consider the defendants witness
statements and expert reports.
Counsel for the parties could not
agree on whether the defendants witness statements and expert reports
had been properly placed
before the Tribunal. Counsel for the
defendants contended that the defendants’ evidence was properly
before the Tribunal.
Counsel for the plaintiffs contended that the
defendants had to lead oral evidence and the plaintiffs had the right
to cross examine
the defendants’ witnesses.
[21] I requested
the parties to file a transcribed record in order for me to determine
precisely how the parties had formulated
the issue before me. The
parties agreed with me that it will be necessary for me to have
regard to the record in order to determine
the issues in the
application for leave to appeal in a manner that would assist the
court of appeal. Regrettably, it took the parties
more than three
months to file the record. I resorted to listening to the recording
in order to dispose of the application for
leave to appeal without
further delay.
[22]
Having listened to the record, I am of the view that I
misconstrued the question before me, that it was not an entirely
legal question and that I ought to have had regard to the defendants’
witness statements and expert reports when determining
whether it is
just and equitable for the defendants not to be divested of the
profits accrued from the impugned contract, as well
as the
defendants’ counterclaims. At the pre-trial conference held
between the parties on 20 September 2021, the plaintiffs
resolved to
argue their case on the basis of the defendants’ evidence.
During the trial, the plaintiffs did not assert their
right to cross
examine the defendants’ witnesses, notwithstanding that they
had been lined up to testify. The additional
expert reports to be
filed as argued by counsel for Caledon River Properties are the
defendants’ financial statements for
the purpose of determining
their profits in the event that I found that the defendants ought to
be divested of their accrued profits.”
(my
emphasis)
[7]
The respective appellants’
notices of appeal implicate the following parts of the order and
judgment of the Tribunal —
“
[33]
However, none of the parties led evidence to establish their
respective cases as pleaded.”
…
.
“
[43] It is
important for each party to lay the factual basis for the Tribunal to
exercise its discretionary remedial powers in
their favour. Simply
pleading the facts without leading evidence as the parties have done
here, is wholly inadequate. Since the
review segment of the present
proceedings was settled by agreement between the parties, I am
constrained to formulate the just
and equitable remedy on the basis
of the parties’ written and oral submissions, as I have not
been afforded the relevant
evidentiary material to judicially
consider the above factors.
[44] As already
stated, the Plaintiffs petition to order repayment of the pre-paid
amounts is inconsistent with the applicable
trite legal principle.
They have also not established any factual basis on which the
Tribunal should exercise its discretionary
remedial powers to order
repayment of the pre-paid amount or deny the recovery of the
reasonable expenses the Defendants incurred
to meet their respective
obligations under the contracts.
[45] Profteam has
not established on the facts, exceptional circumstances that justify
a departure from the no profit principle.
Therefore, it has not made
out a case for the Tribunal to allow them to retain all their vested
rights as was the case in
Gijima
.
[46] An exception
to the no profit principle was applied in
Gijima
due to the
peculiar facts of that case. There, the Constitutional Court ordered
that despite a declaration of invalidity, to prevent
an unjust
outcome,
Gijima
should not be divested of the profits it would
earn from the impugned contract.
Gijima
had been induced to
agree to the termination of a valid contract in exchange for an
invalid contract. The Constitutional Court allowed
Gijima to retain
profits earned from the latter contract to compensate it for the loss
it would have suffered as a result of the
inducement.
[47] Therefore,
the Plaintiffs’ main claim stands to be dismissed. Their
alternative claim stands to be upheld. To
the extent the Defendants’
counterclaims are consistent with the Plaintiffs’ alternative
claim, they are nugatory.
To the extent they are not, the Defendants’
counterclaims stand to be dismissed for the reasons set out in
paragraphs 45
and 46 above.
[48] It is just
and equitable to apply the no profit and no loss principle as
enunciated in
All Pay 1
and applied in
All Pay 2, Mott Mac
Donald
and
Vision View.
In the present circumstances, this
relief is fair to all the parties, vindicates the values of fairness,
equity, transparency, competitiveness
and cost effectiveness that
were disturbed when the Defendants were awarded the contracts
unlawfully. It also entrenches the rule
of law by ensuring that while
the Defendants are not left worse of as a result of the invalidation
of the contracts, they also
do not benefit from unlawful contracts.
[49] Regrettably,
the biggest loser is the State and the public. They have been
deprived of the variety of public, social
and economic benefits that
flow from a solid border track at the Beit Bridge border and are
saddled with a deficient border fence.”
and the order ultimately
made:
“
3.
The Plaintiffs’ main
claim is dismissed. Their alternative claim is upheld with costs.
4. The Defendants
respective counterclaims are dismissed with costs.
5. The Defendants are
divested of the profits earned from the contracts concluded under
contract number H16/022 and HP14/075 between
the Department of Public
Works and Infrastructure (Public Works) and the first and second
defendants respectively (“the contracts”).
6. Within 30 days of this
order, the Defendants shall deliver, by filing on Caselines, audited
statements and debatement of account
reflecting their respective
income and expenditure in the contracts, supported by such expert
report(s) as are necessary in the
circumstances.
7. Within 30 days
thereafter, the Plaintiffs shall appoint duly qualified expert(s) to
compile a report as to the reasonableness
of the Defendants’
expenses and file it on Caselines.
8 Thereafter, the
parties shall prepare a joint minute between their respective experts
within 10 days and file it on Caselines.
9. After setting off from
the pre-paid amounts the reasonable expenses the Defendants incurred
to meet their respective obligations
in terms of the contracts, they
shall, within 30 days of the period referred to in paragraph 8 of
this order, pay to Public Works
the amount standing to their debit.
If the Defendants’ reasonable expenses exceed the pre-paid
amounts, Public Works shall
make payment to the defendants in respect
of the amounts standing to their credit.
10. If a dispute arises
from the implementation of this order, any party shall approach the
Tribunal for an appropriate order on
supplemented papers as
necessitated by the circumstances.
11. The above cost
orders are inclusive of the costs of two counsel where so employed.”
[8]
The fact that the Tribunal
did not consider the evidence available to it led to the ineluctable
conclusion that the Tribunal arrived
at in paragraph 22 quoted above,
when it concluded that before arriving at its conclusions it should
have taken into account the
undisputed facts placed before it by the
appellants.
[9]
Although the above is a
true summary of the events in the Tribunal and, in my view, an
accurate assessment of the impact of the
notices of appeal files by
the appellants; it is nevertheless preferable to refer to the
detailed grounds of appeal as filed by
the appellants.
[10]
Magwa appeals on the
grounds that the Tribunal erred in that it —
10.1
[11.1] As a factual basis
and as a premise for its findings and subsequent order held that the
appellants led no evidence, whilst
both appellants filed factual and
expert evidence as directed by the judge —
10.1.1
these statements were
filed and in essence, constituted the appellants’ evidence in
chief in terms of the Tribunal’s
rules and as agreed between
the parties;
10.1.2
the respondent advised the
appellants at a pre-trial, held on 28 September 2021, that there
is no controversy on the facts
set out in the witness statements
filed by the appellants; and
10.1.3
the first appellant in
court tendered that its expert, Mr Veldman, delivers oral
evidence but the court intimated that it was
unnecessary as his
witness statements had been filed.
10.2
Should in the light of the
aforementioned and the concessions made by the respondents regarding
the factual evidence, as well as
the expert evidence and in the
absence of any contradictory evidence to the version placed before
the Tribunal by the appellants,
have accepted the facts on the
versions of the appellants in the expert evidence regarding the costs
and the evaluation thereof
by the experts on behalf of the
appellants.
10.3
Failed to consider,
alternatively to properly consider, the undisputed facts and, in
particular, the evidence on behalf of the first
appellant’s
witnesses (on affidavit) and, in failing to do so, erred, in
particular, by divesting the first appellant of
any profits relating
to the contract entered into between the second applicant and the
second respondent under contract number
HP14/076.
10.4
Did not find that a just
and equitable remedy of retaining all rights that vested in terms of
the aforementioned contract ought
to remain vested, in particular
having regard to the undisputed facts and evidence regarding the
services rendered by the first
appellant in terms of the contract.
10.5
Failed to consider that on
the undisputed objective evidence of Mr Veldman (the expert
witness), whose factual basis and opinions
(save for what an
equitable remedy would be) were conceded by the respondents at trial
(and) that there was no fault on the part
of the first appellant and
that the costs so incurred were reasonable and fair.
10.6
Failed to consider the
evidence under oath of Mr Bertram Pringle on behalf of the first
appellant, corroborated, in all material
terms, by the witnesses on
behalf of the second appellant, that the first appellant performed in
terms of the contract and delivered
the fence as specified and
prescribed by the second respondent within the prescribed period and
within the budget provided as agreed
to between the second respondent
and the first appellant.
10.7
Was undisputed that the
first appellant erected the fence for an amount less than that
quoted, within the prescribed time of thirty
(30) days and in
accordance with the specifications provided and prescribed by the
second respondent and its representatives.
10.8
Found that the fence
started to fall apart, whilst the objective evidence, which was
undisputed, clearly showed that the damage
to the fence occurred as a
result of the failure by the South African National Defence Force and
of the Department of Public Works
and/or the related government
entities to take control of the fence, patrol it and take the
necessary preventative and security
measures, to secure and maintain
the fence.
10.9
Failed to consider,
alternatively to sufficiently consider, the circumstances under which
the contract was entered into, including
the undisputed fact that the
contract was expedited at the behest of the Minister of the DPW, and
senior officials during the period
preceding the National State of
Disaster, in order to protect the integrity of the border.
10.10
Found that despite the
time, effort, and money as well as services that were rendered, which
was undisputed and confirmed by two
sets of expert witnesses, that no
evidence was tendered to show circumstances to enable the first
appellant payment in terms of
the contract. This whilst the
evidence was uncontested between the parties regarding the process
that was allegedly followed
by the second applicant, and the
circumstances under which the terms of the contract were fully
complied with by the first appellant.
10.11
Did not find that the
affidavits (filed) as directed by the Tribunal during case management
were uncontested and the evidence was
not disputed in any way or
manner. The evidence with the witness available to testify orally,
which fact was disclosed to the Tribunal,
ought to have remained
uncontested evidence in chief and, absent evidence to the contrary,
ought to have been found as conclusive
truth of the evidence under
oath and as contained in the affidavit(s).
10.12
In particular, did not
find that the first appellant was an innocent party that acted in
terms of the representations made by senior
officials of the second
respondent, which facts were corroborated by the correspondence (not
disputed at any time during the trial),
that the Minister of the DPW
was directly involved in describing the timeline and representing
that the project was approved at
presidential and executive level.
10.13
Failed, to consider,
alternatively properly consider, that having regard to the Second
Respondent’s truncated time period,
corroborated by the written
representations by the Minister of Public Works, that there was no
opportunity, nor any legal obligation,
on the first appellant in the
circumstances, to engage in an investigation akin to a due diligence
process in order to verify the
validity of the awarding of the
contract tenders, specifically as a result of the circumstances and
factually presented to it,
as was undisputed before the Tribunal.
10.14
Made findings pertaining
to condonation for the late filing of an expert report, whilst the
objective evidence was that no expert
report was filed by the first
and/or second respondents, whether in time or late.
10.15
Found that the first
appellant failed to present expert evidence. This finding is
factually incorrect, and the expert report
and affidavit filed as
directed during case management dealt with all material issues
including the costing and pricing as well
as the reasons why the
amount of the invoice of the first defendant was reasonable.
The evidence remained uncontested and
was deposed to under oath by Mr
Veldman, an expert witness whose expertise was uncontested. The
availability of Mr Veldman
to testify as an expert in addition to the
affidavit and reports filed were raised with the Tribunal, having
regard to the concessions
made by the first and second respondents,
but the Tribunal indicated that, having regard to the concessions,
that there was no
need for the evidence to be tendered orally.
10.16
In the judgment, the
Tribunal, at paragraph 29, refers to second appellant’s
elaborate plea regarding the difficulties encountered
whilst the
project was performed. The first appellant also filed a
comprehensive plea and counterclaim setting out the surrounding
circumstances and facts as to why it would be just and equitable to
grant it the remedy it sought, namely, payment in terms of
the
contract for its invoice amounts. This evidence and the facts
in support of such a remedy were uncontested before the
Tribunal.
10.17
In the judgment at
paragraph 33, found that none of the parties led evidence to
establish their respective cases as pleaded.
It is submitted
that the finding is not consistent with the objective and undisputed
facts that were placed before the Tribunal.
The expert evidence
of both the first appellant and second appellant remains undisputed
before the Tribunal regarding the processes
that were followed and
the manner in which the contract was awarded and executed. It
was not only expert evidence but also
the undisputed and uncontested
evidence on affidavit by B Pringle, on behalf of the first appellant,
setting out, in detail, what
had occurred on site, problems in the
supply chain, and the hardships that were faced by the first
appellant to ensure compliance
with the contractual obligations and
erecting the fence as demanded by the second respondent.
10.18
Found that the first
appellant did not lead evidence regarding its pleaded case, despite
the fact that the affidavits and the evidence
contained therein were
uncontested before the Tribunal. The factual basis was conceded by
the respondent and there was no dispute
regarding the evidence so
placed before the Tribunal.
10.19
In the judgment, the
Tribunal, at paragraph 43, found that the Tribunal was not afforded
the relevant evidentiary material to judicially
consider. It is
submitted that the Tribunal erred in making this finding for the
reasons already set out above and the undisputed
expert – and
factual evidence – that was placed before the Tribunal as
directed in affidavit.
10.20
As a result of the
aforementioned, found that the necessary factual basis to enable the
Tribunal to exercise its discretionary and
remedial powers were
inadequate.
10.21
Found that the case of the
first appellant had to be dismissed as those claims were not
supported by the evidence. The evidence
supported the
counterclaim by the first appellant and the Tribunal erred by
dismissing the counterclaim of the first appellant.
10.22
Found that it would not be
just and equitable, despite the evidence that was placed before the
Tribunal, to entitle the first appellant
to profit from the contract
in terms of which it performed. The Tribunal erred by not
considering the level of involvement
by senior government officials
and the Minister responsible for the second respondent, supported by
the objective and undisputed
evidence, caused the first appellant to
participate in the process and to perform in terms of the contract to
its detriment.
The finding by the Tribunal ought to have been
that it would be (a) just and equitable remedy to allow the first
defendant its
profit for the first invoice amounts, as final
completion had been achieved in terms of the contract (even if
invalidated due to
non-compliance by the second respondent).
10.23
Did not find that the
first appellant’s counterclaim for payment of the amount due in
terms of the final invoice issued is
payable as the just and
equitable remedy afforded to it as an innocent party who performed in
terms of the agreement.
10.24
Did not find that
divesting the first appellant for profit, is inherently unjust and
that the failure to comply with the Constitutional
requirements by
the second respondent, its responsible minister and the
representations they made, ought not to lead to a loss
for the
innocent performing party, such as the first applicant, who had
truncated time periods for the process to take place in
conceded
urgent circumstances and where performance of the demanded service
and product was achieved.
[11]
In the circumstances, the
first appellant seeks an order from this court that the judgment and
order of the Tribunal be set aside
and replaced with the following —
a.
That it is ordered in
terms of the provisions of section 172(1)(b) of the Constitution as
part of the just and equitable remedy
available to affected parties,
that irrespective of the invalidity of the agreement between the
first applicant and the second
respondent, all rights remain vested
and that the second respondent be ordered to pay the invoiced amount
to the first plaintiff.
b.
Interest on the
aforementioned amount at the prescribed amount of 7.25% plus 6% in
terms of Regulation 260(2) of Government Gazette
No 38822 of 29 May
2015 from 20 April 2020 up to date of final payment.
c.
Therefore, that the first
and second respondents, jointly and severally, be ordered to pay the
first appellant’s costs of
the application under case number
GP12/2020, reserved on 16 October 2020 in order to be determined by
the trial court.
d.
That the first and second
respondents, jointly and severally, be ordered to pay the first
appellant’s costs in the Tribunal,
including costs of senior
counsel.
e.
That the first and second
respondents, jointly and severally, be ordered to pay the first
appellant’s costs on appeal, including
costs of senior counsel.
[12]
The second appellant’s
grounds of appeal are as follows —
a.
The Tribunal erred
fundamentally and, as anchoring basis for its findings found that the
defendants led no evidence.
b.
The
respondents filed factual and expert statements, which constituted
the defendants’ evidence-in-chief in terms of the Tribunal’s
rules and an agreement between the parties.
c.
The
first defendant tendered that its expert delivers oral evidence, but
the court intimated that it was unnecessary as the witness’
statement had been filed.
d.
The plaintiff advised the
defendants, at a pre-trial held on 28 September 2021, that there
is no
controversy
on the facts (as) set out in the witness statements filed by the
defendants.
e.
The Tribunal should,
therefore
,
have accepted that —
i.
the defendants were
invited to a site meeting by the chief construction project manager
(Mr Lukhele) of the second plaintiff;
ii.
Mr Lukhele is a
professional construction manager and the chief construction project
manager of the second plaintiff;
iii.
Mr Lukhele was responsible
for the management of the build environment from conception to
completion including the management of
the second defendant;
iv.
two other contractors and
their consulting engineers were also invited to the site meeting;
v.
Mr Lukhele told the
defendants that the project was under direction of the Minister of
the DPW, Ms Patricia de Lille, MP;
vi.
the ministerial direction
was dated 16 March 2020 and directed that a contractor be appointed
and commence work by 21 March 2020;
vii.
that the type and size of
the fence was agreed at the site meeting between representatives of
all the stakeholders;
viii.
that the specifications
were agreed to at the meeting;
ix.
that the defendants’
completed bid documentation and the bids were accepted, and the
defendants appointed in appointment letters
signed on behalf of the
Director-General of the second plaintiff;
x.
that the second defendant
produced master drawings for the fence, gates, river ways and that
the master drawings contained the specifications
for the build as
well as detailed requirements in relation to workmanship and
material;
xi.
that the second defendant
accepted the master drawings;
xii.
that the second defendant
reported, on a daily basis, to the second plaintiff;
xiii.
that the second plaintiff
was made aware, on a daily basis, of attacks on the fence and
resultant breaches;
xiv.
it was specifically
recorded that the SANDF would look after the security of the fence
once it was handed over to the second plaintiff;
xv.
that the maximum daily
temperatures varied between 30°C and 38°C;
xvi.
that, on 4 May 2020, the
second defendant transmitted a draft close out report to the second
plaintiff, in which it was told that
“the fence should be
inspected daily, daily repairs, damages and vandalism should be
attended to and noted. Should
this not be done, then will the
defence installation fail”;
xvii.
that a certificate of
completion was signed on 28 April 2020 by representatives of the
defendants, second plaintiff and the South
African National Defence
Force; and
xviii.
that the defendants fully
performed their obligations in terms of the agreement in the bona
fide but mistaken belief that the agreements
complied with section
217 of the Constitution and with the prescribed procurement process
in terms of the Treasury Regulations
and other regulations
applicable.
f.
The facts set out above
constitute the factual basis for the exercise of the remedial power.
g.
The Tribunal erred in
finding that the defendants were not entitled to their profits for
the following reasons:
i.
both the Supreme Court of
Appeal and the Constitutional Court has allowed contractors to retain
all payments made under agreements
that have been performed,
inclusive of profits made;
ii.
they
did so after the decision in “AllPay 2”
[1]
;
iii.
to hold that “AllPay
2” created an immutable rule that a contractor or a person
rendering professional services will
always be disentitled to the
profits of their bargain is contrary to Buffalo City’s majority
and minority judgments and to
the judgment in Govan Mbeki;
iv.
it is also contrary to
section 172(1)(b) of the Constitution that says “any order”;
v.
the
Full Court’s finding that it is an immutable rule is
[2]
wrong and ignored Buffalo City and Govan Mbeki which were binding on
it;
vi.
such an immutable
principle would work particularly unfairly against professional
services providers;
vii.
they
spend their commodity, which is time and knowledge, on a project.
The State gets what it sought, which it could not have
obtained but
for the application of the time and knowledge of the service
provider;
[3]
viii.
the
State is enriched by this, but the service provider is left with
nothing to show for its efforts
[4]
ix.
this iniquitous position
is, to add insult to injury, achieved by the State’s own breach
of the Constitution;
x.
the State in this matter
got what they asked for when they wanted it and at a market-related
price;
xi.
it was neither just nor
equitable nor does it satisfy justice and equity to deny the
counterparties their bargain inclusive of profit
in the circumstances
of this case.
xii.
The defendants in this
case are in a similar position to the contractor in Buffalo City and
the service providers in Govan Mbeki
and Fetakgomo Tubatse.
h.
All
the defendants’ rights in terms of the agreements had already
accrued, including their right to profit.
[5]
i.
The
judgment in Mining Qualifications Authority v IFU Trading Institute
(Pty) Ltd
[6]
is distinguishable
on its facts as the tenderer was not innocent at all.
j.
The second defendant seeks
an order that the judgment and order be set aside and replaced with
the following —
“
1. That it is
ordered in terms of the provisions of section 172(1)(b) of the
Constitution as part of the just and equitable remedy
available to
affected parties, that irrespective of the invalidity of the
agreement between the second plaintiff and the second
defendant all
rights remain vested and that the second plaintiff be ordered to pay
the amount of R1 277 401.19 to the
second defendant;
2. Interest on the
aforementioned amount at the prescribed rate of 7.25% plus 6% in
terms of regulation 26D(2) of Government Gazette
No 38822 of 29 May
2015 from 20 April 2020 until date of final payment.
3. The first and
second plaintiffs, jointly and severally, be ordered to pay the
second defendant’s costs of the application
under case number
GP12/2020 reserved on 16 October 2020, and ordered to be determined
by the trial court.
4 The first and second
plaintiffs jointly and severally be ordered to pay the second
defendant’s costs in the court a quo.”
11
I will now consider the
law, pleadings, facts, and evidence that was before the Tribunal (but
apparently not considered by it due
to the misconstruction alluded to
above).
The Law
[12]
The
Constitutional Court made it clear in
Bengwenyama
Minerals (Pty) Ltd and Others v Genorah Resources (Pty) Ltd and
Others
[7]
that
—
“
It
would be conducive to clarity, when making the choice of a just and
equitable remedy in terms of PAJA, to emphasise the
fundamental constitutional
importance of the principle of
legality, which requires invalid administrative action to be declared
unlawful.
This would make it clear
that the discretionary choice of a further just and equitable remedy
follows upon that fundamental finding.
The discretionary choice may
not precede the finding of invalidity
.
The discipline of this approach will enable courts to consider
whether relief which does not give full effect to the finding
of
invalidity, is justified in the particular circumstances of the case
before it. Normally this would arise in the context of
third parties
having altered their position on the basis that the administrative
action was valid and would suffer prejudice if
the administrative
action is set aside, but even then, the 'desirability of certainty'
needs to be justified against the fundamental
importance of the
principle of legality.
The
apparent anomaly that an unlawful act can produce legally effective
consequences is not one that admits easy and consistently
logical solutions. But then the law often is a pragmatic blend of
logic and experience.
The apparent rigour of declaring
conduct in conflict with the Constitution and PAJA unlawful is
ameliorated in both the Constitution
and PAJA by providing for a just
and equitable remedy in its wake. I do not think that it is wise to
attempt to lay down inflexible
rules in determining a just and
equitable remedy following upon a declaration of unlawful
administrative action. The rule of law
must never be relinquished,
but the circumstances of each case must be examined in order to
determine whether factual certainty
requires some amelioration of
legality and, if so, to what extent. The approach taken will depend
on the kind of challenge presented
— direct or collateral; the
interests involved, and the extent or materiality of the breach
of the constitutional
right to just administrative action in each
particular case
.
”
(emphasis added)
[13] The aforesaid
remains important for the present case and even more so where the
invalidity of the underlying agreement
is common cause.
[14]
In
State
Information Technology Agency SOC Ltd v Gijima Holdings (Pty) Ltd
[8]
(
Gijima
),
the Constitutional Court held that Gijima could retain its profits
notwithstanding the invalidity of the agreement entered into.
Leaving aside the issue raised as to whether the state may use PAJA
as opposed to a legality review should it desire to review
its own
invalid administrative actions, the facts, and legal principles the
Court deemed relevant for purposes of the outcome were
as follows:
a. The applicant,
i e the State Information Technology Agency SOC Ltd (Sita), acts
as provider of information technology
services (“IT services”)
to state departments. It does this by concluding agreements with
private service providers
which then do the actual work of providing
IT services to state departments. In order to acquire IT services a
department has to
submit a business case and user requirements
to Sita. Sita then prepares a procurement schedule for the execution
of a request
bid and a detailed costing for the proposed contract.
Sita concludes a business agreement with the relevant department for
IT services.
Then a procurement process ensues after which Sita
enters into an agreement with the successful private service
provider for
the provision of IT services to the relevant
department. The respondent, Gijima is one of the private service
providers whose
services have in the past been enlisted by Sita.
b. On 27 September
2006 Sita and Gijima concluded an agreement (“SAPS
agreement”) in terms of which Gijima was
required to
provide IT services to the South African Police Service on
behalf of Sita. Gijima performed in terms of that
agreement. The
agreement was extended several times. On 25 January 2012 Sita
terminated it with effect from 31 January 2012.
c. As a result of
this, Gijima instituted an urgent application against
Sita in the High Court of South Africa,
Gauteng Division,
Pretoria (High Court) on 1 February 2012. Sita and Gijima entered
into a settlement agreement on 6
February 2012. This agreement was
intended to compensate Gijima for the loss of approximately
R20 million that it would
have suffered as a result of Sita's
termination of the SAPS agreement. The settlement agreement was not
made an order of court. The
urgent application was then removed
from the court roll.
d. In terms of the
settlement agreement Gijima was appointed as the
DSS service provider for the KwaZulu-Natal
Health Department
from 1 March 2012 to 31 July 2012 and for the Department of Defence
(DoD) from 1 April 2012 to 31 July 2012 on
Sita's standard
terms applicable to agreements of that nature. It was agreed
that Sita would comply with all its internal
procurement procedures
in respect of these two agreements.
Throughout, Gijima was
concerned whether Sita had complied properly with its procurement
processes. Sita assured Gijima that
it had the authority to
enter into the settlement agreement. It inserted the following term
into the DoD services agreement (DoD agreement)
at the
insistence of Gijima.
(my emphasis)
“
Sita
unconditionally warrants, undertakes and guarantees that it has taken
all steps necessary to ensure compliance to any relevant
legislation
governing the award of the Services to the Service Provider and
specifically towards ensuring that this Agreement is
entirely valid
and enforceable, including but not limited to the
Public Finance
Management Act 1 of 1999
. Indemnifies the Service Provider against
any loss it may suffer should this warranty be infringed.”
[15] After entering
into the settlement agreement, protracted negotiations took place
between the parties. At a meeting at
which the DoD agreement was
concluded,
Sita's former executive for supply chain management
once more allayed Gijima's fears by giving the assurance
that Sita's
executive committee had the power to authorise agreements
up to an amount of R50 million.
[16] The DoD
agreement was extended by addenda on several occasions, namely
on 20 September 2012, 21 December 2012 and
then, for the last time,
on 8 April 2013. On 30 May 2013 Sita informed Gijima that
it did not intend to renew the DoD
agreement any further.
[17] A payment
dispute arose. As at 30 May 2013 Sita allegedly owed Gijima an
amount of R9 545 942,72. When the
dispute could not be
resolved, Gijima instituted arbitration proceedings in
September 2013. Sita resisted the claim on
the basis that the DoD
agreement, as well as the three extending addenda that followed it,
were invalid as there was non-compliance
with the provisions of s 217
of the Constitution when the parties concluded the agreement. Sita
was adopting this stance
for the first time as it had always
assured Gijima that all relevant procurement processes
had been complied with. Sita also argued that Gijima had
not performed in terms of the DoD agreement and the three addenda.
On
20 March 2014 the arbitrator issued an award. He held that he did not
have jurisdiction to adjudicate the question whether proper
procurement processes had been followed.
[18] Sita then
approached the High Court to set aside the DoD agreement and the
three addenda. The High Court held that the
decision to award and
renew the DoD agreement qualified as administrative action in terms
of the provisions of PAJA. It further
held that the review had
been brought way out of the 180-day period stipulated in s 7(1) of
PAJA and that Sita had not
sought an extension of this
period. The Court could not find any basis for extending the
period. It concluded that it would
not be just and equitable to set
aside the DoD agreement and the addenda. Consequently, the
application was dismissed with
costs.
[19] Sita turned to
the Supreme Court of Appeal. Writing for the majority, Cachalia
JA held that a decision by an organ
of state to award an agreement
for services constitutes administrative action in terms of PAJA. The
majority also held that
the wording in s 6(1) of PAJA, which
allows
any person
to institute proceedings in a
court or tribunal for the judicial review of an administrative
action, is wide enough to
include organs of state. It found that
the conclusion of the settlement agreement had the capacity to
affect Gijima's rights. This
was because the effect of
this agreement was that Gijima was to forego any damages
claim that it might have had as a
result of the cancellation of the
SAPS agreement.
The Court further held that Sita's repeated
assurances that the DoD agreement had been validly concluded would
have created a legitimate
expectation that that contract would be
honoured.
(my emphasis)
[20] After
disposing of the PAJA debate and whether or not a legality review by
Sita is permitted after a delay of 22 months
the Constitutional Court
granted the following relief:
“
Relief
[52]
We concluded earlier that, in awarding the DoD agreement, Sita
acted contrary to the dictates of the Constitution.
Section
172(1)
(a)
of the Constitution enjoins a court to declare
invalid any law or conduct that it finds to be inconsistent with the
Constitution. The
award of the contract thus falls to be
declared invalid.
[53]
However, under s172(1)
(b)
of the Constitution, a
court deciding a constitutional matter has a wide remedial power. It
is empowered to make 'any order
that is just and equitable'. So wide
is that power that it is bounded only by considerations of justice
and equity. Here it must
count for quite a lot that Sita has delayed
for just under 22 months before seeking to have the decision
reviewed. Also, from the
outset, Gijima was concerned
whether the award of the contract complied with legal prescripts. As
a result, it raised
the issue with Sita repeatedly. Sita assured it
that a proper procurement process had been followed.
[54]
Overall,
it seems to us that justice and equity dictate
that, despite the invalidity
of the award of the DoD agreement,
Sita must not benefit from having given Gijima false
assurances and from its own undue
delay in instituting
proceedings. Gijima may well have performed in terms of the
contract, while Sita sat idly by
and only raised the question of the
invalidity of the contract when Gijima instituted
arbitration proceedings. In the
circumstances,
a just and
equitable remedy is that the award of the contract and the subsequent
decisions to extend it be declared invalid, with
a rider that the
declaration of invalidity must not have the effect
of divesting Gijima of rights to which —
but for
the declaration of invalidity — it might have been entitled.
Whether any such rights did accrue remains a contested
issue in the
arbitration, the merits of which were never determined because
of the arbitrator's holding on jurisdiction.
Costs
[55]
Sita achieves nominal success to the extent that there is a
declaration of constitutional invalidity. Must this affect
the
question of costs? No. Substantially it is Gijima that
succeeds. We say so because Sita's efforts were directed
at avoiding
the contract and Gijima, on the other hand, sought to hold on to
the contract. To the extent that it is not to
be divested of its
entitlement under the contract, Gijima has managed to ward
off Sita's efforts; that is the success
we are referring to. Also
counting against Sita on the question of costs is its repeated,
but untruthful, assurances that
proper procurement prescripts
had been complied with in awarding the contract. Gijima is
thus entitled to all its costs,
including costs of two counsel.
Order
1.
Leave to appeal is granted.
# 2.
The appeal is upheld in part.
2.
The appeal is upheld in part.
# 3.
The order of the High Court of South Africa, Gauteng Division,
Pretoria is set aside, and replaced with the following:
3.
The order of the High Court of South Africa, Gauteng Division,
Pretoria is set aside, and replaced with the following:
# (a)The
applicant's decision to appoint the respondent as a DSS service
provider under a contract which was to be effective from 1 April
2012
to 31 July 2012 and all decisions in terms of which the contract was
extended from time to time are declared constitutionally
invalid.
(a)
The
applicant's decision to appoint the respondent as a DSS service
provider under a contract which was to be effective from 1 April
2012
to 31 July 2012 and all decisions in terms of which the contract was
extended from time to time are declared constitutionally
invalid.
# (b)The
order of constitutional invalidity in para 3(a)does
not have the effect of divesting the respondent of any rights it
would have been entitled to under the contract,
but for the
declaration of invalidity.
(b)
The
order of constitutional invalidity in para 3
(a)
does
not have the effect of divesting the respondent of any rights it
would have been entitled to under the contract,
but for the
declaration of invalidity.
# 4.
The applicant must pay the respondent's costs, including costs of two
counsel, in the High Court, the Supreme Court of
Appeal and in this
court.” (my emphasis)
4.
The applicant must pay the respondent's costs, including costs of two
counsel, in the High Court, the Supreme Court of
Appeal and in this
court.” (my emphasis)
[21] The
exceptional circumstances which gave rise to Gijima not being
divested of any rights it would have been entitled
to under the
contract are self-evident.
[22]
In what is
often referred to as
Allpay2
[9]
the Constitutional Court dealt with the remedy that it regarded as
just an equitable following upon a finding that the tender
by
the South African Social Security Agency (“SASSA”)
awarded to Cash Paymaster Services (Pty) Ltd (“Cash
Paymaster”) is constitutionally invalid. The declaration of
invalidity was based on two grounds i.e., that SASSA failed to
ensure
that the empowerment credentials claimed by Cash Paymaster were
objectively confirmed and that the bidders notice 2 did
not specify
with sufficient clarity what was required of bidders in relation to
biometric verification, with the result that
only one bidder was
considered in the second stage of the process. This rendered the
process uncompetitive and made any comparative
consideration of
cost-effectiveness impossible.
[10]
[23]
The order
in
Allpay1
[11]
suspended the declaration of invalidity pending the determination of
a just and equitable remedy.
Allpay2
deals with the application of section 172(1)(b) of the Constitution
that enjoins a court as follows after a declaration of constitutional
invalidity i.e., it —
“
may
make any order that is just and equitable, including —
(i)
an
order limiting the retrospective effect of the declaration
of invalidity; and
(ii)
an
order suspending the declaration of invalidity for any period and on
any conditions, to allow the competent authority to correct
the
defect'.”
[24] In arriving at
such a just and equitable remedy the court was confronted with an
overriding concern in that the remedy
it crafts should not disrupt
the payments of existing grants. In the case before me no such
concern arises, and no element of an
outstanding ongoing performance
remains.
[25] The court
first considered the evidence submitted by the parties and their
submissions as to a just and equitable remedy
and then applied its
mind to a proper legal approach to a just and equitable approach in
the procurement context.
[26] Due to the
absence of an ongoing component of performance in the present case it
serves no purpose to review the evidence
the Constitutional court
ultimately relied on for its findings. The proper legal approach a
court should adopt to arrive at a just
and equitable finding in the
procurement context is, however, of paramount importance.
Proper
Legal Approach to Remedy
[27]
The
Constitutional Court took its cue from a
dictum
of Moseneke DCJ in
Steenkamp
NO v Provincial Tender Board, Eastern Cape
,
[12]
which reads as follows —
“
It
goes without saying that every improper performance of an
administrative function would implicate the Constitution and entitle
the aggrieved party to appropriate relief. In each case the remedy
must fit the injury. The remedy must be fair to those affected
by it
and yet vindicate effectively the right violated. It must be just and
equitable in the light of the facts, the implicated
constitutional principles, if any, and the controlling law. It is
nonetheless appropriate to note that ordinarily a breach of
administrative justice attracts public-law remedies and not
private-law remedies. The purpose of a public-law remedy is to
pre-empt
or correct or reverse an improper administrative function.
...Ultimately the purpose of a public remedy is to afford the
prejudiced
party administrative justice, to advance efficient and
effective public administration compelled by constitutional precepts
and
at a broader level, to entrench the rule of law.' [Footnote
omitted.]”
[13]
12
The
Constitutional Court then continues and states that
[14]
—
“…
The
emphasis on correction and reversal of invalid administrative action
is clearly grounded in s172(1)
(b)
of
the Constitution, where it is stated that an order of suspension
of a declaration of invalidity may be made 'to allow
the competent
authority
to
correct the defect
'
(own emphasis). Remedial correction is also a logical consequence
flowing from invalid and rescinded contracts
[
and
enrichment law generally.
Logic,
general legal principle, the Constitution and the binding authority
of this court all point to a default position that
requires the
consequences of invalidity to be corrected or reversed where they can
no longer be prevented. It is an approach that
accords with the rule
of law and principle of legality.
[28]
The references to the common law examples of remedial correction such
as the consequences flowing from invalid and rescinded
contracts and
enrichment law in general are also important. In paragraph 67 the
court elaborated on the latter. It concluded that
—
“
It
is true that any invalidation of the existing contract as a result of
the invalid tender
should
not result in any loss to Cash Paymaster. The converse, however, is
also true. It has no right to benefit from an unlawful
contract.
[47]
And
any benefit that it may derive should not be beyond public scrutiny.
So, the solution to this potential difficulty is relatively simple
and lies in Cash Paymaster's hands. It can provide the financial
information to show when the break-even point arrived, or will
arrive, and at which point it started making a profit in terms of the
unlawful contract.
As noted earlier, the disclosure of this information does not require
disclosure of information relating to Cash Paymaster's other
private
commercial interests.
But
its assumption of public power and functions in the execution of
the contract means that, in respect of its gains and losses
under
that contract, Cash Paymaster ought to be publicly accountable”
[15]
(my emphasis)
[29] The content of
footnote 47 in the aforesaid passage should not be overlooked. It is
in my view of some significance and
casts light on the court’s
approach to the remedy. It reads as follows —
“
The
dissolution of a contract creates reciprocal obligations seeking to
ensure that neither contracting party unduly benefits from
what has
already been performed under a contract that no longer exists. This
is evidenced in cases of rescission or cancellation
of a contract
where a party claiming restitution must usually tender the return of
what she received during the contract's existence
or, if return is
not possible, explain the reasons for impossibility. See
Extel
Industrial (Pty) Ltd and Another v Crown Mills (Pty) Ltd
[1998] ZASCA 67
;
1999
(2) SA 719
(SCA)
([1998]
ZASCA 67) at 731D – 732D; and Van der Merwe et al above n14 at
116 – 18. It also underlies the enrichment claim
available to a
party in the case of an invalid or illegal contract where the other
party seeks to retain benefits from a contract
that no longer has
legal justification. See Visser above n15 at 442. These diverse
applications of restitutionary principles are
not rigid or
inflexible. See
Jajbhay
v Cassim
1939
AD 537
at
538 and, in particular, at 544 where the court held that 'public
policy should properly take into account the doing of simple
justice
between man and man'. See further
BK
Tooling (Edms) Bpk v Scope Precision Engineering (Edms) Bpk
1979
(1) SA 391
(A)
at
420A – C, 421A and 427.
”
[30]
The
Constitutional Court also makes it clear in paragraphs 32 and
33
[16]
—
“
This
corrective principle operates at different levels. First, it must
be applied to correct the wrongs that led to the declaration
of
invalidity in the particular case. This must be done by having due
regard to the constitutional principles governing public
procurement,
as well as the more specific purposes of the Agency Act. Second, in
the context of public-procurement matters generally,
priority should
be given to the public good. This means that the public interest
must be assessed not only in relation to
the immediate consequences
of invalidity — in this case the setting-aside of the contract
between SASSA and Cash Paymaster
— but also in relation to the
effect of the order on future procurement and social-security
matters.
The
primacy of the public interest in procurement and social-security
matters must also be taken into account
when the rights, responsibilities and
obligations of all affected persons are assessed. This means that the
enquiry cannot be one-dimensional.
It must have a broader range.”
(my emphasis)
[31]
The take-home message is clear. The public interest reigns supreme.
In the present matter both Magwa and Profteam’s
conduct, and
financial position should be subject to public scrutiny so as to
establish a just and equitable remedy. The extent
of the breach of
the particular procurement legislation should thus also be considered
in conjunction with all the other relevant
facts that the Tribunal
did not consider.
[32]
In the very
next paragraph, the court grappled with a submission from one of the
amici
to
the effect that it
should
articulate a general formulation for when it would be just and
equitable to deviate from the corrective principle. The
court
expressed the view that a general statement of this kind may not be
desirable or even feasible once it is accepted that the
application
of the corrective principle is not uniform. The court justified this
on the basis that the corrective principle may
be capable of
implementation at certain levels, but not others.
[17]
[33]
In
paragraph 39 the court again points to the multi-dimensional features
involved:
[18]
“…
I
have alluded to the multi-dimensional aspects of the just and
equitable enquiry. Factual disputes, at a practical level, add
another dimension to be considered.
In these circumstances a
just and equitable remedy will not always lie in a simple choice
between ordering correction and maintaining
the existing position. It
may lie somewhere in between, with competing aspects assessed
differently.
The order made at the end of this judgment is of
this kind.” (my emphasis).
[34]
In the
matter of
Special
Investigating Unit v Phomella Property Investments (Pty) Ltd and
Another
,
[19]
(
Phomella
)
the Supreme Court of Appeal had to deal with the consequences arising
from an expired lease of the SALU b
uilding
in Pretoria which was entered into to accommodate the Department of
Justice and Correctional Services (the DOJ). It was
concluded between
the Department of Public Works (the DPW) and the owner, Phomella
Property Investments (Pty) Ltd, the first respondent
(Phomella).
[35]
The
building and lease were subsequently transferred to the second
appellant, Rebosis Property Fund Ltd (Rebosis). Phomella and
Rebosis
were part of the same group of companies whose guiding mind was a
certain Mr Ngebulana. The lease was concluded on
22 September
2009 for a period of 9 years and 11 months after utilising the
procedure for a negotiated lease rather than an open
bidding process.
Authority to conclude the lease was subject to the condition that,
prior to signature, an assessment of the space
required by the DOJ
was to be conducted. Despite the latter not having been done, the
lease was signed.
[36] The SIU, the
appellant, launched an application in the Gauteng Division of the
High Court, Pretoria (the High Court).
The initial relief sought was
that the lease be reviewed and set aside as void ab initio. By the
time the matter came before the
High Court, the lease had run its
course. As a result, the SIU did not persist in that relief. It
simply sought an order declaring
the lease agreement to be unlawful.
In addition, the SIU sought an order that Phomella and Rebosis should
jointly and severally
pay the Minister of Public Works the amount of
R103 880 357,65. This was said to represent wasteful expenditure
incurred during
the lease. It was contended that an area greater than
was needed by the DOJ had been leased. The figure represented the
SIU's calculation
of the rental which had been paid for that excess
area.
[37] The
declaration of unlawfulness was sought in terms of s 172(1)
(a)
of
the Constitution. Two bases for this relief were relied on. First,
that the DPW had failed to follow an open bidding process
in
concluding the lease. Secondly, and if it was found that a negotiated
lease was competent, the prior requirement of a needs
assessment of
the space required by the DOJ had not been met. The prayer for
payment of R103 880 357,65 was sought under the provisions
of section
172(1)
(b)
of the Constitution.
[38] The High Court
declared the lease unlawful, but dismissed the further relief sought
by the SIU under section 172(1)
(b)
of the Constitution.
There is no appeal against the declaration of unlawfulness which,
accordingly, stands. The SIU sought
leave to appeal against the
refusal to make an order under section 172(1)
(b)
of the
Constitution. That leave was granted by the High Court. In essence,
therefore, the appeal concerns whether the High
Court's application
of the provisions of s 172(1)
(b)
of the Constitution
warrant interference by this court.
[39]
The
High Court ultimately granted the declaration because the approval to
contract was subject to a complete needs assessment being
conducted
prior to signature. As mentioned above, this was not complied with
and the conduct in concluding the lease accordingly
failed to comply
with the supply chain management policy of the DPW. Given that s
172(1)
(a)
of
the Constitution was implicated the High Court made a declaration of
invalidity.
[40]
The
SCA per Gorvan JA writing for the court held that —
“
The
peremptory requirement of s 172(1)
(a)
of
the Constitution is to declare that 'law or conduct that is
inconsistent with the Constitution is invalid to the extent
of its
inconsistency'. No less, no more. Accordingly, any order which goes
beyond such a declaration is not one made under s 172(1)
(a)
.
The SIU, however, called in aid the matter of
South
African Broadcasting Corporation SOC Ltd and Another v Mott MacDonald
SA (Pty) Ltd (Mott MacDonald
), where
Keightley J held:
'I
have found that the awarding of the consulting contract was done
irregularly in contravention of the SABC's regulatory procurement
framework. As such, it undermines the principle of legality and is
unlawful. Under s 172(1)
(a)
, I am enjoined to set it aside and
to declare it to be void
ab initio
.’
The
dictum in
Mott
MacDonald
conflated
the two subsections of s 172(1) of the Constitution: a declaration of
invalidity under s 172(1)
(a)
and
a just and equitable order under s 172(1)
(b)
.
The setting-aside and the declaration of voidness are orders which
fall under the latter section. The distinction between the
two
subsections was explained in
Bengwenyama
Minerals (Pty) Ltd and Others v Genorah Resources (Pty) Ltd and
Others (Bengwenyama
)”
[20]
[41]
The SCA
also made it clear with reference to
Gijima
[21]
that:
“
An
example of the exercise of that power would be if, after declaring
the lease invalid, the High Court had set it aside. It could,
in
addition, have declared it to have been void ab initio. It could have
preserved the lease if it had a few months to run and
there was
insufficient time to conclude a new lease for the DOJ. These are but
some examples of orders which might follow a declaration
of
invalidity. The only qualification is that any order made must
be
just
and
equitable
in
the particular circumstances of the matter
.”
[22]
[42]
The Court
further held that
[23]
:
“
Such
an order clearly involves the exercise of a discretion. The nature of
two kinds of discretion has been decisively established:
'A
discretion in the true sense is found where the lower court has a
wide range of equally permissible options available to it.
This type
of discretion has been found by this court in many instances,
including matters of costs, damages and in the award of
a remedy in
terms of s 35 of the Restitution of Land Rights Act. It is true in
that the lower court has an election of
which option it will apply
and any option can never be said to be wrong as each is entirely
permissible.
In
contrast, where a court has a discretion in the loose sense, it does
not necessarily have a choice between equally permissible
options.
Instead, as described in
Knox
, a discretion in the loose
sense —
“
mean[s]
no more than that the court is entitled to have regard to a number of
disparate and incommensurable features in coming to
a decision”.'
[6]
There
are different tests for interference by an appeal court, depending on
the nature of the discretion exercised by a lower court.
As regards a
loose discretion —
'an
appellate court is equally capable of determining the matter in the
same manner as the court of first instance and can therefore
substitute its own exercise of the discretion without first having to
find that the court of first instance did not act judicially'.
The
approach on appeal against the exercise of a true discretion,
however, is very different:
'When
a lower court exercises a discretion in the true sense, it would
ordinarily be inappropriate for an appellate court to interfere
unless it is satisfied that this discretion was not exercised —
“
judicially,
or that it had been influenced by wrong principles or a misdirection
on the facts, or that it had reached a decision
which in the result
could not reasonably have been made by a court properly directing
itself to all the relevant facts and principles”.
[Footnote
omitted.]
An
appellate court ought to be slow to substitute its own decision
solely because it does not agree with the permissible option
chosen
by the lower court.
[8]
This
court has confirmed that the discretion exercised under s
172(1)
(b)
of the Constitution is a true one:
'The
exercise of a remedial discretion under s 172(1)
(b)
of
the Constitution . . . constitutes a discretion in the true sense. It
may be interfered with on appeal only if [the appeal
court] is
satisfied that it was not exercised judicially or had been influenced
by wrong principles or a misdirection of the facts,
or if the court
reached a decision which could not reasonably have been made by a
court properly directing itself to all the relevant
facts and
principles. Put simply, the appellants must show that the High
Court's remedial order is clearly at odds with
the law.'
The
High Court, in the exercise of its true discretion, declined to make
any order under s 172(1)
(b)
. Thus, the question is whether the
SIU has shown any of the aforementioned grounds for interference with
the exercise of that discretion.
The
first ground relied on by the SIU was a submission that the High
Court was influenced by a wrong principle, on the basis of
another
dictum in
Mott MacDonald
:
'In
the first place, as this Court found in
Vision View
, the
principle is clear: even an innocent tenderer has no right to retain
what it was paid under an invalid contract. In procurement matters,
the public interest is paramount and the default position ought to be
that payments made should be returned, unless there are circumstances
that justify a deviation.'
The
SIU submitted that, because the High Court had failed to apply that
principle, this court was at large to reconsider the remedy claimed.
The
question is whether any such principle applies to the exercise of a
discretion under s 172(1)
(b)
. In support of the dictum that
'even an innocent tenderer has no right to retain what it was paid
under an invalid contract', Keightley
J cited the full-court judgment
in
Special Investigating Unit and Another v Vision View
Productions CC
.In turn, that court cited as authority for the
proposition
Allpay Consolidated Investment Holdings (Pty) Ltd
and Others v Chief Executive Officer, South African Social Security
Agency and
Others
(Allpay 2), where the Constitutional Court
said:
'It
[Cash Paymaster] has no right to benefit from an unlawful contract.
And any benefit it may derive should not be beyond public
scrutiny.'
This
requires careful evaluation. First, the dictum in
Allpay
2
stopped well short of what was held by Keightley J. She
said, 'even an innocent tenderer has no right to retain what it was
paid under an invalid contract'. But the full dictum in
Allpay
2
was:
'It
is true that any invalidation of the existing contract as a result of
the invalid tender should not result in any loss to Cash
Paymaster.
The converse, however, is also true. It has no right to benefit from
an unlawful contract. And any benefit it may derive
should not be
beyond public scrutiny.'
A
contextual reading of this dictum in
Allpay 2
clarifies
matters. The Constitutional Court did not require Cash Paymaster
Services (Pty) Ltd (Cash Paymaster) to repay amounts
paid to it under
what was found to be an unlawful contract. In the exercise of its
discretion, the Constitutional Court ordered
that a new tender be
issued, but that —
'(i)f
the tender is not awarded, the declaration of invalidity of the
contract in para 1 above will be further suspended until completion
of the five-year period for which the contract was initially
awarded'.
When
the tender had not been awarded within the five-year period, in the
follow-up matter of
Black Sash Trust v Minister of Social
Development and Others (Freedom Under Law Intervening)
the
Constitutional Court granted an order further suspending the order of
invalidity for a period of 12 months and requiring
Cash Paymaster to
continue its services for that period, explaining:
'Our
order below reflects that Sassa and [Cash Paymaster] should continue
to fulfil their respective constitutional obligations
in the payment
of social grants for a period of 12 months
as
an extension of the current contract
.'
[15]
[my
emphasis.]
To
that extent Cash Paymaster benefited, despite the initial contract
having been found to be unlawful. There was no order that
the amounts
paid and to be paid should exclude the profits it had factored into
its price when tendering. On the contrary, in
Allpay 2
,
the only order concerning those profits was that:
'Within
60 days of the completion of the five-year period for which the
contract was initially awarded, Cash Paymaster must file
with this
court an audited statement of the expenses incurred, the income
received and the net profit earned under the completed
contract.'
[16]
Such
an order was designed to give effect to that part of the dictum which
held that 'any benefit it may derive should not be beyond
public
scrutiny'.
A
careful and contextual reading of
Allpay 2
thus
shows that the Constitutional Court did not hold that a party could
derive no benefit from an unlawful contract. The
approach in
Allpay
2
of allowing a party to retain payments, and thus to
benefit, under an unlawful contract has been echoed in a number of
matters.One
such example is found in
Buffalo City
, where
the majority in the Constitutional Court held:
'I
therefore make an order declaring the Reeston contract invalid, but
not setting it aside so as to preserve the rights to [which]
the
respondent might have been entitled. It should be noted that such an
award preserves rights which have already accrued but
does not permit
a party to obtain further rights under the invalid agreement.'
There,
too, the contractor had performed its obligations under the contract.
The Constitutional Court held that the contractor was
entitled to
payment for the work which had been done.
Therefore,
it must be said that
the 'principle' relied upon by the SIU as set
out in
Mott MacDonald
is no principle
at all.
The same must be said of the following dictum in
Central
Energy Fund
:
'The
second guiding principle is the “no-profit-no-loss”
principle which the Court articulated as follows:
“
It
is true that any invalidation of the existing contract as a result of
the invalid tender should not result in any loss to Cash
Paymaster.
The converse, however, is also true. It has no right to benefit from
an unlawful contract.”
Deriving
as it does from the same dictum in
Allpay 2
, it is
clearly wrong and should not be followed. Therefore, the failure of
the High Court to apply the 'principle' relied upon
by the SIU does
not afford a basis to interfere with the true discretion exercised by
the High Court in the present matter.
Because
there is a true discretion to be exercised under s 172(1)
(b)
of
the Constitution, it is unwise to elevate dicta dealing with the
facts in past matters to rules or principles. The discretion
must be
exercised on a case-by-case basis.” (my emphasis)
[43] From the above
it is clear that this Court may interfere with the Tribunal’s
findings given that it failed to take
the common cause facts into
account and that the concept of a “no -profit-no-loss”
principle is false. This court is
thus free to conclude depending on
the facts of this case whether the appellants are entitled to their
profits or not.
The Pleadings
[44] It is of some
importance to understand in which way the procurement was illegal and
a breach of the Constitution. The
Plaintiff’s alleged as
follows in paragraph 6 – 15 of their pleadings:
“
6.
The contract number H16/022 with the First Defendant relates to the
construction of the border fence for a total amount of
R37
176 843.50
. A copy of
contract number H16/022 including the General Conditions for the
Construction Works, Second Edition, 2010 is attached
marked
Annexure
“A”.
7. On 25 March 2020,
four days after the conclusion of contract number H16/022, the Second
Plaintiff approved and made advance
payment of
R21 819 878.28
to
the First Defendant which payment was irregular. A copy of the proof
of payment is attached marked
Annexure “B”
.
8. The contract number
HP14/074 with the Second Defendant relates to professional services
and project management of the construction
of the fence for a total
amount of
R3 259 071.48
. A copy of contract number HP14/074
including the General Conditions for the Construction Works, Second
Edition, 2010 is attached
marked
Annexure “C”
9. On 25 March 2020,
four days after the conclusion of contract number HP14/074, the
Second Plaintiff approved and made payment
of
R1 843 004.92
to
the Second Defendant. This payment too, was irregular. A copy of the
proof of payment is attached marked
Annexure “D”
.
10.
The parties agreed that the
Contracts
are declared invalid
in terms of Section 172(1)(a) of the Constitution of the Republic of
South Africa, 1996 (“the Constitution”)
due to
noncompliance with section 217 of the Constitution and with the
prescribed procurement process in terms of Treasury Regulation
16A
6.4; 16A. 6.1 and
Regulation 11
of the
Disaster Management Act 57 of
2002
.”
11. As a
consequence of the invalidity of the
Contracts
, the payments
to both the First and Second Defendants are irregular as the
Contracts
are
ab initio
unlawful. It is, within the
meaning of section 172(1)(b) of the Constitution that the Plaintiffs
are entitled to appropriate and
just and equitable relief.
12. In the particular
circumstances of the Plaintiffs’ case, the appropriate and just
and equitable relief is a remedy that
extinguishes as far as possible
the consequences of the Defendants’ actions and re-establishes
the
status quo ante
by ordering:
12.1. the First
Defendant to pay the amount of
R21 819 878.28
to the Second
Plaintiff; and
12.2. the Second
Defendant to pay the amount of
R1 843 004.92
to the Second
Plaintiff.
13. In support of the
Plaintiffs claim that the aforementioned order would be appropriate
and just and equitable relief, the Plaintiffs
rely on the following
facts:
13.1. The First
Plaintiff’s investigations revealed that the design and
construction of the border fence failed to meet the
standards
required for a border fence. The border fence did not comply with the
drawings and specifications and First and Second
Defendants conduct
was in material breach of the conditions of the provisional site
clearance certificate as:
13.1.1. The design
of the fence was defective;
13.1.2. The
construction of the fence was defective;
13.2. As a result of the
First and Second Defendants’ defective design and construction,
the border fence was compromised
and ineffective
inter alia
:
13.2.1. The border
fence did not deter scaling and was easily breached and at 4-6 May
2020, at least 115 breaches were detected;
13.2.2. Numerous
openings in the border fence clearly indicated that people could
cross easily; and
13.2.3. The
defective border fence made the closing of the official border gates
redundant.
14. The First and Second
Defendants defective border fence undermined the National State of
Disaster declared by the President
of the Republic of South Africa
and the spread of the Covid 19 virus as the Beitbridge border fence
with Zimbabwe was not secured.
15.
Alternatively the repayment by the Defendants of the amounts of
R21 819 878.28
and
R1 843 004.92
respectively, is
appropriate relief within the meaning of section 8(2)(b) of the SIU
Act”
[45] Before dealing
with the First Defendants plea hereto I should point out that it
refers to itself as the “Second
Defendant” in several
paragraphs. I have assumed the relevant references to be
typographical errors. The First Defendant
pleaded as follows to the
above extract of the Plaintiffs’ Declaration:
“
6.
AD PARAGRAPH 6 THEREOF
6.1
First Defendant admits that the contract with title: “
PHASE
1 : 40 KM BORDERLINE INFRASTRUCTURE AND INSTALLATION BETWEEN RSA I
ZIMBABWE:
APPOINTMENT
TROUGH EMERGENCY DELEGATION OF SECURING OF BORDERLINE FENCE was
signed for amount of R37 176 843.45. It admits
the signing of
the agreement attached as annexure “A” to the
declaration. (my emphasis)
6.2. First Defendant
repeats the contents and background to the signing of the agreement
as pleaded above.
7. AD PARAGRAPH 7
THEREOF
Second Defendant admits
that it received payment of R 21 819 878.28 on 30 March 2020. Second
Defendant pleads that the aforementioned
payment was requested at the
behest of the officials of the Second Plaintiff who indicated that
its office was anticipated to be
closed when payment was due to be
made in terms of the contract. Based on the aforementioned
instruction a payment request was
prepared, certified by the Second
Defendant and payment made by the Second Plaintiff in terms thereof.
Second Defendant pleads
that it was throughout represented that the
payment and contract was lawful and approved in terms of the
prescribed processes.
It is admitted that the payment was received by
the Second Defendant.
8. AD PARAGRAPHS 8 AND 9
THEREOF
The First Defendant takes
note of the contents of the agreement attached as Annexure “C”.
Second Defendant cannot admit
or deny the contents thereof.
9. AD PARAGRAPH 10
THEREOF
9.1. First Defendant
admits that subsequent to it receiving legal advice and the relevant
documentation being made available, that
its appointment and the
agreements relating thereto, failed to comply with the provisions of
section 217 of the Constitution and
with the prescribed procurement
process in terms of Treasury Regulations 16A, 6.4, 16A 6.1 and
regulation 1
1
of the
Disaster Management Act.
9.2. Second
Defendant
(sic) specifically pleads that throughout the period preceding the
agreement as well as at the time of the signing of
the agreement and
thereafter, the officials of the Second Plaintiff indicated and
represented to the First Defendant that the process
and the First
Defendant's appointment was lawful and mandated by the Minister of
Public Works, the Honourable Patricia da Lille,
and the President of
the Republic of South Africa.
9.3. First Defendant
specifically pleads that the process followed was prescribed by the
officials of the Department of Public
Works and that the First
Defendant complied with the process as instructed and prescribed by
the officials of the Second Plaintiff
and/or agents acting on its
behalf.
10 AD PARAGRAPH 11
THEREOF
First Defendant admits as
a matter of law that the contracts are
ab initio
unlawful and
falls within the ambit of section 172(1)(b) of the Constitution. It
pleads that the First Defendant is entitled to
appropriate and just
and equitable relief consequent to the declaration of invalidity.
11
AD PARAGRAPH 12 (INTRODUCTORY PORTION) THEREOF
The contents are denied
as if specifically traversed and it is pleaded that the circumstances
and the actions by the senior officials
of the Second Plaintiff as
well as the direct involvement of the Minister of Public Works and
her advisors, constitutes sufficient
facts and circumstances to grant
a just and equitable remedy in the form of just and equitable relief
to the First Defendant in
the form of and order that all rights in
terms of the contract remain vested irrespective of the invalidity of
the agreement, and
that First Defendant is entitled as its remedy to
payment of all amounts due in terms thereof.
12
AD PARAGRAPH 12.1 THEREOF
The contents are denied
as if specifically traversed.
13
AD PARAGRAPH 12.2 THEREOF
13.1 First Defendant is
not in a position to plead to the aforementioned.
13.2. First
Defendant specifically pleads that it performed in terms of the
agreement entered into with the First Defendant
and complied with its
obligations in terms of the contract. As a result of the
aforementioned, the First Defendant pleads that
it will be just and
equitable that it is ordered that the rights that accrued in terms of
the contract remains vested irrespective
of the invalidity of the
agreement and that the First Defendant is entitled to payment of the
full contract price and in particular
that it ought to be entitled to
receive payment in the amount of R11,144,820-46 being the outstanding
portion of the contract amount.
13.2.1.
Final account delivered - R 34 699 682-88 (Vat Inclusive).
13.2.2. Less amount
paid R 21 819 878-28 (VAT Inclusive) Outstanding (inclusive of
retention money now due R11 144 820-46)
14 AD PARAGRAPH
13.1 THEREOF
14.1. The contents are
denied as if specifically traversed and the Plaintiffs are placed to
the proof of each and every allegation.
14.2. In particular it is
denied that the First Defendant was in any way involved with the
design of the fence and First Defendant
pleads that it complied with
its obligations in terms of the contract.
15. AD PARAGRAPH
13.1.1 THEREOF
First Defendant denies
that it was involved in the design or that it can be held accountable
for any defective design in the fence.
16 AD PARAGRAPH
13.1.2 THEREOF
The contents are denied
as if specifically traversed and the First Defendant specifically
pleads that the Second Defendant as the
appointed agent of the Second
Plaintiff, together with the officials of the Second Plaintiff,
signed off on the fence as erected
and completed in compliance with
the terms of the agreement.
17 AD PARAGRAPH
13.2 THEREOF
The contents are denied
as if specifically traversed and the Plaintiffs are placed to the
proof of each and every allegation.
18 AD PARAGRAPHS
13.2.1 TO 13.2.3 THEREOF
18.1 The First Defendant
denies that it can be held accountable for any of the breaches that
were detected and specifically pleads
that at the time when the fence
was handed over, there were no breaches.
18.2. First Defendant in
particular pleads that, during its construction it advised the
officials of the Second Plaintiff as well
as officials of the South
African National Defence Force (“SANDF”) that there were
attempted breaches of the fence
and that the absence of patrols by
the SANDF and/or SAPS rendered the fence vulnerable.
18.3. Irrespective
of the aforementioned, the First Defendant took steps and procured
sufficient security, at its own cost,
to protect the fence until the
time that it was handed over.
19. AD PARAGRAPH 14
THEREOF
19.1 The contents are
denied as if specifically traversed and the Plaintiffs are placed to
the proof of each and every allegation.
19.2. First Defendant
specifically pleads that the fence that was erected as instructed,
and that the construction thereof was approved
as compliant to the
terms thereof not only by the Second Defendant, but also by the
Senior Officials of the Second Plaintiff.
20 AD PARAGRAPH 15
THEREOF
21. The contents are
denied as if specifically traversed and it is denied that it would be
just and equitable that any repayment
of money be paid.
22. First
Defendant specifically pleads that it ought to be entitled to be paid
the full contract amount for the services
rendered as will be set out
at the counterclaim annexed hereto.
WHEREFORE
the First Defendant prays that the relief as sought by the Plaintiffs
be dismissed with costs.
”
[46] Over and above
the aforesaid First Defendant formulated a Counterclaim in the
following terms:
“
2
2.1 First
Plaintiff repeats the facts pleaded in the plea and prays that it be
incorporated herein as if specifically repeated.
2.2. First
Plaintiff pleads that during the course of March of 2020 the Second
Defendant was contacted by officials of the
Department of Public
Works to assist in the erection of an emergency fence that had to be
erected as a matter of extreme urgency
to assist in the control of
movement between South Africa and Zimbabwe.
2.3. In particular the
officials of the Second Plaintiff indicated that the project was in
terms of presidential and/or ministerial
directives and/or taking
place at the specific insistence of the Minister of Public Works and
Infrastructure, the Honourable Minister
Patricia da Lille as
reflected in annexure CRP “1” to the plea.
3.
3.1 At the meeting
the attendants were informed that the contractor to be appointed has
to be on site on the 20th of March
2020. An assessment would be
performed by the Department at the conclusion of the meeting and the
design and specifications would
be communicated.
3.2. Mr Harry
Van Meyeren on the 18th of March 2020 informed First Defendant that
he was preparing a bill of quantities
based on the first defendant's
existing maintenance at the Beitbridge Border post. The prepared bill
was forwarded by Van Meyeren
on the 18th of March and forwarded to
the First Defendant.
3.3. Pringle on
behalf of the First Defendant indicated that the pricing of 2016 was
insufficient and had to be adjusted with
CPI to provide for
increases. This CPI adjustment was calculated by the Second Defendant
and amounted to some R4 000 000.00 in
addition to the initially
prepared bill of quantities.
3.4. On Wednesday the
18th of March 2020 First Defendant was notified by Second Defendant
that First Defendant had been appointed
as contractor and had to be
present on site on the 19th of March 2020 to attend a site handover
meeting, at which time the project
would commence.
3.5
On Thursday the 19
th
of March 2020 First Defendant, represented by Mr Martin Lejaka,
attended the site handover meeting, and received the appointment
letter from officials of the Department of Public Works. A copy of
the letter dated 18 March 2020 and signed b y Mpho Rakau acting
Director: Legal Services on behalf of the Director General, Adv S
Vukhela, is annexed to the plea as annexure “CRP 2”.
3.6. On Friday the 20th
of March 2020 the Department demanded commencement of the project
with immediate effect which demands persisted
during the course of
the weekend.
3.7. On Saturday the
21st of March 2020 Second Defendant's Van Meyeren arranged an urgent
meeting at First Defendant's offices
in Benoni on Sunday the 22nct of
March 2020. It was to be attended by representatives of Second
Plaintiff and First and Second
Defendants.
3.8. On Sunday the
meeting took place but was not attended by officials from the
Department of Public Works. Van Meyeren handed
the contract document
to Pringle and instructed him to complete it, utilising the amended
bill of quantities, sign it and have
it delivered to Jabulile Mabaso
at the offices of the Second Plaintiff.
3.9 This was done,
and Martin Lejaka personally handed the original contract document to
Ms Mabaso at Public Works Offices
in Pretoria. It accords with the
document annexed as annexure A to the Plaintiffs' declaration.
3.10 Profteam on behalf
of the Second Plaintiff demanded the attendance on site and immediate
commencement.
4 During the whole of the
process, the First Defendant was not involved in selecting in the
scope or procedures of the procurement
process and acted on the
representations and disclosures made to it. This was inter alia that
the project was compliant with the
relevant Legislation and
procurement processes and was done as a matter of extreme urgency
under a directive from the Minister
of Public Works. The First
Defendant specifically pleads that it acted bona fide in order to
assist the government in an urgent
and /or emergency project of
National Importance, at Second Plaintiffs request.
5. During the
contract period and from 26 March 2020 the lockdown was announced and
had additional and adverse operational
impact and costing for the
First Defendant.
5.1 Accommodation and/or
bathroom facilities compliant with Covid had to be provided and was
enforced by the officials and/or agents
of the Second Plaintiff;
5.2. Access to the
procurement of equipment was limited and special measures had to be
introduced and permits obtained in order
to have access to the
materials needed for the project;
5.3. Costs for securing
the fence due to threatened breaches by illegal operators from
Zimbabwe and South Africa to the respective
countries were incurred
and breaches and crossings occurred on a regular basis;
5.4. Despite this
problem being disclosed to the officials of the Second Plaintiff and
representatives of the South African National
Defence Force, no
assistance was provided by the Second Plaintiff or the South African
National Defence Force and or the SAPS;
5.5. The absence of the
SANDF in patrolling the area exacerbated the situation;
5.6. First Defendant was
throughout informed that it was of the utmost importance that the
fence had to be completed by 20 April
2020 and faced contractual
penalties in the event of failing to complete the fence in time;
5.7. First Defendant,
its director and employees and contractors worked numerous hours of
overtime, stayed in difficult conditions
had to complete a project of
significant magnitude in an unrealistic timeframe of 4 weeks.
6.
6.1 Despite the
adverse circumstances the First Defendant proceeded to erect the
fence in accordance with the specifications
provided and allocated
the necessary employees and/or contractors in order to ensure that
the fence be erected in terms of the
designs provided by Second
Plaintiff and Second Defendant.
6.2 First
Defendant incurred expenses in this regard and made its time
available exclusively to the Second Plaintiff, exposed
its
representatives and/or employees to risk of contracting Covid -1 9,
exposed itself to risk of attack at the unpatrolled border
fence from
smugglers and unlawful border crossers.
7.
7.1 On or about 25 March
2020 the First Defendant was informed that it was foreseen that
payment could not be made in terms of the
agreement as a result of
the potential closure of its office and access to payments as a
result of the hard lockdown that was announced.
7.2. First
Defendant was requested to prepare a “progress draw” on
the work that was forecasted to be completed
three weeks into the
4-week project.
7.3. First Defendant
proceeded under the guidance of the Second Defendant to prepare an
invoice based on the instructions and information
disclosed by the
Second Plaintiff.
7.4 An invoice was
prepared based on 60 % completion and delivered to the Second
Defendant.
7.5. Second
Defendant approved the payment, and First Defendant received payment
into its bank account on 30 March 2020.
8.
8.1 First Defendant
proceeded to complete the erection of the fence in terms of the
agreement by 20 April 2020 and on 21 April 2020
the formal handover
and inspections of the fence occurred, and practical completion was
certified.
8.2. The officials
of the Second Plaintiff and role-players from the SANDF were involved
in the inspection of the fence and
the inspection was completed and
save for limited snags that were disclosed, the fence was completed.
8.3. Practical
completion in terms of the agreement was reached and signed off not
only by the Second Defendant but also by
the officials appointed by
the Second Plaintiff to oversee the project.
8.4. The contract has
since reached final completion.
8.5. Irrespective of the
handover, First Defendant was requested to have the private security
that it had arranged in place until
the 24th of April 2020 as SANDF
to patrol the fence. First Defendant complied with this request and
kept private security that
it paid for in place until the evening of
the 24th of April 2020 at First Defendant's costs and which was not
charged for.
9 In the premises
it is submitted that the First Defendant complied with its
contractual liability, and it was not the initiator
or a participant
in the formulation of the procurement process followed by the Second
Plaintiff.
10 Having regard to the
aforementioned as well as the costs and expenses incurred in the bona
fide actions by the First Defendant,
it is submitted that it would be
just and equitable to order in these circumstances, that irrespective
of the failure to correctly
record the deviation from the procurement
processes prescribed by the Treasury Regulations and the invalidity
of the agreement,
that it be ordered to be just and equitable that
the rights in terms of the contract remains vested, irrespective of
the invalidity
of the agreement, and that the First Defendant is
entitled to payment of the outstanding portion of the final account
which was
less than the contract amount.
11 As a result of the
aforementioned it is submitted that the just and equitable relief
subsequent to the setting aside of the agreements
ought to be that
the rights that vested in terms of the invalid agreement remains
vested and that the Second Plaintiff is liable
as a just and
equitable remedy to make payment of the remaining portion of the
contract in the amount R11 144 820.46 to the First
Defendant.
12 In the alternative it
is pleaded that the costs incurred and the risk to which the First
Defendant was exposed, justifies that
the Honourable Court as part of
the enquiry into the just and equitable remedy orders Second
Plaintiff to make payment, in addition
to the amount already paid to
the First Defendant, in the amount of R11,144,820.46 as the just and
equitable remedy to the First
Defendant.
WHEREFORE First Defendant
prays for the following relief:
1. That it be
ordered in terms of the provisions of section 172(1)(b) of the
Constitution as part of the just and equitable
remedy available to
affected parties, that irrespective of the invalidity of the
agreement all rights remain vested and that the
Second Plaintiff be
ordered to pay the amount of R11,144, 820-46 to the Second Defendant;
2. Interest on the
aforementioned amount at the prescribed rate of 7.25% plus 6 % in
terms of regulation 26 D (2) of Government
Gazette Number 38822 of 29
May 2015 from 20 April 2020 until date of final payment;
3. In the alternative to
the aforementioned that the Honourable Court order as a just and
equitable remedy that the Second Plaintiff
pay to the First Defendant
an amount of R11,144,820.46, alternatively such an amount that the
Honourable Court finds to be just
and equitable to the First
Defendant;
4. Interest at the
prescribed rate of 7.25 % per annum a tempora morae.
5. Costs of suit;
6.
The First and Second Plaintiff jointly and severally be ordered to
pay the first Defendants costs of the application under Case
Number
GP 12/2020, reserved on 16 October 2020 and ordered to be determined
by the trial court.”
[47] The Second
Defendant pleads as follows to paragraphs 6 - 15 of the plaintiff’s
declaration —
“
3.
AD PARAGRAPH 6
The allegations herein
contained are admitted.
4. AD PARAGRAPH 7
Save to admit that the
Second Plaintiff approved and made advance payment of R21,819,878.28
to the First Defendant, the remainder
of the allegations herein
contained are denied. The Second Defendant pleads specifically that
the payments made to the First and
Second Defendants were approved
and made by authorised representatives of the Second Plaintiff,
alternatively ostensibly authorised
representatives of the Second
Plaintiff.
5. AD PARAGRAPH 8
The allegations herein
contained are admitted.
6. AD PARAGRAPH 9
6.1 Save to admit
that the Second Plaintiff approved and made advance payment of
R21,819,878.28 to the First Defendant, the
remainder of the
allegations herein contained are denied.
6.2 The Second
Defendant pleads specifically that the payments made to the First and
Second Defendants were approved and
made by authorised
representatives of the Second Plaintiff, alternatively ostensibly
authorised representatives of the Second Plaintiff.
7. AD PARAGRAPH 10
The agreement is
admitted.
8. AD PARAGRAPH 11
8.1 The
allegations herein contained are denied.
8.2 As a
consequence of the parties’ agreement, the tribunal is enjoined
to declare the agreements invalid in terms
of Section 172(1)(a) of
the Constitution of the Republic of South Africa, 1969 (
sic
)
(hereinafter “the Constitution”).
8.3 As a result of
the declaration of invalidity, the tribunal is vested with a
discretion to make an order that is just
and equitable which includes
but is not limited to an order limiting the retrospective effect of
the declaration of invalidity.
8.4 Section 171(b)
(sic)
of the Constitution which vests the tribunal with the
aforesaid discretion envisages an order that is just and equitable in
all
the circumstances and taking into consideration all the facts and
factors leading to the conduct which is declared invalid and its
consequences.
8.5 The Second
Defendant pleads that a proper exercise of the discretion would be to
afford the Defendants just and equitable
relief having fully
performed their obligations in terms of the agreements in the
bona
fide
but mistaken belief that the agreements complied with
Section 217 of the Constitution and with the prescribed procurement
process
in terms of the Treasury Regulations and other Regulations
applicable.
9. AD PARAGRAPH 12
9.1 The
allegations herein contained are denied.
9.2 The Second
Defendant pleads that:
9.2.1
the obligation
to comply with the Treasury Regulations in general and specifically
with Treasury Regulations 16A 6.4 and 16A 6.1
and
Regulation 11
of
the
Disaster Management Act 57 of 2002
is on the accounting officer
of the Second Plaintiff, alternatively on the Second Plaintiff;
and
9.2.2 the Second
Defendant’s bid was accepted by a duly authorised
representative of the Second Plaintiff, Mr Welcome
Mokoena on
behalf of Sam Vukela, the Director General of the Second Plaintiff;
and
9.2.3 Fulfilment of the
contractual obligations were acknowledged by signature of a duly
authorised representative that the practical
completion certificate
could be issued in accordance with the terms of the agreements; and
9.2.4 that
representative of the Second Plaintiff represented to the Defendants
that the project had ministerial and/or presidential
approval. (my
emphasis)
10. AD PARAGRAPH 13.1
10.1 The allegations
herein contained are denied.
10.2 Without derogating
from the generality of the aforegoing denial, the Second Defendant
pleads that:
10.2.1
The design of
the fence was dictated by the ministerial directive that the project
would be a variation order of an existing contract
with the
Department.
(my emphasis)
10.2.2 The Defendants
have an existing agreement with the Second Plaintiff WCS052500.
10.2.3 As a result, the
material used for the design was limited to material available on the
bill of quantities in relation to
WCS052500.
10.2.4 The type and size
of fence was agreed with representatives of the Second Plaintiff, the
South African Police Service, the
South African National Defence
Force and other contractors and engineers invited to a site meeting
on 17 March 2020 at the SAPS
Barracks situated at Beit Bridge.
10.2.5 Design drawings
based on the agreement at the site meeting was approved by the Second
Defendant.
11. AD PARAGRAPH 13.2
11.1 The allegations
herein contained are denied.
11.2 Without derogating
from the generality of the aforegoing denial, the Second Defendant
pleads that the fence contracted for
is not a border fence and only
extends 20 kms on each side of the Beit Bridge border entry point.
11.3 The First and/or
Second Defendant’s representatives reported attempted breaches
of the fence whilst it was being constructed
to the South African
National Defence Force.
11.4 Without sufficient
patrols, any fence and specifically the fence erected in accordance
with the agreed specifications would
not withstand concerted efforts
to breach it.
11.5 The fence was handed
over to the Second Defendant’s officials and they approved the
practical completion certificate.
A copy of the certificate is
annexed hereunto as Annexure “SD1”.
12. AD PARAGRAPH 14
12.1 The allegations
herein contained are denied.
12.2 The Second Defendant
pleads that a fence compliant with the specifications as agreed with
the Second Defendant was handed over
to it and that it approved a
practical completion certificate for the fence duly represented by
Jabulile Mabasu on 20 April 2020
and a certificate of completion on
28 April 2020.
13. AD PARAGRAPH 15
The allegations herein
contained are denied.
WHEREFORE the Second
Defendant prays for an order dismissing the Plaintiff’s action
with costs.”,
[48] The Second
Defendant also formulated a counterclaim in the following terms —
“
2.
The Second Defendant repeats paragraphs 5 to 10 of the
Plaintiffs’ declaration
mutatis
mutandis
.
3. To avoid prolixity,
Annexures “A” to “D” to the declaration are
not annexed hereto.
4. Consequent upon the
declaration of invalidity of the contracts by the tribunal, the
Second Defendant pleads that it is entitled
to equitable relief in
terms of Section 172(1)(b) of the Constitution.
5. The Second Defendant
pleads that it is entitled to the following just and equitable
relief:
5.1 Payment of the
amount of R1,277,401.19;
5.2 Interest on
the aforesaid amount at the prescribed rate of 7.25% plus 6% in terms
of Regulation 26D (2) of the Government
Gazette No. 38822 of 29 May
2015 from 20 April 2020 until date of final payment.
6. The Second Defendant
pleads that it is entitled to the aforesaid just and equitable relief
in circumstances where:
6.1 the Second
Defendant and the First Defendant as the contractor entered into the
agreements with the Second Plaintiff
in the
bona fide
but
mistaken belief that the Second Defendant, its accounting officer and
representatives had complied with the prescripts of the
Treasury
Regulations and all other regulations or rules applicable to
procurement;
6.2 the Defendants
proceeding from this
bona fide
belief, fully executed the
terms of the contracts with the Second Plaintiff;
6.3 the First
Defendant handed over the fence to the Second Plaintiff and signed a
practical completion certificate prepared
by the Second Defendant;
6.4 the practical
completion certificate was signed by a duly authorised representative
of the Second Defendant after a site
inspection by representatives of
inter alia
the Second Plaintiff and the Defendants;
6.5 the Second
Defendant, duly represented, accepted the design and specifications
of the fence;
6.6 the minister
responsible for the Second Defendant approved of and instructed that
the project be initiated and completed
in a specified timeframe and
as a variation order.
6.7 Compliance
with Treasury Regulations 16A 6.4 and 16A 6.1 as well as
Regulation
11
of the
Disaster Management Act 57 of 2002
rests upon the
accounting officer of the Second Plaintiff.
6.8 The
performance of the Defendants’ obligations in terms of the
agreements which are interlinked required an extraordinary
effort
having regard to the short timeframe for completion and the
imposition of the Level 5 lockdown regulations.
6.9 The Second
Defendant did not act in terms of any of the contractual provisions
which would justify the refusal to pay
the outstanding amounts which
were due in terms of the agreements.
7. The Second Defendant
pleads that the just and equitable relief subsequent to the setting
aside of the agreements ought to be
that the rights that vested in
terms of the invalid agreements remain vested and that the Second
Plaintiff is liable as a just
and equitable remedy to make payment of
the remaining portion of the contract in the amount of R1,277, 401.19
to the Second Defendant.
8. In the alternative it
is pleaded that the costs incurred and risk to which the Defendants
were exposed, justifies that the Honourable
Court as part of the
enquiry into the just and equitable remedy orders Second Plaintiff to
make payment, in addition to the amount
already paid to the Second
Defendant, in the amount of R1,277,401.19 as the just and equitable
remedy to the First Defendant.
WHEREFORE the Second
Defendant prays for the following relief:
1. That it is ordered in
terms of the provisions of Section 172(1)(b) of the Constitution as
part of the just and equitable remedy
available to affected parties,
that irrespective of the invalidity of the agreement between the
Second Plaintiff and the Second
Defendant, all rights remain vested
and that the Second Plaintiff be ordered to pay the amount of R1,
277, 401.19 to the Second
Defendant;
2. Interest on the
aforementioned amount at the prescribed rate of 7.25% plus 6% in
terms of Regulation 26D (2) of Government Gazette
No. 38822 of 29 May
2015 from 20 April 2020 until date of final payment;
3. In the alternative to
the aforementioned that the Honourable Court order as a just and
equitable remedy that the Second Plaintiff
pay to the Second
Defendant an amount of R1 277 401.19, alternatively such an amount
that the Honourable Court finds to be just
and equitable;
4. Interest at the
prescribed rate of 7.25% per annum
a tempore morae
;
5. Costs of suit;
6.
The First and Second Plaintiffs jointly and severally be ordered to
pay the Second Defendant’s costs of the application
under case
number GP12/2020, reserved on 16 October 2020 and ordered to be
determined by the trial court.”
[49] The Plaintiffs
pleaded as follows to the Counterclaims of the Defendants —
“
AD
FIRST DEFENDANT'S COUNTERCLAIM
1.
AD PARA GRAPHS 1 to 3
1.1 For the
purposes of these proceedings, the allegations contained in these
paragraphs are admitted.
2. AD PARA GRAPHS 4 to 9
2.1 The
allegations in these paragraphs are noted.
3.
AD PARAGRAPHS 10 to 12
3.1 The allegations made
in these paragraphs are denied.
Wherefore the Plaintiffs
pray that the First Defendant's counterclaim be dismissed with
costs.”
AD SECOND DEFENDANT'S
COUNTERCLAIM
4.
AD PARAGRAPHS 1 TO 3
4.1 The
allegations made in these paragraphs are noted.
5. AD PARAGRAPH 4
5.1. The Plaintiffs aver
that the Tribunal has the power to make a just and equitable order
and the Tribunal a power that it deems
appropriate to give effect to
any ruling or decision made by it in terms of section 8(2)(b) of the
SIU Act 74 of 1 996.
6. AD PARAGRAPH 5
6.1. The
allegations made in this paragraph are denied.
7.
AD PARAGRAPH 6 to 8
7.1.
The allegations made in these paragraphs are denied.
7.2. In particular,
it is denied that the First Defendant is entitled to any payment.
Wherefore
the Plaintiffs pray that the Second Defendant's counterclaim be
dismissed with costs.
”
[50] The Plaintiffs
also replicated to the Defendants Pleas as follows —
“
AD
FIRST DEFENDANT'S PLEA
1.
AD PARAGRAPHS 1-4
1.1.
For purposes of these proceedings, the allegations made in these
paragraphs are admitted.
2. AD PARAGRAPHS 5
(5.1-5.14)
2.1. For the purposes of
these proceedings, the allegations made in these subparagraphs are
admitted.
3.
AD PARAGRAPHS 5.15
3.1.
It was known to all parties, given their past contractual
agreements, that despite the state of national disaster, compliance
with section 217 of the Constitution as well as Treasury Regulations
16A.6.4; l6A.6.1 and
regulation 11
of the
Disaster Management Act 57
of 2002
had to be met.
4. AD PARAGRAPHS 6 to 8
4.1. The
allegations made in this paragraph are noted.
5. AD PARAGRAPH 9.1
5.1. The concession
made in this subparagraph is consistent with the agreement between
the parties and the order made by the
Tribunal declaring the
agreements invalid and setting such aside.
5.2.
As a consequence of the
ab
initio
invalidity of
the agreements, no rights vested to any party.
5.3.
As a result, a just and equitable order is to direct the
status
quo ante
with the
First Defendant paying back the monies paid to it in the amount of
R21,819, 878.28 to the First Plaintiff, alternatively,
that payment
be made in terms of
section 8
(2)(b) of the SIU Act.
6. AD PARAGRAPH 9.2
6.1. The allegations
made in this paragraph are denied and, in particular that the
Minister of Public Works or the President of
the Republic mandated
procurement that is inconsistent with the prescripts of the law.
7. AD PARAGRAPH 9.3
7.1. The allegations
made in this subparagraph is denied and the First Defendant is put to
the proof thereof.
7.2. In particular,
it is denied that the officials of the Second Plaintiff can on their
own prescribe processes in procurement
or give instructions that
offend the legal prescripts regarding procurement of goods and
services by state and/or state bodies.
8. AD PARAGRAPH 11
8.1.
The allegations made in this paragraph reflect correctly the law
relating to the agreement being unlawful ab initio. Section
172(1)(b)
of the Constitution reflects the power a court has, having declared
any law or conduct to be inconsistent with the Constitution.
9. AD PARAGRAPH 12
9.1. The allegations
made in this subparagraph is denied and the First Defendant is put to
the proof thereof.
10. AD PARAGRAPH 13 to
16
10.1. The allegations
made in this subparagraph is denied and the First Defendant is put to
the proof thereof.
11. AD PARAGRAPH 17
11.1. The allegations
contained in this paragraph is noted.
12. AD PARAGRAPH 18 and
19
12.1. The Plaintiffs'
have no knowledge of the allegations in these paragraphs and the
First Defendant is put to the proof thereof.
AD SECOND DEFENDANT'S
PLEA
13. AD PARAGRAPH 4 to 6
13.1. The allegations in
these paragraphs arc noted.
13.2. No payments could
in law, he payable in respect of' agreements which were
ab initio
invalid.
14. AD PARAGRAPHS 8.1 to
8.5
14.1 The allegations made
in these paragraphs are admitted to the extent they properly reflect
the law.
14.2. It is denied that
any right accrues in respect of agreements that are invalid
ab
initio.
15. AD PARAGRAPHS 9
(including all subparagraphs thereof)
15.1.
Notwithstanding the allegations made in these subparagraphs, the
agreements were to comply with the prescripts of section
217 of the
Constitution as well as Treasury Regulations 16A.6.4 and 16A.6.l and
regulation 11
of the
Disaster Management Act 57 of 2002
.
16. AD PARAGRAPH 10 and
11 (including all subparagraphs thereof)
16.1. Notwithstanding the
allegations made herein being correct, the final construction of the
border fence was defective and not
fit for purpose.
17. AD PARAGRAPHS 12
(including all subparagraphs thereof)
17.1. The allegations
made in this paragraph are noted.
WHEREFORE
Plaintiffs persists in their claims.”
# The facts and evidence
The facts and evidence
[51] I intend
dealing with the evidence of Magwa’s witnesses first and
thereafter the evidence of Profteam’s witnesses.
I
approach all the evidence on the basis that same was uncontested in
the proceedings in the SIU Tribunal.
Witnesses to Magwa
Mr Pringle’s
(Pringle) Evidence
[52] His statement
under oath should be deemed to be admitted as evidence as if he
testified in chief. I should point out
that the annexures to his
affidavit appears before his affidavit in the Appeal Record and not
after same as is the normal practice.
[53] He states that
he was a director of Magwa from the outset and at all times involved
as Project Manager in every contract
performed by it. His
curriculum vitae (CV) indicates that he obtained his National Diploma
Civil Diploma in Engineering from
the Vaal Triangle Technikon in
1993. He over time worked himself up from junior technician to a Site
Engineer at Concor whereafter
he joined Menlo Construction Norh as a
director and later became its manager director. He started
Magwa Construction CC during
2005 as a founder member. The latter is
now known as Caledon River Properties (Pty)Ltd a company of which he
is a director and
which trades under the name of Magwa Construction.
[54] It is apparent
from his CV that he was involved in the tender for the Beitbridge
Land Port of Entry (LPOE) and apart
from his present involvement in
the tenders for other LPOE’s the lengthy list of other tenders
with State Organs suggests
that he is no newcomer to tendering
processes involving State Organs.
[55] He was
involved in every construction project ever awarded to Magwa/Magwa as
Project Manager. He also annexed a spreadsheet
listing numerous
contracts he was involved in, several of which indicates that he is
often involved in contracts with the DPW.
[56] On the 16
March 2020, he received an email from Goodwill Lukhele (Lukhele) from
the DPW addressed to the Profteam and
also copied to Jabulile Mabaso
Wasnaar Hlabangwana, Bathe Mokhothu, Siphamandla Ngcobo and Siyabonga
Xaba. The persons copied are
also from the DPW.
[57] The email was
apparently also directed to Hillside Trading, another contractor, who
but for his presence at a meeting
referred to below seems to play no
further role in this matter.
[58] The e-mail
reflects an invitation to attend a meeting to meet at the Beitbridge
LPOE on 17 March 2020 at 11h00 in order
to conduct a site visit and
discuss the proposed scope of work and costs estimate for a
borderline fence.
[59] In this email
the DPW proposed to have the fence constructed as a part of, or an
extension of, the existing Repair and
Maintenance Beit Bridge
Project. As stated above Magwa was already contracted to the DPW in
respect the aforesaid project, also
known as RAMP Beitbridge.
[60] Lukhele is a
Professional Construction Project Manager (PrCPM) and the chief
construction project manager of the DPW.
The RAMP contract was
already awarded in 2016 pursuant to an open tender process and was
extended on 7 August 2020 and only came
to its final conclusion on 17
March 2021. According to Pringle, Magwa had a long and successful
history of projects that it was
contracted for by the DPW.
[61] Pringle
attended the site meeting as requested by the DPW. The meeting was
also attended by the South African National
Defence Force (SANDF),
other representatives of the DPW, the SAPS, Mr van Meyeren of
Profteam, Hillside Trading, Asatico and Virtual
Construction
Engineers.
[62] The meeting
was led by Lukhele who indicated that the purpose for the meeting was
to discuss and determine the scope
of works and to decide on the
procurement strategy for an emergency project. He sketched the
background to the meeting and stated
that the project was at the
direction of the Minister of the DPW, Ms Patricia de Lille, and with
the full knowledge of the Cabinet.
A copy of the direction is annexed
to the witness’ affidavit marked annexure “BP7”
dated 16 March 2020 and it
in its own terms directed that a
contractor be appointed and should commence work by 20 March 2020.
[63] Lukhele
indicated that the DPW had invited three repair and maintenance
program contractors and the consulting engineers
working on projects
in the area. He also indicated that a rapid tender process would be
implemented as a result of the directive
and urgency of the project.
Lukhele was unsure as to how they would implement the tender process.
[64] Profteam's
Bill of Quantities (BOQ) for the Beit Bridge LPOE had a security
fence in the list of activities. The approved
rates were set and
accepted in 2016 through a competitive tender process. This contract
also provided for escalation of the rates.
[65] The DPW
indicated that the RAMP project's BOQ had to be used to determine if
a Variation Order (VO) could be issued as
the rates are already
available and were obtained in terms of an open tender process.
Pringle also asserts that from the discussions
at the meeting it
appeared that the DoD and the DPW had met and decided on the
specifications for the emergency fence to be constructed.
[66] The issue of
who would be responsible for maintenance and/or patrols were raised
at the meeting. According to his recollection
the DPW had to liaise
with the DoD in that regard.
[67] PringIe
indicated that the pricing of 2016 was insufficient and had to be
adjusted upwards with CPI to provide for increases
in costs. The BOQ
was then calculated in accordance thereof and amounted to some
R4,000,000.00 in addition to the initially prepared
bill of BOQ.
[68] The total
amount as recalculated amounted to R37,176, 843.50 inclusive of VAT.
[69] On 18 March
2020, Magwa was notified by Profteam that it had been appointed as
contractor and had to be present on site
on 19 March 2020 to attend a
site handover meeting, at which time the project would commence. This
was instructed and demanded
by the DPW, despite the fact that no
formal contract had been signed and Magwa just heard that it was
appointed. The dire need
to commence was raised on behalf of the DPW.
[70] On Thursday 19
March 2020 Magwa, represented by Mr Lejaka, Pringle’s
co-director, attended the site-handover meeting
and received an
appointment letter from representatives of the Second Plaintiff. The
letter, dated 18 March 2020 and signed by
Mpho Rakau acting Director:
Legal Services on behalf of the Director General, Adv S Vukhela, is
“BP7”.
[71] On Friday 20
March 2020 the DPW demanded commencement of the project with
immediate effect, which demands persisted during
the course of the
weekend.
[72] On Saturday 21
March 2020, Profteam’s Van Meyeren arranged an urgent meeting
at Magwa’s offices in Benoni
for Sunday 22 March 2020. It was
to be attended by representatives of the DPW, Magwa and Profteam.
[73] The meeting
took place but was not attended by officials from the DPW. Van
Meyeren handed the contract to Pringle and
instructed him to complete
it, utilising the amended BOQ, sign it and have it delivered to Ms
Jabulile Mabaso at the offices of
the DPW without delay.
[74] On Monday 23
March 2020, Lejaka, Pringle’s co-director in Magwa personally
handed the original contract document
to Ms Mabaso at Public Works
Offices in Pretoria. Profteam did not receive a signed copy of
the agreement and was instructed
to continue.
[75] This agreement
was signed and submitted based on the representations made by the
senior officials of the DPW, the involvement
of the DoD and the
written direction issued by the Minister that indicated that the
urgent construction was to commence with the
support of the Cabinet
and having regard to the State of Disaster that was announced by the
President of the Republic of South
Africa.
[76] Profteam, on
behalf of the DPW, demanded Magwa’s attendance on site and
immediate commencement. On 23 March 2020
Pringle was personally on
site and site establishment was commenced with.
[77]
The area and terrain that had to be covered
during the contract period is without basic services and
accommodation and ablutions
had to be provided. Security of equipment
and materials as well as the safety of employees and contractors were
throughout a concern.
[78] Magwa knew
that the fence had to be constructed in areas where continuous
illegal border crossings were taking place.
Site establishment. store
facilities and ablutions were a constant struggle as the fence first
expanded eastwards for 20 km and
then 20 km towards the west.
[79] Pringle states
that it is near impossible to explain to the Court the difficulty in
terrain and practical problems that
Magwa faced to obtain access to
materials and equipment and to get it to site on an expedited basis.
[80] On 23 March
2020, the National Lockdown was announced and was to commence on the
26 March 2020. On or about 25 March
2020, Magwa was informed that it
was foreseen that payment could not be made in terms of the agreement
as a result of the potential
closure of the DPW's offices and access
to payment systems as a result of the hard lockdown that was
announced.
[81] The next day
Lock Down commenced and the practical problems for all businesses and
the functioning of life in general
became a reality. It was clear
that the Senior Officials of the Department anticipated the impact of
the lockdown and realised
that a project of this magnitude would
impact on the financial means of the First Defendant to continue
without payment.
[82] Magwa was
requested to prepare a “progress draw” on the work that
was forecasted to be completed three weeks
into the four-week
project. Magwa proceeded under the guidance of Profteam to prepare an
invoice based on the instructions and
information disclosed by the
DPW. An invoice was prepared based on 60 % completion and delivered
to the DPW. The latter approved
the payment, and Magwa received
payment into its bank account on 30 March 2020.
[83] From 26 March
2020, normal trade and freedom movement was impossible. Only
essential services could be performed, and
most factories and
suppliers closed as a result of the lockdown. It became a mad
scramble to arrange permits for Magwa and its
employees, contractors
and even suppliers. Pringle describes it as a logistical nightmare to
get transport approved and materials
and equipment to the respective
sites and areas where construction were to be undertaken, as
everything was closed.
[84] No-one knew
exactly how to operate having regard to the restrictions, but what
remained clear from the DPW and the instructions
from the Profteam,
was that the fence had to be completed in the prescribed time frame.
[85] Magwa not only
had problems with the site pre- lockdown but had to implement all the
Covid Measures pertaining to a safe
working environment. This was
strictly enforced by the DPW and its agent, Profteam.
[86] Regular
progress meetings were held by all the role players and the pressure
was relentless on Magwa to finish on time.
The advent of the National
Lockdown was not regarded as a factor that allowed an extension of
the time frame within which the fence
was to be constructed.
[87] Magwa despite
extreme adversity, which included threats from illegal border
crossers and thefts, kept to the timelines.
This included Pringle,
being on site full time in order to ensure that the timeline was
adhered lo and the fence, as specified
be constructed as was ordered
by the Cabinet and Minister De Lille.
[88] Magwa
proceeded to complete the erection of the fence in terms of the
agreement by 20 April 2020 and on 21 April 2020
the formal handover
and inspections of the fence occurred, and practical completion was
certified.
[89] The aforesaid
did not occur without incident. Theft and continued breaches occurred
and the absence of the DoD in providing
patrols along the fence being
constructed had an adverse impact on the ability of Magwa to keep up
with the timeline.
[90] These issues
were raised in the progress meetings but to no avail. In desperation,
Magwa obtained the services of private
security to patrol and
safeguard not only its employees, equipment, and materials, but also
the numerous breaches and attempts
thereto. This was not included in
the BOQ as was the COVID measures that had to be implemented.
[91] Despite the
clear directive of the Minister and the involvement of the DoD in the
entire process, no DoD patrols took
place during construction.
[92] The officials
of the DPW and role-players from the DoD were involved in the
inspection of the fence on an almost daily
basis. When the fence was
completed, the limited “snags” were rectified to all
role-players' satisfaction.
[93] Practical
completion in terms of the agreement was reached and signed off not
only by the DPW but also by the officials
appointed by Profteam to
oversee the project. Inspections were performed by representatives of
the DoD and the DPW. Drones were
flown across the whole fence to
verify the completion and state of the fence.
[94] The contract
has since reached final completion. Irrespective of the final
handover, Magwa was requested to keep the
private security that it
had arranged in place until the 24 April 2020 as the DoD was not
ready to patrol the fence at the time
of handover. Magwa complied
with this request and kept private security that it paid for in place
until the evening of the 24 April
2020.
[95] Pringle also
states that Magwa performed its obligations in terms of the
agreements in the
bona fide
but mistaken belief that its
appointment and agreement were valid.
[96] He contends
that:
1.
the failure by the
Minister of Public Works to fully appreciate her powers regarding
instructions to the DPW, her directive to act
with great haste, the
subsequent actions by senior officials of the DPW and DoD, caused the
first defendant to commit fully to
performance in terms of the
contract and to comply with the timeframe and the specifications;
2.
were it not for the
aforementioned representations Magwa would not have contracted or
become involved in an urgent project of the
extent and financial
exposure that it faced in a complex and extremely truncated time
period;
3.
Magwa and/or its directors
were not involved in the planning, approval, design, or
specifications of the fence;
4.
Magwa was not involved in
the procurement process other than doing what it was instructed to
do;
5.
The costs expended was
solely expended as a result of the representations regarding the
validity of the process made by the DPW
and the Minister of Public
Works;
6.
Hence, he contends in the
light of the circumstances it would be just and equitable that this
Court order that, irrespective of
the invalidity of the appointment
and agreement, the rights that vested in terms of the invalid
contract remain vested and to order
payment of the amount due in
terms of the contract alternatively as recalculated by the
Defendants' expert witness.
Mr Martin
Lejaka’s (Lejaka) evidence
[97] Lejaka’s
evidence on oath is also admissible as evidence in chief on the same
basis as that of Pringle.
[98] He is a
co-director of Magwa and was involved in the aforementioned project
and specifically confirms that on 19 March
2020 he attended a site
handover meeting and received the appointment letter from
representatives of Profteam identified as annexure
“BP8”
by Pringle.
[99] He also
personally handed the original contract document relating to the
aforementioned project to Ms Mabaso on 23 March
2020 at the DPW in
Pretoria. He did not receive a signed copy of the agreement and was
instructed to proceed with the project and
that the agreement would
be dealt with the Legal Department.
[100] The aforementioned
contract was solely concluded by Magwa as a result of its
longstanding relationship as a contractor on
behalf of the DPW and as
a result of the urgent directive to proceed with the construction of
the emergency borderline fence.
[101] The project in
itself exposed Magwa to great financial and reputational risk having
regard to the extremely short time within
which construction had to
be concluded.
[102] Magwa was faced by
risk and the hardship having regard to the working conditions, which
was further exacerbated by the lockdown.
[103] Despite the adverse
conditions Magwa was successful in concluding the project and spent
millions of rands in complying with
the instruction appointment and
the construction of the fence in accordance with the design and
specifications as prescribed by
the DPW and/or its representatives
and/or agents.
[104] An order ordering
the amount already paid to Magwa being repaid as a result of the
Department and the Honourable Minister
of Public Works' mistakes in
representing that the process and appointment was lawful, will be
unjust and punishment for Magwa
for no wrong committed on its part.
He contends that it in a
bona fide
manner assisted when the
National State of Disaster was announced and, on the available
information, Cabinet ordered an emergency
project for the fence to be
erected in order to ensure safety and to prevent the spread of the
virus.
Mr Veldtman’s
(Veldtman) evidence
[105]
Magwa also engaged the expert services of Veldtman a
Professional Construction Project Manager whose evidence should also
be regarded
as uncontested evidence in chief. He states that he
read the Rule 36(9)(b) summary of his testimony and opinions as well
as his CV and confirms that the aforesaid are reflective of his
opinions pertaining to this matter and are true and correct.
[106]
I hasten to add before analysing his
evidence that any opinion he expresses as to what is just and
equitable is of no
consequence
. The latter
value judgment rests with this court. Hence, I also exclude any
reference to same from the summary below.
[107]
I have no intention of rehashing his CV
here save to highlight
certain
components
thereof:
1.
He is a specialist
construction project manager at Virtual Consulting Engineers (VCE)
following a career, starting in 1970 and spanning
37 years at the
Dept. of Public Works (DPW). His expertise focuses on the design and
development of civil infrastructure (incl.
bulk earthworks; roads and
storm water; water and sewage networks; water purification and
wastewater treatment works). As Director
of Special and Major
Projects for the DPW he was responsible for a portfolio of > 740
projects to the value of R4.3billion.
He has been awarded an IMFA
Public Service Award for Inspiring Success Leadership and other
awards. He initiated and developed
the innovative Repair and
Maintenance Programme (RAMP) to address the deterioration of
state-owned facilities in an efficient and
cost-effective manner (for
total infrastructure of ±R10 billion) and he was responsible
as the lead design engineer for
several new and existing wastewater
treatment works to the total project value of R254 million. He is on
the forefront of the development
of maintenance friendly and
effective designs. He has experience in institutional arrangements,
strategic development planning
and project management.
2.
Between 2001 – 2007
he initiated, designed, and developed an innovative Repair and
Maintenance Programme (RAMP) for the DPW
to address maintenance
backlogs at numerous state-owned facilities (total estimated backlog
= R2 billion);
3.
He led the innovative
programme to the conclusion and execution of 741 projects and
contributed to effective service delivery nationwide.
The programme
created > 8000 employment opportunities and empowered numerous
previously disadvantaged business enterprises (total
R 4.3 billion);
4.
He was Departmental
Director of Special and Major Projects for the DPW between 1997 &
2007 where he managed 741 projects as
part of RAMP.
[108] It is clear that he
is an experienced project engineer and that his years in the DPW
stands him in good stead.
[109] He had access to
the documentation discovered by the respective parties as well as the
invoices rendered by First Defendant
to the DPW relating to the
Beitbridge Land Port of Entry: 36 Months Repair, Maintenance and
Servicing of Buildings, Civil, Mechanical
and Electrical
infrastructure, and installations (hereinafter “RAMP”)
(WCS 052500) tender, which was utilized as the
basis for the costing
of the border fence project.
[110] He expressed the
following views in his statement under oath read with his expert
notice:
1.
In order to set out the
process to be followed he distinguishes between the different
role-players, i.e., the client (DPW) the engineer/consultant
and the
contractor.
2.
In particular, a project
such as the border fence is developed in 6 stages
i.e.
stage 1 – inception, stage 2 – viability, stage 3 –
design and development, stage 4 – documentation
and
procurement, stage 5 – contract administration and inspection,
stage 6 – closeout. (
I
interpose here that he is clearly speaking only of PHASE 1 the tender
under discussion.)
3.
The roles and
responsibilities of all role-players as follows:
3.1.
THE DPW
3.1.1.
The DPW initiated the
project based on the ministerial directive in terms of
section
27(2)(1)
of the
Disaster Management Act, 57 of 2002
for the emergency
securing of the South African border post. The goal was to appoint a
contractor on 20 March 2020 with completion
of the emergency border
fence within one month.
3.1.2.
The actions taken
commenced with a site visit on 18 March 2020 to determine the scope
of work and the viability of the proposed
contract. The DPW undertook
to dedicate a project manager to oversee the project and to appoint a
construction project manager
to oversee construction on site on a
full-time basis. These initial actions represent a portion of the
Department's roles and responsibilities
and stage 1 and 2 and
confirms the quality control which would be seen in stage 6.
3.1.3.
The following was lacking
from the initial stages:
a.
any evidence pertaining to
the planning, feasibility, cost analysis and/or needs assessment
performed by the Department in order
to be able to provide meaningful
input and advise pertaining to costing. He would have expected a
clear analysis of the different
types of fences, the effect thereof,
the planning with the SAPS, South African Defence Force and related
agencies pertaining to
operation and patrol as well as additional
measures apart from the fence, including the construction of
sufficient lighting in
order to enable guarding parties and
patrolling parties to be effective during night-time to clearly
identify potential breaches.
The actions and responsibility of the
Department of Public Works as the client in this regard did not meet
the standard expected
and had an adverse impact on the subsequent
briefing of the contractor which is represented by the lack of clear
specifications
and/or drawings as to what was expected.
b.
the documentation setting
out the risk of the project and the subsequent disclosure thereof to
the contractor could be found from
the documentation. A potential
impact of such risk would normally be considered by a contractor when
preparing the bill of costs
in order to assess for risk and potential
unforeseen costs in the event of a non-variable contract or in order
to justify potential
variation orders that may follow in the project.
The lack thereof is not only to the detriment of the Department and
the consulting
engineer, but also adversely impacts on the contractor
who now has to provide pricing based on several unknown factors which
has
to be included in the pricing structure.
c.
As a result of the process
followed, i.e. a negotiated tender price and the submission thereof
to the NBAC for approval of the tender
award (ratification) Magwa was
appointed as contractor on 18 March 2020 and Profteam, as the
consulting engineer. These actions
concluded stages 1 to 4 as
executed by the Department Directorate for Special and Major
Projects.
3.2.
Profteam
3.2.1.
Profteam was appointed on
20 March 2020, two days after Magwa’s appointment by the DPW.
This appointment was in accordance
with the scope of services and
tariff of fees for persons registered in terms of the Engineering
Professions Act, 46 of 2000. (the
EP Act). In normal circumstances
the consulting engineer will be appointed to be responsible for
involvement in the scope of services,
staged 1 to 6. Due to the
defined scope of work form the initiation of the project, the
Department concluded stages 1 to 4 on their
own.
3.2.2.
It can be assumed that,
although not yet officially appointed, Profteam was involved by the
DPW in the determination and extent
of the engineering work and costs
based on the existing contract with Profteam RAMP Beitbridge.
3.2.3.
The reference to a
consulting engineer for purposes of the EP Act refers to a
professional registered in terms thereof or a juristic
person who
employs such a professional engaged by a client on a project to
undertake construction monitoring. Construction monitoring
relates to
the process of administering the construction contract and overseeing
or inspecting the works to the extent of the consulting
engineer's
engagement for the purpose of verification that the works are being
completed in accordance with the requirements of
the contract, that
the designs are being correctly interpreted and that the appropriate
construction techniques are being utilized.
3.2.4.
The contract for the
security fence at Beitbridge port of entry was guided by the General
Conditions of Contract for Construction
Works, 2nd ed, 2010 (GCC).
3.2.5.
The engineer is the person
who manages the contract as agent o(f) the employer and is given
considerable authority by the contract
to administer the construction
contract. The engineer is required to take actions to deal with
situations that affect time, money,
and quality as they arise during
construction. The function of the engineer is described in clause 3.1
of the GCC with reference
to clause 6, payments and related matters.
3.2.6.
Clause 6.1. 0.1 states:
“
With
regards to all amounts that become due to the contractor in respect
of matters set out in clause 6.10. 1.1, 6.10.1, 2, 6.10.1.3,
6.10.1.4
and 6.10.1.5 below, he shall deliver to the engineer a monthly
statement for payment of all accounts he considers to be
due to him
(in such form and such date as may be agreed between the contractor
and the engineer or failing agreement has the engineer
may require)
and the engineer shall, by signed payment certification, issue to the
employer and the contractor, certify the amount
he considers to be
due to the contractor, taking into account the following:
”
3.3.
Magwa
3.3.1.
The contractor means any
person or juristic person under a contract to a client to perform the
works on a project including a subcontractor
under contract to such
contractor. The contractor's involvement commences at stage 5 with
site handover to commence with the construction
of the works. The
quality of plant workmanship and materials are covered under clause 7
of the GCC. The onus is on the contactor
to produce work that
conforms in quality and kind to the requirements specified. This
implies that the contractor must apply quality
controls, referred to
as process control, as opposed to acceptance control performed by the
engineer and employ experienced persons
to provide and ensure that
such quality is attained. The engineer has the authority to set
additional requirements with regard
to such quality.
3.3.2.
Completion of the work is
addressed under clause 5.1.4 of the GCC and the Certificate of
Practical Completion (“CPC”)
under clause 5.1 4.2 of the
GCC. When the contractor submits a request or a CPC, the engineer
must compare the completed works
with the requirements for practical
completion as set out in the scope of work or in the absence of such
specifications. There
are criteria applied to consider whether the
work has reached the stage of readiness. A list of items that do not
comply with the
specifications or the criteria must be given to the
contractor. The list must be the final list of items that needs to be
completed
for practical completion. An engineer should guard against
adding items to such a list as this may disrupt the contractor from
achieving practical completion in good time.
3.3.3.
On the available
documentation Magwa had no part in stages 1 to 4 and ought therefore
not to be adversely affected or compromised
for events and processes
implemented prior to the awarding of the contract and expenditure for
construction resulted from that
contract.
3.3.4.
The GCC is not the sole
contract and only forms part of the tender documentation. It is of
cardinal importance to consider that
the planning in stages 1 -4 is
there to limit the risk and uncertainties in a project especially in
a case like the Beitbridge
contract where the potential for a major
financial dispute is a risk consequence for the DPW.
3.4.
The relevant contract documentation
3.4.1.
For the uniformity of
contract documentation (referred to SANS 294), one should clearly
distinguish between the conditions of tender
and the conditions of
contract specifications and terms of measurements and payments. The
implications of the above are:
3.4.2.
Each contract stage can
only be addressed once.
3.4.3.
Issues relating to the
tender, procurement, will generally fall away once the contract is
awarded to the successful contractor.
3.4.4.
Specifications are written
independently from the conditions of the contract.
3.4.5.
Systems of measurements
shall stand alone, independently of the specifications.
3.4.6.
It is mandatory in the
industry to use either GCC, JBCC, FDIC or NEC or any other approved
construction contracts for construction
contractors. In the GCC 2010
project specification is accommodated in the contract data. He also
attaches a typical contract organogram
applicable to a DPW
Construction Contract marked “B”. The totality of the
relevant documentation relevant to the contract
and the performance
requirements are set out in the tender procedures, compulsory
returnable documents, agreement and contract
data, specific notice to
DPW-07(EC) in the form of an offer and acceptance.
3.4.7.
The documents forming the
contract consist of the following: Agreement and contract pricing
data, Scope of work, Standards specifications,
Project
specifications; Additional specifications, Technical and particular
specifications, and Additional specifications.
3.5.
Dealing with the appropriation of risk
3.5.1.
The
risk
transferred
to Magwa in this contract was not of a nature that it could assess it
comprehensively beforehand. In GCC 2010 the employer
must accept the
risk that the contract cannot properly assess. It is a salient
characteristic of GCC to ensure fairness, the risk
of depreciation
and allocation and to apply a well thought-out plan and procedure to
deal with the risk related to the position
of the site, with high
criminal and danger elements, late instructions, delays by the
employer, suspension of work and to address
physical conditions such
as in this case, the Covid 19 lockdown circumstances and having
regard to the unreasonable short contract
of 1 calendar month in
which to complete the 40 km border fence.
3.5.2.
GCC
2010 complied fully with the requirements of the Construction
Industry Development Board (“
CIDB”
)
for the procurement of engineering and construction work. The GCC
2010 is based on an administration and management of a construction
contract and is suited for a full range of contract administration
complexity. To appoint a professional engineer is the administrative
object as the agent of the DPW in accordance with the GCC.
3.6.
The pricing data
3.6.1.
The costing of the works
was done under the supervision and guidance of Profteam. The
methodology followed was described by the
DPW with the utilization of
the tender rates for the Beitbridge port of entry repair and
maintenance contract number H15/042. The
exact pricing schedules were
used for the border fence with the same item descriptions, item
numbers, payment reference, numbers
and tender rates only changing
the quantities to accommodate the length of the 40km emergency fence
line. The rates applicable
to contract H15/042 was obtained by means
of an open tender process which at the stage was confirmed as being
fair, reasonable
and market related by the tender evaluation report
and the Tender Adjudicating Committee in awarding the contract to
Magwa. The
construction costs therein are fair, reasonable, and
marked related. The tender rates are dating back to March 2016 when
the contract
was placed on tender.
3.6.2.
Having regard to the fact
that it appears to be common cause that the 2016 contract rates were
to be utilized it is important to
note that that tender provided for
escalation. That escalation constitutes a CPAP of 14.52% which was
applicable to the contract
and subsequently approved on payments made
in terms of that tender.
3.6.3.
Save for a period of three
months, subsequent to the last claim made in terms of that contract,
it would appear that the contract
which according to the Plaintiffs
ought to have been utilized already clearly indicated for an increase
of 14.25% on the respective
items from the date of acceptance of
those tenders. The reliance on the original tender rates (without
escalation) as made by the
Plaintiffs are illogical, irrational, and
not in line with what is practiced nor what was applicable to the
contract utilized as
the base for the contract price in relation to
the border fence.
3.6.4.
If the non-escalated rates
are utilized, it would not only be unfair and unreasonable but would
not constitute a just and equitable
treatment of Magwa having regard
to the circumstances in which it was to prepare its tender and the
allegations levelled against
it pertaining to inflation of the
prices.
3.6.5.
His approach pertaining to
ascertaining the fair and reasonable item rate from the existing
maintenance contract utilises an objective
item rate. It was accepted
by virtue of an open tender and implemented by all the parties. In
this regard he states that in order
to calculate the costs, he
performed a recalculation of the rates on the items as contained in
the bill of quantities.
3.6.6.
In assessing the bill of
quantities as prepared he picked up that the majority of the
increased prices were only attributed to three
major items, and he
proceeded to recalculate the items calculating each of the utilized
items in the BOQ in accordance with the
2016 commencement rate
adapted by the approved CPAP rate of 14.25%. His calculations are
reflected in Annexure “C”
to the expert summary. (This
cannot be accessed once the whole Application is extracted in
portable document format (PDF) and can
only be accessed by hyperlink
from Caselines. It consists of an Excel spreadsheet which is
locked by a code and the formulas
in each notebook constituting the
spreadsheet is thus inaccessible. This required him to
calculate the various numbers in
the notebooks styled PG FENCE BOQ
and REPAIR FENCE BOQ manually so as to see if same corresponds with
the notebook styled H16-22
SUMMARY).
3.6.7.
The attack against the
Preliminary and general items by the Plaintiffs is unwarranted. In
having regard to the requirements in the
site establishment reference
must be had to SANS1200A. In item 100.01 provision is made for fixed
PMG costs.
3.6.8.
The first item which ought
to have been foreseen in the initial fixed fees under “1”
would have included additional
accommodation for workers on the
fence, (2) additional ablution facilities for fence works, (3)
established material storage and
depot. Firstly, this ought to be
included in any site establishment as a fixed cost and not as opined
in the report of the SIU,
ought to have been excluded. This report of
the SIU does not form part of the Appeal Record, but the SIU thinking
is nevertheless
clear from this witness’ opinion.
3.6.9.
Secondly, item 100.02
which provides for time related items, had an additional amount of
R70 000.00. This, having regard to the
40km fence line involved,
provides for the transport of materials on the fence route and the
contract administration costs. Recalculated
that amount provided for
with CPAP is R81 673.37 as reflected and R80 167.32. In this
regard reference must be made not only
to the BOQ but to the original
quantities applicable to the maintenance contract.
3.6.10.
In addition to the
aforementioned the circumstances as set out would entitle Magwa to
rely on a variation order being issued as
provided for in the GCC. In
this regard it must be pointed out that the situation materially
changed after the announcement of
the lockdown and curfews that were
applicable as well as additional compliance regulations that were
made applicable to essential
services providers, their employees and
occupational health and safety in that regard.
3.6.11.
Similarly, criticism is
levelled at the OHS and HIV awareness. At the onset it needs to be
pointed out that implementation thereof
would not entail the same
employees who already had the training and the measures taken. This
had to be redone and can therefore
not be ignored and the same
escalation in terms of the agreed CPAP has to be implemented which is
done on the amended bill.
3.6.12.
Having regard to the
variations it has to be considered that the advent of Covid-19 and
the subsequent regulations and directives
issued had an adverse
impact on what a contractor had to comply to as enforced by the
Department on site.
3.6.13.
Having regard to what
manifested apart from Covid-19 on site, is that there were no beacons
and/or on lines pegged out by the DPW
or the Engineer (presumably
Profteam) and the contractor had to engage the services of a land
surveyor in order to determine the
correct length of the fence.
3.6.14.
Over and above the
aforementioned, the adverse security conditions and absence of
patrols had an adverse impact on the theft of
commodities and threats
of breaching of the fence as constructed. This caused the contractor
to engage security services in order
to do the job which the DPW and
its User clients had to perform. This similarly impacts on the risk
and costing of the project.
3.6.15.
These risks should have
been identified by the Department during the planning stages and
included in the preliminary and General
BOQ to enable the contractor
to price for the additional cost and risks. Due to the lack thereof
this would in the circumstances
entitled the contractor to claim a
variation order and in particular for security in the amount of
invoices R327,157.85 (ex VAT),
for Covid-19 measures in the amount of
R164,684.63 (ex VAT), for the land surveyor R44,479,75 (ex VAT), and
an amount of R360,000-00
(ex VAT) for the removal of the existing
fence and transport related thereto. The total amount of variation of
R896,222.23 (ex
VAT).
3.6.16.
The aforementioned scope
of work and amounts were not included in the bill of quantities and
was not at date of the final re-measurement
claimed. These are costs
that the contractor would be entitled to claim in the circumstances
by way of a variation order. It is
properly reflected in the revised
draft preliminary final account attached to his expert notice as
annexure “D”. This
annexure, similar to annexure “C”
van only be accessed from Caselines per hyperlink and consists of an
Excel Spreadsheet
with notebooks described as SUMMARY, PG FENCE BOQ
and FINAL PP2.
3.6.17.
Having regard to the fixed
commencement rate, the application of CPAC and the variation orders,
that the draft final account as
attached hereto is fair and
reasonable.
3.7.
The criticism levelled pertaining to alleged poor quality
workmanship.
3.7.1.
A clear distinction has to
be drawn between a superior design and an ordinary design. The design
in question can at best be described
as a standard fence utilized in
the past by the DPW and having regard to the fact that the Department
itself did not regard the
emergency fence as its final solution, but
as temporary measure until such a time as an international standard
border fence could
be erected.
3.7.2.
In order to make the
following assessment, he obtained a time relevant quotation that were
prepared for a high security fence that
were addressed to the
minister of public works prepared by inter alia Betafence, a copy of
which is annexed hereto as annexure
“E” which was
provided on 1 May 2020.
3.7.3.
The costing involved in
the fence for 43000m meters amounted to a total project value,
inclusive of VAT an amount of R334,059,185.62.
The example of the
fence reflected in the brochure of that fence, clearly illustrates
that as a type of superior design fence and
not an ordinary fence as
was instructed by the DPW as an emergency measure.
3.7.4.
A fence of superior design
nature would involve a process of planning of approximately 12 months
and construction of the fence for
a period in excess of 12 months.
This illustrate the difference between an emergency measure as was
implemented by the DPW and
for which the contractor was appointed,
and a superior design fence and the time involved in such a
construction.
3.7.5.
One cannot attribute poor
workmanship based on the lower specification design as was utilized
in casu
.
In addition, thereto as pointed out by the Plaintiffs' own
investigations, the fence was to be utilized as an interim measure
having regard to the limited time that was available. It is therefore
of the utmost importance that the planning phase as alluded
to in
stages 1 to 4 would be needed in order to do a proper design and
investigation for a superior design fence as that illustrated
by the
Betafence design and proposal compared to the design and
specifications that were provided to the contractor.
3.7.6.
An ordinary fence would be
sufficient for its purpose if sufficient detection measures were
introduced and the cooperation of the
role-players such as the South
African Defence Force, Border Patrols, other government agencies
responsible or these inspections
were performed.
3.7.7.
As illustrated by the lack
of initial planning by the DPW, the brief and instruction to Magwa
was to erect the ordinary design and
specifications. Having regard to
the absence of clear evidence and/or examples of lack of quality,
compared to practical completion
that was reached and certified, not
only by the consulting engineer, but also the officials of the DPW
who were present at the
handover and inspection the allegation of
poor workmanship is not supported by the objective evidence. For any
fence to perform
successfully at the Beitbridge border adequate
lighting and patrolling of the fence will be crucial.
3.8.
The contract specifications
3.8.1.
As alluded to earlier the
specifications are of the utmost importance. The layout of the fence
can only be compared with the specifications
and drawings issued to
the contractor. Having regard to the available documentation and with
reference to the organogram already
referred to earlier, no provision
is made for the scope of work specification under C3 and therefore
there were no reference to
(1) standard specifications SANS12000, (2)
project specifications, (3) technical and particular specifications,
(4) additional
information and (5) site information.
3.8.2.
A drawing was provided
during the tender stage, but this drawing is the DPW drawing for
various types of fences and the fence layout
for the Beitbridge
emergency border fence is not detailed on this drawing.
3.8.3.
Discrepancies were noted
between the bill of quantities, the type drawing forming part of the
tender documentation and the drawing
issued on site after handover. A
copy of a table reflecting the discrepancies is annexed as Annexure F
(not available).
3.8.4.
The above discrepancies
make it difficult to understand the exact type of fence, the DPW had
in mind for the border fence. In addition,
it placed an unacceptable
high risk on the construction activities also having regard to the
unreasonable short construction period
with its concomitant financial
consequences which were outside the control of the contractor.
3.8.5.
The concertina razor
coils: Criticism is levelled against the concertina razor coils as
well as the height of the fence in total.
As indicated above, the
diameter of the razor coils as well as the height of the fence is not
clearly specified and should have
been corrected during construction
by means of a variation order as the DPW is responsible for a clear
and exact specification
for work and not the contractor. If the
drawing on site is taken as the required specifications, the total
fence height is 1.8m
high with 3x730mm diameter coils stacked on each
other which in theory should be a fence of 2.16 (m) high. However, in
reality,
when a concertina razor is fixed and extended to the
manufacturer's instruction, the 730mm diameter coil will reduce in
diameter
to 600mm-630mm. Taking into account that coils, when stacked
onto each other and although fixed to the straining wires, could
result
in further sagging, thereby reducing the height of the fence.
The reality is that 3x730mm coils extracted and fixed on top of each
other will result in a fence height at 1.8 and 1 .89m.
3.9.
The value of the project
3.9.1.
The viability of the
project and the effectiveness of the type of fence is definitely not
the responsibility of the contractor who
was contracted to construct
the fence as specified in the contract documentation.
3.9.2.
The planning and
procurement stages of a project are stages 1-4. The contractor's
responsibility is for stages 5-6 and for the execution
and
construction of the scope of work in accordance with the
specifications which in the case of this contract, does not exist.
At
these stages the engineer is responsible to ensure the interests of
the employer and that the contractor execute the work in
accordance
with the drawings and specifications. During this stage the GCC
provides the necessary guidance and conditions to manage
the
execution of the work.
3.9.3.
It should be noted that
any non-compliance by a contractor or failure to comply with the
specific norms and quality is managed under
the conditions of the
contract and does-not imply a loss of value for the client.
3.9.4.
Experience has showed that
an ordinary fence of this nature can be effective to control borders
subject to effective operation,
such as patrols on a 24-hour per day
basis subject to the patrols being able to monitor the complete fence
line on a full-time
basis.
3.9.5.
The one crucial component
that should have formed part of the fence specification is the
provision of security lighting to enable
patrols to patrol the fence
line at night when intrusions are at its highest probability. An
alternative option will be a fencing
system of a much more superior
design at a much higher cost as alluded to earlier herein.
3.9.6.
The absence of a lighting
and detection system and the lack of operating patrols rendered the
emergency fence ineffective, not the
construction or the layout of
the emergency fence itself.
3.9.7.
The old Beitbridge. border
fence consisted of two plain fence line barriers with the main fence
in the middle consisting of only
a pyramid of razor coils stacked in
the form of a triangle of ± 2m high. This fence had a lethal
electric shock and a detection
system and was very effective and were
maintained and operated by the SA Defence Force. Due to a total
neglect this fence has been
destroyed, stolen, and vandalized to the
point of being non-existent. No mention is made in the investigation
report on the initial
failure by the Department and its client to
ensure the continued maintenance of the fence.
3.10.
Conclusions
3.10.1.
From the available
contract documentation and events, the proper professional
feasibility and planning of the contract is not evident
from the
available documentation. The DPW did not comprehend the management of
a border fence in the hostile environment of the
Beitbridge fence
where criminal elements are the norm and illegal border crossings,
and smuggling is an established practice.
3.10.2.
From past experience the
hesitancy by the SA Defence Force and SAPS to patrol the fence,
especially during night-time, always rendered
a standalone fence, a
risk absent the necessary detection and control measures. To refer to
the fence as not fit for purpose is
incorrect. The fence is fit for
purpose depending on the correct detection and/or patrol measures as
dealt with above. The fence
that the Plaintiffs seemingly would have
wanted erected are fences that would not be viable in the extremely
truncated time period
provided for in the project and for the interim
emergency measure that was the clear reasoning for the directive to
be issued by
the Minister of the DPW.
3.10.3.
The value of the final
invoices as recalculated and annexed hereto constitute just and
equitable compensation for the risk and costs
incurred by the
contractor.
3.10.4.
The opinions expressed on
behalf of the Plaintiffs in the discovered documentation are not
supported by the objective facts.
3.10.5.
He is of the view that
Magwa will be justly compensated for the project if the DPW is
ordered to pay the amount of R 35 707 387,20
(less the amount already
paid), subject to the final agreed remeasurement of the project.
Witnesses from
Profteam
Evidence
of Johannes Cornelius Swarts (Swarts
)
[111] Profteam delivered
an expert summary from Johannes Cornelius Swarts who is a
Professional Project Manager/design and construction
supervision and
a registered Engineer. I intend dealing here with his expert summary.
He also delivered a witness statement under
oath in similar vein as
his expert summary and its annexures. The annexure numbers to that
statement differs from the numbers in
his expert summary although
there is a considerable amount of overlap.
[112] Once again, I have
no intention to detail his full qualifications and experience which
were uncontested and are in my view
extensive in the field of project
engineering. His qualifications, registrations and experience appear
from his CV attached to
his expert summary marked JCS.
[113] He was at the
relevant time a technical director heading the Roads division in the
Zutari Polokwane office. He is a registered
professional engineer at
the Engineering Council of South Africa (ECSA) as well as a member of
the South African Institution of
Civil Engineering (SAICE). He has a
BEng Civil degree and has also completed various training and
development courses and obtained
his NQF 4 (project management) and
NQF 7 (develop and promote labour-intensive construction strategies -
partial) and completed
a training course on the general conditions of
Contract 2010 and 2004.
[114] Zutari was
appointed as sub-consultant for supervision and project management
during the implementation of the 40 km emergency
border fence at Beit
Bridge Port of Entry (20 km both sides of the bridge). He was
responsible for management and reporting to
a professional team of
implementation and engineering related functions. This included
familiarisation of designs, meetings with
stakeholders, monitoring
material orders and deliveries, monitoring contractor's programme and
progress, quality control and approvals,
checking of daily diaries,
site instructions, measurements for certification of quantities,
recommendations on claims, defects
list and control of repairs.
[115] In his expert
summary he relies on his expertise as a Professional Project Manager
Manager/design and construction supervision
and registered Engineer.
His qualifications, registrations and experience as dealt with above
supports his expertise in the aforesaid
capacities and most certainly
allows him to express the opinions as stated in the expert summary
i.e. that the project was completed
and substantially complied with
the specifications.
[116] His opinion is
based on his experience and training and his participation in the
project as professional engineer and on:
[117] His reading of the
scope of works document submitted to the DPW annexed hereto as
Annexure 1. (Caselines 5-68). (It bears
the logo of the DPW and
states at the top of the first page
PHASE1: 40KM BOREDERLINE
(sic)
INFRASTRUCTURE AND INSTALLATION BETWEEN RSA/ZIMBABWE: APPOINTMENT
THROUGH EMERGENCY DELEGATION FOR SECURING OF BORDERLINE FENCE.)
[118] It is clear that
this document was drawn up for the DPW by van Meyeren on behalf of
Profteam on 19 March 2020 and that the
contract price was already
calculated at R37,176,843.50. It implicates Mr GK Lukhele and Ms
Jabulile Mabaso on the part of
the DPW, B. Pringle on the part of
Magwa and H.L.van Meyeren, JH Mὃller and J Campher on the part
of Profteam. It would also
require Magwa to appoint approximately 12
teams to work on all 8 portions at the same time. The portions
constitute 4 portions
West totalling 19.6 km and 4 portions East
totalling 20.4 km. It is further qualified by a note that all
distances are approximately,
and a detailed survey will be done on
Monday 23 March 2020;
[119] The issued drawings
and site instructions annexed hereunto as Annexure 2. Same was signed
off on a regular basis by a representative
on behalf of Profteam and
a representative on behalf of the contractor commencing on 25 March
2020 and terminating on 6 April 2020.
The instructions are diverse
and intimately connected with the applicable portion and relevant
drawings;
[120] The daily progress
reports annexed hereunto as Annexure 3. I will not deal with same in
its minutiae. These reports reflect
a comprehensive and meticulously
record of the activities on site on a daily basis. They show
i.a. a steady increase in work
completed West and East of the
Beitbridge border crossing with a steady increase in staff on site at
one stage including general
labourers totalling 288 people excluding
security staff. They also reflect incidents of theft from early April
2020 – to
16 April 2020 as well as numerous requests for
DoD assistance and eventually the appointment of a compliment of
private security
staff varying during April 2020 from 35 – 46
men. There is also evidence of an increase in the DoD staff but no
indication
of their exact role on a daily basis. The daily progress
is indicated in various formats such as a bar graph reflecting
completion
of the various tasks as broken down in their various
components. These reports also reflect the logistics and supply
problems as
well as warnings issued to Magwa by Profteam and the fact
of Magwa’s responses. The detailed warnings are not reflected
nor
the detail of the responses. There are daily photographs of
the progress and appearance of the erected fence. There is nothing
indicating a fence delivered in a dilapidated condition or in a
defective state;
[121] The weekly progress
meetings minutes annexed hereunto as Annexure 4 (Caselines 0005-487).
Only weekly progress meeting seemed
to have taken place and an
intention expressing another meeting to take place on 2 April 2020
with proof of attendance signed on
2 April 2022. I could find no
further weekly progress meetings in the record. The available report
includes various aspects of
the contractor’s duties and
specifically the discharge of OSH obligations and measures taken to
prevent Covid-19 incidents.
They also include the issue of a site
instruction book and the delivery of site drawings correlated to the
pages of the site instruction
book. It also includes a Progress,
Estimated Final Cost and Cashflow reports and a total Budget Summary;
[122] The daily diaries
(Caselines 000-521) annexed to his summary as Annexure 5; covers the
following days i.e.:
a. 23 March 2023 –
31 March 2020; and
b. 1 April 2020 –
21 April 2020.
[123] These dairy entries
do not always follow sequentially, and some are duplicated but with
the application of some effort are
all in place covering the said
periods.
[124] These diaries
contain
minutiae
such as the rainfall measured in mm and the
minimum and maximum temperatures recorded, the temperature ranged
from the low 30℃
– the high 30℃ and even one
occasion hit 43℃. To say that the work was done under harsh
circumstances would be
correct, but where you were part of an open
tender contract in the Messina Beitbridge area before as was both
Profteam and Magwa,
you know exactly what you are letting yourself in
for. It also provides for incidents recorded regarding site safety,
changes in
plant and equipment on site as well personnel changes,
whether the contractor submitted certain safety checks and is
implementing
protective measures against Covid-19 and if not the
reasons for the negative status. It also deals with work started, in
progress
or completed, whether plant is standing as well as work
temporarily suspended/delays/disruptions and potential claims. There
is
provision for general remarks and whether Profteam did a site
drive through on a particular day. It reflects Magwa as the
contractor
and Mr N Swarts or at times Jaco Campher as
Profteam’s representative. It also provides space for the names
of visitors
and the organisation they represent. I was unable to
reconcile the figures under personnel with the total staff
compliments on
the site from day to day. This does not mean the
information provided here is false. It would appear that the
personnel referred
to in these daily site reports are that of Magwa,
Profteam and at times the Sub-contractors and at no times the general
labour
compliment.
[125] The interim
close-out report, Annexure 6 (Caselines 0005- 599) to his expert
summary. It is dated 4 May 2020 and authored
by Mr van Meyeren
as project manager and approved by himself as project engineer,
respectively. This report bears the DPW
logo and states the rationale
for its existence as follows:
“
The Close-out
report is compiled to assist as guide for the procurement of the
maintenance of the project. The report gives an overview
of scope and
requirements of the current contract and scope of the
follow-on/future contract as well as estimate costs.
The project was in
response and to meet the requirements of the Brief furnished by the
Departmental Project Manager of Department
of Public Works
and Infrastructure in terms of
PHASE1: 40KM BOREDERLINE
INFRASTRUCTURE AND INSTALLATION BETWEEN RSA/ZIMBABWE: APPOINTMENT
THROUGH EMERGENCY DELEGATION FOR SECURING
OF BORDERLINE FENCE
.”
[126] It breaks down the
Eastern and Western side of the fence in 4 portions each all adding
up to a length of 19.6 km on the Western
side and 20.40 km on the
Eastern side.
[127] It is effectively
an overview of the whole project, including the scope of work, and
specifications broken down to posts,
stays, foundations, mesh panels,
Y-standards, straining wire, razor coils, galvanizing, and
workmanship in respect of the aforesaid.
It also reflects the
creation of clearing of an area of 2 meters on the Zimbabwean side
and 500 mm on the SA side as well as the
positioning of razor mesh
panels on the South African side and razor coils facing the
Zimbabwean side. It also reflects all
the water crossings,
gates positions and where applicable changes compared to where they
were prior to the erection of the new
fence. It further contains a
summary of quantities broken down to the amount of posts, stays, and
Y-standards used, meters of wires
used, meters of razor mesh wire
used, the meters of razor coil used, the amount of stream crossings
involved and gates.
[128] Towards the end of
the report, it deals with the prospect of a new contract and the
prospect of continuation of preventative
maintenance of the fence as
constructed. The issue of breakdown maintenance is also dealt with.
[129] It provides an
estimate of the cost of Corrective maintenance of the fence in the
sum of R620,000 per year and Preventative
maintenance of
R6,295,000.00. The latter includes the installation of a fence
monitoring system and physical patrolling and daily
surveillance of
the fence by drone aircraft.
[130] The Conclusion of
this report is telling and does away with any doubt in regard to the
durability of the fence. It states:
“
The
department urgently needs to attend to the Current Fence Installation
project. This will assist with the upkeeping and the actual
intension
(sic) of the Installation to perform according to the Temporary /
Emergency installation (for COVID19 infection spread
prevention).
The fence should be
inspected daily, daily repairs damages and vandalism should be
attended to and noted. Should this not be done
then, will the Fence
installation fail.
The appointment of a
capable contractor would ensure the border line fence is repaired and
maintained to ensure the fence is always
in a functional state as it
was intended to be”.
[131] It leaves the DPW
with a clear warning as to the future of the fence if the proposed
actions are not followed.
[132] Annexed to this
report as Annexure “A” are 28 photographs of the fence at
various stages of construction and photographs
demonstrating the
clearing on both sides of the fence, some of the auger and drilling
equipment utilised, the holes dug for stays
and tensioning tubular
posts, the use of Y-standards every 3 meters, 1 of the 14 gates
casted in concrete along the fence line,
the hard rock encountered
stretching over a few kilometres, the kind of gates installed,
completed razor mesh, straining wires
on the west and east portions.
[133] There is also an
Appendix “B” reflecting the “as built”
drawings and an Appendix “C” which
I will style for lack
of a better term as a flow chart for the (proposed) Facilities and
Infrastructure Maintenance Contact Centre.
[134] Annexure 7
(Caselines 0005-627) to his report which is the certificate of
practical completion. This certificate displays
certification by
Mr van Meyeren on behalf of Profteam and by Pringle on behalf of
the contractor as well as one Jabulile Mabaso
on behalf of the DPW.
There is no evidence that the fence was not delivered in pristine
condition.
[135] The certificate of
completion (Caselines 0005-630) which seems to be dated 28/04/2020.
It contains a description of the work
to be handed over by the
contractor in accordance with the contract documents. This also
refers to an annexure styled addendum
“A”. It refers to
incomplete and/or unacceptable work which is listed as the 200m
markers and 15 master key locks all
of the aforesaid with a proposed
delivery date of 12 May 2020. These items are also referred to in the
certificate of completion
itself and it is noted that should same
remain incomplete and or unacceptable after the date stated in the
Addendum then the Defects
Liability Period will be extended by the
amount of additional time taken by the Contractor to complete the
work specified. It is
important to note that this document in the
Conditions of Contract has the effect that only the engineer’s
signature certifies
due completion of the works. The other signatures
indicate attendance at the inspection of the works and witnessing the
Engineer’s
signature.
[136] The inspection
request book (Caselines 0005-633) Annexure 9 which comprises:
a. Three (3) pages
reflecting the inspection of the H-frame and Gate (Straining wire,
Razor coiled and Mesh) section G1-G6
and each of which is signed off
as complete by the engineer and contractor, save for instances where
certain work still had to
be done such as G6 where the gate had to be
lowered. It reflects the date and time of the inspection and the
signature of the contractor
and engineer representing them.
b. Five (5) pages
relating to the inspection of the posts (Trench, Concrete, Posts and
Stays). Several snags are recorded
here and also recorded as
completed.
c. Five (5) pages
of the Inspection Request Book pertaining to the inspection of the
straining wire and Y-standards all of
which is accepted;
d. Five (5) pages
of the Inspection Request Book pertaining to the Mesh Wire and Coils.
Some pages reflect under the heading
“REMARKS” that clips
should be added;
e. 3 pages of the
Inspection Request Book pertaining to the Mesh Wire and Coils which
reflects the acceptance of same with
snags;
f. 3 pages of the
Inspection Request Book pertaining to Posts (Trench, Concrete, Posts
and Stays) some items initially rejected
and subsequently accepted
all in all 173 posts;
g. Another 3 pages
of the Inspection Request Book pertaining to Posts (Trench, Concrete,
Posts and Stays) some items requiring
re-installation all in all
amounting to 291 posts and 258 stays;
h. Another 2 pages
of the Inspection Request Book pertaining to Straining wire and
Y-standards the total standards amounting
to 5,678.
i. Annexure 10
which is the BOQ for the Beitbridge tender H16/022 which contained
specifications for a fence. I am unable
to identify from the section
dealing with the fences (Caselines 0005-701) which part was
specifically relied upon but since this
reliance is not disputed and
does not take the matter any further than the fact that this pricing
was obtained by an open tender
it matters not.
j. Annexure 11
styled the SFR Beitbridge Forecast Loading Schedule dated 15 April
2020 which appears on a document bearing
the logo of Sinoville
Fencing Rosslyn (Pty) Ltd.
k. Annexure 12
which is Revision 3 reflecting the status of the fence on 15 April
2020. (Caselines 0005-734-735).
l. Annexure 13
which deals with a variety of documents such as the water crossings
on the Eastern side and actions taken in
respect of same, old and new
gates positions and actions taken in respect thereof, snag lists and
action and completion dates and
who must take action the contractor
or engineer – in most instances the duty of action seemed to
fall on the contractor-same
being signed off by what appears to be
both the engineer and contractor’s representative,(some of the
detail issues are listed).(Caselines
0005—739), a cost
request for approval. (Caselines 0005-740), an extract of the
Inspection Request book signed by Profteam’s
representative and
2 representatives of Magwa, Profteam approving same and Magwa
submitting the request, 5 pages of the Inspection
Request book
dealing with quantities and inspection outcomes reflecting snags
where applicable with regard to Post (trench, concrete,
posts and
stays) with relevant dates and times signed by a representative of
Profteam, a similar 5 page list dealing with straining
wires and
Y-stands, a similar 5 page list of Mesh and Razor Coils, a similar 3
page list detailing the same type of information
in respect of
12 gates, a breakdown of the 4 eastern portions in respect of
quantities of wires etc per portion and snags described
as progress
disruptions, a list of water crossings including the relevant lengths
and taken regarding snags, another 5 page
list reflecting
quantities of wires etc utilised across what appears to be the
eastern side of 20.4 km, a 13 page list in inverse
date order
(Caselines 0005-769) listing posts, stays etc. and other
infrastructure utilised across the various eastern portions
-
this list also references daily temperatures on some of the pages,
several pages of drawings dealing with particular problems
such as
i.e. a concrete slab to prevent under digging, an extract of the
information request book signed by 1 Magwa representative
and
approved by 2 Profteam representatives, a 5 page snag list prepared
by Profteam dealing with the Western portion of the fence
with action
dates and completion dates up to 22 April 2022, 3 pages of the
Inspection Request Book relating to Post (Trench
Concrete Post
and Stays) indicating acceptance and where applicable rejection of
stays signed by a Profteam representative and
a representative from
the Contractor – the latter appears to be duplication of
earlier similar documents judged by the quantity
of stays and total
of Y-standards – (see for instance Caselines 0005-793 and 795),
2 pages of the Inspection Request Book
relating to straining wire and
standards accepted and rejected where applicable, 3 pages of the
Inspection Request Book relating
to Mesh wire and Coils mostly
accepted, a list of 13 water- crossings on the Western side with
detail actions, a list of 13 old
and new gate positions, another list
of water crossings specifying lengths, the latter 2 lists of water
crossings are on the Western
side, a list of 27 water crossings on
the Eastern side, another list of 6 old and new gates positions,
another list of 13 water
crossings on the Western Side with detail
actions and finally another lists of 13 old and new gates.
[137] The above completes
the annexures relied upon by Mr Swarts. It is also necessary to refer
to Mr Swarts’ sworn statement
in which he confirms the
evidence and opinions expressed in his Expert Summary read with the
annexures referred to above. A few
more details emerge from his
affidavit:
a. He works for
Zutari a firm of engineering consultants;
b. He led the
engineering team which performed the standard engineering function
during the implementation stage of the border
fence project;
c. He was given the
specifications for the fence and told by Mr van Meyeren that the
standard fence design for the DPW
was to be used by adapted by adding
six razor wire coils to one side of the 1.8m diamond mesh fence;
d. He implemented
the fence which had the following specifications agreed upon by the
DPW, DoD, Magwa and Profteam.
[138] The specifications
were:
a. Post and Stays:
All post and stays 2.4m high, min. wall thickness 2mm and fully
galvanize; 101 mm
Ø
straining
tubular posts; 89mm
Ø
intermediate
tubular posts; and 50mm
Ø tubular
stays;
b. Foundations: 650
x 400 x 400 mm (25mpa / 1 9 mm stone at each post and stay, or 4000 x
650 deep.
c. Mesh Panels:
Fully galvanized 1.8m high razor mesh panels.
d. Y-Standards:
2.4m Mittal (black) standards.
e. Straining Wire:
4mm thick fully galvanized straining wire (high· tensile,
GRADE A).
f. Razor Coils: 730mm
fully galvanized concertina razor wire.
g. Galvanizing: all
posts and stays hot dip galvanized.
h. All other
material galvanized, unless specified.
[139] The drawings (the
same as annexed to his expert summary) were formally issued to the
contractor on 25
and 27 of March 2020, as is evidenced by
pages 001051 and 001052 of the site instruction book annexed to his
affidavit as Annexure
“3”.
[140]
Due to the hard lockdown and the absolute time limit placed on
the
project by DPW there was a change to the
material specifications which is set out on page 001053 of the site
instruction book. He
annexed a copy thereof as Annexure “4”
to his affidavit and also appears as part of the site instruction
book attached
to his expert notice. This site instruction was given
on 27 March 2020. The straining posts were now 101mm and 2mm thick,
the intermediate
posts were 89mm in diameter and 2mm thick, the
straining wire was now specified as 4mm lightly galvanized, the
intermediate post
and stays was now to be powder coated and the
bottom backfilled section dipped in bitumen, dovetail clips (to be
fitted) at 1m
c.t.c.
[141] The change of
material specification was communicated to DPW at the weekly progress
meeting of 9 April 2020. A copy of the
minutes of this meeting is
Annexure 5 to the witness statement. (It also appears in the annexure
to his expert witness summary),
I am unable to find a reference to
this communication in the minute. Again, same is of no consequence
given that the evidence is
uncontested.
[142] The change in
specification was also clearly communicated to the department in the
daily reports which included a material
delivery schedule indicating
the type of material used. These reports were also attached to his
expert summary.
[143] As part of his
functions, he ensured that the engineering team as well as the
contractor and its subcontractors had a full
understanding of the
specifications and requirements.
[144] He also attended to
meetings with the farmers to co-ordinate the fencing activities on
their farms.
[145] He evaluated the
contractors' program and decided to attend to the programming for the
project together with Profteam’s
personnel. He did so on
Microsoft Projects, a program designed to help with programming of
projects.
[146] Meetings were held
with the contractor on a daily basis to align the daily activities
and the program. Recurring quality control
issues were discussed with
the contractor as well as the shortage of resources to complete the
project in time.
[147] As part of the
engineering team, two technicians were allocated to each of the
western and eastern portions overseen and managed
by him. Progress
was measured on a daily basis in daily diaries, a copy of which is
annexed to both his witness statement and expert
summary.
[148]
His daily reporting in the daily diaries and to the project
manager of
Profteam was captured in the daily
reports to DPW.
Instructions were issued when required to
address non-conformance to quality, non-adherence to program
activities and required changes
due to terrain or material
challenges.
[149] Mitigation of
health and safety concerns by the occupational health and safety
agent were enforced and managed. All materials
delivered to the site
were checked upon delivery. Quality control was done through check
lists and “requests for approval”
sheets. Copies of these
documents are annexed to both his affidavit and his expert witness
summary.
[150] Measurements were
taken from approval sheets and incorporated in the payment
certificates. He also prepared and submitted
as built drawings,
copies of which are annexed to both his affidavit and his expert
witness summary.
[151] A practical
completion certificate and a completion certificate were prepared by
him and signed off by the Magwa, Profteam,
the DPW (the client) and
the DoD. Copies hereof are annexed to both his affidavit and his
expert witness summary.
[152] In his opinion, the
project was completed and substantially complied with the
specifications. He confirms further that he
has formed this opinion
based on his experience and training and participation in the project
as professional engineer.
Evidence of Harry
Louis van Meyeren (van Meyeren)
[153] He describes
himself as a major male project engineer employed by Profteam. His CV
is attached as annexure “1”
to his statement and
demonstrates an extremely wide experience and background in project
management striding the fields of IT,
Telecommunications and
Construction, to name but three, over a period of 23 years. His
employment record reflects i e that
he has been a Director of
Profteam and functioned as Construction Project and Programme Manager
since 2014 to date.
[154] As a Project
Manager at Profteam, he has been responsible for site supervision and
contract and document management of various
repair and maintenance
projects of the repair and maintenance. He is currently involved in
the repair and maintenance of infrastructure
at 51 Port of Entries to
a total contract value of ZAR 562 million.
[155] He has specialist
knowledge of the GCC and has executed numerous projects relating to
the General Conditions of Contract for
Construction Work (GCC) and
JBCC. He includes in the list of projects he has been involved in
since 2014 the Beitbridge Port of
Entry: 2014 – 2021; Repair,
Maintenance and Services of Buildings, Civil, Mechanical and
Electrical Infrastructure Installations
(36 Months), (DPW). He was
responsible for overall management, design, documentation,
construction, and contract administration,
and close out.
[156] van Meyeren states
the following in his affidavit;
a. On 16 March 2020 at
14:50, Profteam received an-email from the DPW originating from
Mr Goodwill Lukhele’s email address
inviting it to attend
a meeting at the Beitbridge Land Port of Entry (“Beit Bridge
LPOE”) on 17 March 2021 at 11:00
in order to conduct a site
visit and discuss the proposed scope of work and cost estimate for a
borderline fence. It was also copied
to: Bertram Pringle; Henk
Moller; harryvm@profteam.co.za; Cristelle du Plessis, Jabulile Mabaso
(the DPW); Wasnaar Hlabangwane;(the
DPW) Batho Mokhothu, (the DPW)
Siphamandla Ngcobo (the DPW) and Siyabonga Xaba (the DPW).
b. The e-mail indicated
that the DPW was proposing to have the fence constructed as a part
of, or an extension of, the existing
Repair and Maintenance Beit
Bridge Project. A copy of the e-mail is annexed to his affidavit as
Annexure “2” and its
importance is rated as “High”.
c. It reads as follows:
“
Good day all.
The Department of Public
Works and Infrastructure is proposing to do the border line fence
through the existing RAMP Beitbridge
project.
You're therefore urgent
requested to meet on site (Beitbridge (
sic
)LPOE) tomorrow
morning @ 11:00 in order to conduct a site visit and the proposed
scope of the works including the cost estimate
of the border line
fence.
Regards
Goodwill Lukhele PrCPM
Department of Public
Works and Infrastructure
Chief Construction
Project Manager”
[157] Mr Lukhele is
registered with the South African Council for the Project and
Construction Management Professions and is
as such, a person with
single point responsibility for the management of projects within the
Built Environment from conception
to completion including the
management of related professional services.
[158] The e-mail was
resent at 15:03, a copy of which is annexed as Annexure 3 of his
affidavit. On this occasion. Annexure 3 was,
however, also directed
to Hillside Trading, another contractor.
[159] In a subsequent
email the venue for the meeting was designated as the SAPS Barracks
at 11h00 at Beitbridge border post. Later
the same day at 15:48,
Mr Lukhele, by e-mail, informed Profteam Hillside Trading,
Asatico and Virtual Consulting
Engineers of the
venue for the meeting. A copy of the e-mail is annexed to his
affidavit as Annexure 4.
[160] The site meeting
set up in the e-mails was attended by representatives of the DPW,
SAPS, the DoD, Magwa, Profteam, Hillside
Trading, Asitico and Virtual
Consulting Engineers. A copy of the signed attendance register is
annexed to his affidavit as Annexure
5.
[161] Profteam was later
appointed as principal agent (representing the DPW).
[162] The meeting was led
by Mr Lukhele. He indicated that the purpose for the meeting was
to discuss and determine the scope
of works and to decide on the
procurement strategy for an emergency project.
[163] Mr Lukhele
sketched the background to the meeting and that the project was at
the direction of the Minister of Public
Works and Infrastructure, Ms
Patricia de Lille, MP.
[164] A copy of the
directive is annexed to his Affidavit as Annexure 7. It bears the
Logo of the Minister of the DPW and is directed
to: DG: Adv Sam
Vukela, the CFO Mr Mandla Sithole, the DDG: Construction
Management: Mr Batho Mokhotu, for INFO: to the
Deputy Minister:
DPW Noxolu Kiviet, MP, and copied to Minister of Defence and Militay
Veterans.
[165] The Subject is
described as:
MINISTERIAL DIRECTIVE IN
TERMS OF
SECTION 27(2)(1)
OF THE
DISASTER MANAGEMENT ACT, NO 57 OF
2002
FOR THE EMERGENCY SECURING OF THE SOUTH AFRICAN BORDER POSTS
[166] The content reads
as follows:
“
On
the 1
st
of March 2020, President Cyril Ramaphosa addressed the nation with
regards to theCovid-19 outbreak, this comes shortly after the
declaration of the corona virus as a global pandemic by the World
Health Organization.
The President has
declared a National State of Disaster, subsequently outlining a
number of emergency measures to be implemented
to mitigate the risk
of the virus. One of the measures announced by the President is that
South Africa's borders and ports are
to be secured with Immediate
effect. The aspect related to DPWI is that 35 of the 53 land entry
points will be closed. This measure
will, however, not be effective
if the fences at the border are not secure, which in many places,
they are not.
In terms of
Section 27(2)
of the
Disaster Management Act, No 57 of 2002
, which relates to
procedures that I, as the Minister of Public Works and Infrastructure
should follow for functions under the mandate
of the Department,
where the President has declared a National Disaster, I hereby invoke
item (I).
I have consulted with the
Cabinet, and in particular the Minister of Defence, Ms
Mapisa-Nqakula, and accordingly issue this directive
that emergency
procurement procedures shall be undertaken with immediate effect in
relation to the erection and repairs of the
border fences, with the
first focus being on the Beitbridge Border Post, together and in
parallel with the other identified hotspots.
This Directive includes
the following conditions:
The Project Team which
shall be led by the DDG'. Construction Management together with a
senior person from Defence (who is to urgently
arrange and be
responsible for the logistics) shall have a site visit with the
Contractor by the latest Wednesday 18 March 2020
to undertake the due
diligence, secure the brief and personnel needs, determine the
provisional costs, identify the emergency construction
timeline;
The contractor shall be
appointed and commence work by the latest the end of this week,
namely 20 March 2020;
The CFO: DPWI shall be
advised as to the costs in order to secure the provisions for this
emergency variation order (VO). Further,
the CFO shall put emergency
mechanisms in place for payment of the Contractor for work undertaken
on a weekly basis;
The DDG: Construction
Management shall identify competent site managers (1 per hotspot)
that will be permanently on site during
the rollout of this emergency
construction. Further there will be one Project Manager identified
who will be responsible for the
oversight of the
entire
project and accountable for the delivery in terms of the emergency,
expedited timeline;
A delivery progress
report shall be provided to myself together with the Minister of
Defence on a weekly basis.
Yours Sincerely,
(Signed in manuscript)
Ms Patricia de Lille, MP
Minister of Public Works
and Infrastructure
Date: 16.03.2020 (also in
manuscript)”
[167] Mr Lukhele had
indicated that DPW had invited three repair and maintenance program
(RAMP) contractors and their consulting
engineers working on projects
in the area. He indicated that the three RAMP projects' bills of
quantities (BOQ) were to be assessed
as a variation order (VO)
process requires scheduled rates which were previously sourced
through a competitive tender process.
[168] After consideration
of the BOQ’s it transpired that the Beitbridge LPOE contractors
BOQ had a security fence in the
list of activities and scheduled
rates applicable to the construction of a security fence. The
scheduled rates were baselined in
2014 through a competitive tender
process.
[169] The DPW asked that
the RAMP projects BOQ be used to determine if a VO could be issued as
the rates are already available.
The Beitbridge LPOE BOQ had most of
the items and rates needed to fit the fence specification agreed upon
by DPW and the DoD. It
was agreed at the site meeting that the fence
will extend 20kms on either side of the Beitbridge LPOE.
[170] The type and size
of the fence was agreed at the site meeting between representatives
of all the stakeholders.
[171] The issue of who
would be responsible for maintenance and/or preventative maintenance
on the new fence was raised and it was
decided that KAM (DPW Key
Accounts Manager) should liaise with the DoD and come up with a
maintenance plan or the issue of a maintenance
plan must be referred
for a higher-level decision.
[172] It was decided and
agreed by all the stakeholders at the meeting that a 1 .8 metre
diamond mesh fence with a straining post
and Y-standards and six
razor coils on the Zimbabwean side complying with the further
specifications had to be built.
[173] The specifications
agreed to at the meeting were as follows:
a. Post and Stays: All
post and stays 2.4m high, min. wall thickness 2mm and fully
galvanize; 101 mm
Ø straining
tubular posts; 89mm
Ø intermediate
tubular posts; 50mm
Ø tubular stays;
Foundations: 650 x 400 x 400 mm (25mpa / 19 mm stone at each post and
stay, or 400 x 650 deep.
b. Mesh Panels: Fully
galvanized 1.8m high razor mesh panels.
c. Y-Standards:
2.4m Mittal (black) standards.
d. Straining Wire: 4mm
thick fully galvanized straining wire (high· tensile, GRADE
A).
e. Razor Coils: 730mm
fully galvanized concertina razor wire.
f. Galvanizing: all posts
and stays hot dip galvanized and all other material galvanized,
unless specified.
[174] A resolution was
taken to consider the contractor currently working on the service and
maintenance contract at the Beitbridge
border post. DPW was to let
all attendees know when the next meeting will take place on the
decisions made. A site inspection was
held, and all the attendees
travelled the 40 km route to ascertain the scope of the project.
[175] The meeting
resolved to consider the contractor currently working on the service
and maintenance contract at the Beitbridge
border post for the
maintenance once the fence was erected – Magwa and Profteam
completed bid documentation which is annexed
as Annexures 8 and 9'
[176] Pringle signed the
construction tender documents on 18 March 2020 on behalf of Magwa
tendering R 37,176,843.50 including VAT.
The Magwa tender is
calculated per item specified. van Meyeren signed the engineering
tender documents on behalf of Profteam on
18 March 2020 tendering
R3,259,071.48 in accordance with the standard professional scale of
applicable fees. (For present
purposes and given that it is
common cause that the agreements are invalid despite their acceptance
which appears from Annexures
10 and 11 to this affidavit, there seems
to be no point in analysing these documents in any detail. I will
take into account that
despite the illegality of the agreements the
letters of acceptance of the tenders were signed on behalf of the DDG
of the DPW.)
[177] In the result
Profteam thereafter acted as the DPW agent on site in accordance with
the standard approach under the GCC and
similar type of contracts.
Profteam prepared a document setting out the scope of
work
on 19 March 2020, which was supplied to the DPW, a copy of which is
annexed to this affidavit marked Annexure 12. (This document
corresponds with Annexure 1 to Swarts’ expert summary and has
already been analysed above. Swarts’ Annexure 1 is in
colour
and with the attached photographs is more legible and comprehensible
than van Meyeren’s black and white scanned copy).
[178] Proof of e-mail
transmission of the scope of work to the DPW is annexed as Annexure
12A. Profteam also prepared a document
which sets out the borderline
fence project execution plan on 19 March 2020 a copy of which is
annexed to as Annexure 13. This
document bears the DPW logo and is
prepared by van Meyeren and verified by J Mὃller.
[179] It states that the
DPWs' Project Manager main responsibilities are:
a. To manage the
project during the design and documentation; tender and construction
stages of the project;
b. It includes
departmental duties such as funding and payments. These duties
include:
i. Profteam, as
multi-disciplinary professional service practice, also acting as
Principal Agent of the Client at Borderline
Fence Project and will
include inter alia:
ii.
Close
liaising and co-operating with the Departmental Project Manager;
iii.
Receiving instruction from the Departmental
Project Manager;
iv.
Compiling and updating the Planning Program;
v.
Coordinating
and arranging weekly site meetings and daily inspections;
vi.
Liaising
with Client Departments if so instructed;
vii.
Furnishing
of daily and weekly project reports;
viii.
Issuing of written instructions;
ix.
Receiving notices according to the building
contract;
x.
Issuing
of weekly interim payment certificate;
xi.
Issuing
final payment certificates for practical and final completion;
xii.
Making
recommendations in respect of period where penalties are applicable;
xiii.
Submit
a Close-out report on time;
xiv.
Ensure
that the Final Account is handed in on time;
xv.
Administration
of and supervising the contract in accordance with the requirements;
xvi.
Other
duties which could reasonably be expected of a principal agent;
xvii.
Project Execution Plan, including project planning
program;
xviii.
Final
Design Report, including drawings and pre-tender estimate;
xix.
Draft
Bid document, including drawings; Final Bid documentation, including
drawings; Procurement of a Contractor in accordance with
the Planning
Programme; Tenderer risk assessment;
xx.
Site
inspection, meeting, and minutes. Shall send invitations to all role
players, chair all site meetings, prepare minutes, and
distribute to
all concerned;
xxi.
Variation
orders preparation;
xxii.
Application for additional funding including all
relevant documentation;
xxiii. “
As-built”
drawings compiled and register at DPW archiving office;
xxiv.
Site
layout plans, which will include all services, such as existing
structures, facilities, roads, paving, fencing as well as storm
water
drainage system, electrical power and equipment, sewer network, water
reticulation system and fire-fighting equipment;
xxv.
Progress
payment certificates;
xxvi.
Fee
accounts;
xxvii.
Final
Account;
xxviii.
Final fee account.
c. The Service
Provider will forward reports as per Department's request: Interim
Close-out report; Final Close-out report;
Interim Final Account;
Contract completion report, including a cost reconciliation report of
the project; Final Account; Audit
reports; In depth evaluation report
of all civil and structural equipment/assets; Certificate of
compliance; Indemnity by Consultant;
d. Daily reports:
Site Diary report done by the full-time site staff during the repair
phase; Progress report, including a
construction program linked to
the expenditure and projected cash-flow; Financial report for
consultant and contractor, excluding
CPA and including retention
calculation; Contract report;
e. Occupational
Health and Safety report, including toolbox minutes; Maintenance
report, including breakdown maintenance,
corrective maintenance and
preventative maintenance and site record keeping;
f. HIV/AIDS report.
g. Damage report
h. Penalty report,
including calculation for: Late completion; OHS target not reached;
i. Monitoring
functions of the Health and Safety Agent include but are not limited
to: Application for permit to perform construction
work; Health and
safety plans, including monitoring; Risk assessment of contractors;
Appointment to be made by contractors; Training
due before
construction work begins; Medical fitness certificates for specific
functions; Preventative measures and protection
plans; Notification
of controlled installations, such as water and wastewater treatment
plants and an incinerator; Provision of
information to maintain
health and safety on site; Registration, subscription, etc. of
contractors; Access control to and access
provision on construction
site; Records kept by principal contractor.
j. Project key
personnel is also designated in this document;
k. It also sets out
Profteam’s Capital Resources; (In dealing with Swarts’
evidence several aspects of this project
execution plan were seen as
it unfolded in practice);
[180] On19 March 2020 at
11:00 representatives of the Magwa and Profteam and the DPW attended
at the Beitbridge Port of Entry for
a site handover meeting.
[181] The site was
formally handed over to Magwa. The document acknowledging the handing
over of the site in terms of clauses 1
3 and 1 4 of the GCC was
signed by Jabulile Mabasu of the DPW and a representative of the
contractor. A copy of the acknowledgement
is annexed to van Meyeren’s
affidavit marked 14;
[182] Profteam prepared a
minute for the site handover meeting, a copy of which is annexed to
van Meyeren’s affidavit as Annexure
15. This minute is
extremely detailed and makes it clear that all representatives must
be duly delegated and was signed by Magwa
and Profteam on 22 March
2023;
[183] On 27 March 2020,
Profteam produced master drawings for the border fence itself, gates,
and river ways. Copies of the drawings
are annexed hereunto as
Annexures 16, 17 and 18. (They appear to be more detailed than those
referred to earlier by Swarts).The
master drawings also
contained the specifications for the build as well as detailed
requirements in relation to workmanship and
materials.
[184] These plans were
transmitted to the DPW and accepted without demur. The daily progress
reports produced by Profteam are annexed
as Annexure 19; (I have
already dealt with them in the discussion on Swarts’ evidence);
The progress reports were transmitted
to the DPW; each of these daily
reports reported to DPW on the project location, contract information
and contract details, labour,
and plant, OHS and problems
encountered, progress, delivery of material from suppliers, and
quality of work with a summary; The
daily reports also included
photographs of the ongoing work; Proof of e-mail transmission of the
daily reports to the DPW is annexed
as Annexure 19A;
[185] As early as the 2nd
of April 2020, Profteam reported problems with security during the
construction and on the very next day
reported that the contractor
was looking into appointing security. On 4 April 2020, Profteam
reported that contact had been made
with Major Mtsamayi;
[186] On the last daily
report dated 20 April 2020, the cumulative security issues mainly
theft and breaches of the fence was listed
and set out for the entire
construction period.
[187] He invites the
Tribunal to have specific regard to paragraph 8 of the report of 20
April 2020 from which it is clear that
the DPW was made aware on a
daily basis of the attacks on the fence and the resultant breaches.
He also annexes to this statement
as Annexure 20 the minutes of
weekly reporting meetings with the DPW;
[188] Each of these
minutes is signed by a representative of Magwa and Profteam and by a
representative of the DPW. He draws the
Tribunal's attention
specifically to the minute of the weekly progress meeting held on 21
April 2020. He draws the Tribunal's attention
to paragraph 4.1.3 of
the minutes where it is recorded that the DoD will look after
the
security of the fence once it is handed over to DPW;
[189] He annexes Annexure
21 being quality control and inspection checklists completed by Magwa
and Profteam representatives on
site. These documents are attached to
demonstrate to the Tribunal that Profteam at all times fulfilled its
function on behalf of
the DPW diligently and that it fulfilled its
function to keep proper records of the whole construction process;
[190]
He further attaches as Annexure 22 signed off snag lists also
demonstrating that the Second Defendant fulfilled
its functions. Diligently and that the snags listed were attended to
by Magwa.
He attaches as Annexure 23 a daily site diary kept
up by Swarts which documents the daily progress for record-
keeping
purposes by Profteam;
[191] Profteam also
attended to the compliance with the
Occupational
Health and Safety Act 85 of 1993
. He annexes Annexure 24 a bundle of
documents indicating the steps taken by Profteam to ensure compliance
with the Act which included
safety audits. He draws the Tribunal's
attention to the recordal of the daily temperatures in the daily
diary; (I have referred
to same in the discussion of Swarts’
evidence);
[192]
The fence was erected in four weeks in extremely hot
conditions.
On 4 May 2020, Profteam
transmitted a draft close out report to the DPW, a copy of which is
annexed hereunto as Annexure 25. The
Tribunal's attention is drawn to
part 7 where the Second Defendant motivated for continued maintenance
to the fence and in particular
motivated for the installation of a
fence monitoring system and the patrolling and daily surveillance of
the fence through security
personnel and/or drone aircraft;
[193] The department was
specifically told that:
“
The fence should
be inspected daily, daily repairs, damages and vandalism should be
attended to and noted. Should this not be done
then, will the fence
installation fail.”
[194] (I have already
referred hereto in the discussion of Swarts’ evidence)
[195] He annexes Annexure
26 and 27 a certificate of practical completion in terms of clauses
5.1.1 to 5.1.3 of the general conditions
of contract and a
certificate of completion in terms of clauses 54.4, 54.5 and 54.6 of
the general conditions of contract. The
certificate of practical
completion was signed on the 20 April 2020 by representatives of the
Defendants, the DPW and the DoD.
[196] The certificate of
completion was signed on 28 April 2020 by representatives of the
Defendants, the DPW and the DoD. The fence
was completed as per the
specification and in compliance with the contract's provisions and
duly certified to be completed by all
the parties;
[197] He also refers to
drone footage which clearly demonstrates and indicates that the fence
was erected to specification and handed
over to the department (I
noticed that it is part of the Witness Bundle which went
unchallenged, downloaded it and the statement
is correct as far as
one can see).
[198]
The
footage was taken on the 20th of April 2020. Readers of this
affidavit can download the footage from the following link:
https://1drv.ms/v/s!AqLYKAu8yYOjipJtXqSUuCrbj2A9Mw?e=ZMLXPo;
He
seeks that the footage be an exhibit as if annexed to this statement
as Annexure 28;
[199] The Defendants
fully performed their obligations in terms of the agreements in the
bona fide
but mistaken belief that the agreements complied
with Section 217 of the Constitution and with the prescribed
procurement process
in terms of the Treasury Regulations and other
Regulations applicable.
[200] It is apparent from
what is set out in this statement and from the documents attached to
it that an immense effort was put
into erecting the fence complying
with specifications supplied to the Defendants by DPW and the DoD.
[201] A lot of
professional time was spent to comply with the obligations created by
the agreements during the hard lockdown period.
He contends
that it would not be just, nor equitable, to order the Profteam to
repay all the monies that had been paid to it nor
to deny payment of
what is still due, but for the voiding of the agreement.
[202] In his view the
Defendants have fully performed, and it would be just and equitable
to dismiss the First and Second Plaintiffs'
claims and to grant the
counterclaim.
[203] The aforesaid
concludes the evidence for Profteam.
Evaluation of the
Evidence
[204] It is clear from
the uncontested evidence that Magwa and Profteam acting under a GCC
styled construction agreement for the
erection of Phase 1 of a 40 km
borderline fence between South Africa and Zimbabwe did so under
ministerial instruction from the
Minister of the DPW , Ms Patricia de
Lille signed on 16 March 2020 a day after the President of South
Africa declared South Africa
to be in a National State of Disaster
under the Disaster Management Act 57 of 2002 (the DMA).
[205] The fence was to be
constructed within a period of a month and by no later than 20 April
2020. The timeframe was such that
a fence in the nature of the former
electrified fence borderline fence which fell into disrepair due to
neglect could not be constructed.
Given the time constraints it was
inevitable that the fence would probably be of a lower standard than
its predecessor and cover
only a distance of 40km. The equivalent of
the old border fence would according to Magwa’s independent
expert take 12 months
to plan and another 12 months to construct at a
price in excess of R334 million.
[206] The DPW did not
follow an open bidding process and opted for a negotiated outcome.
The task to so negotiate was delegated
to Mr Lukhele who is a
Professional Construction Project Manager (PrCPM) and the chief
construction project manager of the DPW.
He commenced the process on
16 April 2020 by inviting Magwa, Profteam and the other people listed
in paragraph 10 and 12 of Annexure
A to a meeting to be held on 17
March 2020 at 11h00 At the Beitbridge LPOE.
[207] At the time both
Magwa and Profteam was still involved in the performance of another
contract with the DPW (only finalised
on 17 March 2021), which
contained certain specifications for a fence pertaining to the
Beitbridge Border Post construction itself.
In awarding the latter
tender in 2016 to Magwa and Profteam the DPW followed an open bidding
process as is required under the Treasury
Regulation 16A.6.1.
[208] The specifications
and prices for the new borderline fence were sourced from the BOQ of
that contract. In the negotiation
process it was agreed to escalate
the pricing in terms of the CPAP formula applicable to the border
post contract to emulate the
pricing prevailing in March 2020. Mr
Lukhele suggested that the process undertaken was to be dealt with as
an extension or variation
order of the Beitbridge contract (sometimes
referred to as the RAMP contract). This much is clear from the email
invitation that
was sent to Magwa.
[209] Mr Pringle is of
the view that the specifications was agreed between the DPW and the
DoD. There is no direct evidence to this
effect.
[210] The above view is
supported by Mr van Meyeren. He makes it clear that the distance the
fence would cover on each side of the
Beitbridge border post is 20 km
and that this was agreed upon between all the “stakeholders”.
One can but wonder whether
this includes the other parties present as
well other than the DPW, Magwa and Profteam and perhaps the DoD.
[211] He also states that
the type and size of the fence was agreed between all the
stakeholders present. I pose the same question
as before.
[212] Magwa was notified
of its appointment by Profteam on 18 March 2020 with the instruction
to be on site on 19 March 2020.
[213] The appointment of
Magwa and Profteam for the construction of the new fence was signed
by a Mpho Rakau acting director of
Legal services of the DPW on
behalf of Adv S Vukhela the DG of the DPW on 18 March 2020.
[214] Magwa received the
contract with an amended BOQ on 22 March 2022 from Profteam’s
Mr van Meyeren with instruction to
complete it and deliver same to Ms
Jabulile Mabaso of the DPW. Mr Lejaka a co-director of Magwa did so
on 23 March 2022.
[215] According to Mr
Lejaka the aforementioned contract was solely concluded by Magwa as a
result of its longstanding relationship
as a contractor on behalf of
the DPW and as a result of the urgent directive to proceed with the
construction of the emergency
borderline fence. (Caselines 0006-47).
[216] After the
announcement of the Lockdown on 23 March 2020, to commence on 26
March 2020, and on approximately 25 March 2020,
Magwa was requested
to prepare a “progress draw”. Mr Pringle ascribes it to
DPW assuming that with lockdown Magwa’s
financial means might
come under pressure. With the assistance of Profteam an invoice was
prepared for 60% of the contract price
and submitted and payment was
received on 30 March 2020. When I during the course of argument put
it to Mr Scheepers acting for
Magwa that such pre-payment is
extraordinary he glibly suggested that an actuarial adjustment could
easily be made and that the
contract contemplated payment on a weekly
basis.
[217] The prepaid amount
received by Magwa totals R21,819,878.28. and the prepaid amount
received by Profteam is R1,843,004.92.
[218] The fence was
erected according to the specifications decided on during the Magwa
and Profteam visit with the DPW on 17 March
2020 save in as much
Profteam had to amend certain components thereof due to the
unavailability of supplies.
[219]
The erection of the fence took place under harsh circumstances and no
extensions were to be allowed. The highest temperature
recorded
during the construction was 43 degrees Celsius.
[220]
The fence was erected to the point where certificates of practical
and ultimately final completion could be issued by Profteam.
[221]
Drone footage shows that the fence was delivered in pristine
condition. The DPW and DoD was notified it would have to be patrolled
and constantly maintained due to continuous attempts of incursion or
theft. Magwa ultimately had to appoint a security company
to do so
during the construction phase due to the DoD not patrolling same.
[222]
Mr Daan Veldtman an independent and experienced expert witness for
Magwa is of the view that the fence could be effective
subject to
proper lighting being provided along the fence as well as regular
patrolling thereof.
[223]
It can be accepted as a fact that the fence delivered only fell into
a state of dereliction after Magwa, Profteam and the
security company
withdrew. The lack of continued maintenance and the failure to patrol
it regularly are the most likely causes
for the state the SIU found
the fence in when it accused Magwa and Profteam for delivering a
derelict fence.
[224]
The assertions in the Respondents’ pleadings to the effect that
the state is left with a derelict fence is probably
true, but only
due to its own conduct. The state of the fence cannot be attributed
to the Appellants.
[225]
Mr Veldtman’s evidence is to the effect that a fence such as
the one under discussion is developed in 6 stages. He ultimately
concludes that stages 1-4 were performed by the DPW.
[226]
He criticizes the DPW as follows —
3.11.
The following was lacking
from the initial stages:
3.11.1.
Any evidence pertaining to
the planning, feasibility, cost analysis and/or needs assessment
performed by the Department in order
to be able to provide meaningful
input and advise pertaining to costing. He would have expected a
clear analysis of the different
types of fences, the effect thereof,
the planning with the SAPS, South African Defence Force and related
agencies pertaining to
operation and patrol as well as additional
measures apart from the fence, including the construction of
sufficient lighting in
order to enable guarding parties and
patrolling parties to be effective during night-time to clearly
identify potential breaches.
The actions and responsibility of the
Department of Public Works as the client in this regard did not meet
the standard expected
and had an adverse impact on the subsequent
briefing of the contractor which is represented by the lack of clear
specifications
and/or drawings as to what was expected.
3.11.2.
The documentation setting
out the risk of the project and the subsequent disclosure thereof to
the contractor could be found from
the documentation. A potential
impact of such risk would normally be considered by a contractor when
preparing the bill of costs
in order to assess for risk and potential
unforeseen costs in the event of a non-variable contract or in order
to justify potential
variation orders that may follow in the project.
The lack thereof is not only to the detriment of the Department and
the consulting
engineer, but also adversely impacts on the contractor
who now has to provide pricing based on several unknown factors which
has
to be included in the pricing structure.
3.11.3.
As a result of the process
followed, i.e., a negotiated tender price and the submission thereof
to the NBAC for approval of the
tender award (ratification) Magwa was
appointed as contractor on 18 March 2020 and Profteam, as the
consulting engineer. These
actions concluded stages 1 to 4 as
executed by the Department Directorate for Special and Major Projects
of the DPW.
[227] Having read their
respective CV’s, the considerable experience of Mr Pringle from
Magwa and that of Mr van Meyeren from
Profteam is self-evident.
It is clear from their CVs in Annexure A hereto that they have
between them a wealth of contracting
experience with the DPW.
They know state procurement and more specifically that an open
bidding process is usually followed.
Despite their assertions that
they acted in the bona fide belief that their respective contracts
were valid and the fact that their
evidence is undisputed by the SIU
I am of the view that phrases such as a “rapid tender process”,
Mr Lukhele was “unsure
exactly how they would implement the
tender process”, the use of a Ministerial direction and
assurances that all is well,
are from where I sit pointers to a red
flag. Instead of asking themselves whether all is really legal and
obtaining legal advice
they fell over their feet to accommodate the
DPW. It must have been apparent to them that an unusual process is
being followed
and the final nail in the coffin is the prepayment.
[228] If they could not
bring themselves so far as to obtain legal advice the notion of a 60%
“progress draw” should
have driven them to such action. I
am not convinced that they are completely bona fide and probably knew
and assumed the risk of
the whole process being subject to illegality
in the sense of
dolus eventualis
. I merely use this term to
categorise their conduct in contrast with the notion of acting in a
bona fide belief or being completely
innocent. They may not have
known the exact reason for the illegality of their respective
contracts but in my view realised something
strange is afoot.
[229] Mr Lejaka’s
observation in paragraph 72 above is apt.
He certainly knew the
why although not the illegality behind the way
. The answer to the
why is in itself a red flag.
[230] The procurement
process followed is most astounding and the obligations on the DPW to
follow the infringed regulations is
the more applicable. Equally the
obligation on Magwa and Profteam to ensure that the process followed
is valid, increases.
[231] Since the contract
has been invalidated by agreement and confirmed by the Tribunal, the
next issue arising is what does the
Constitution demand under these
circumstances.
The Remedy
4.
Section 172 of the
Constitution reads as follows:
“
172
Powers of courts in constitutional matters
(1)
When deciding a constitutional matter within its power, a
court-
(a)
must
declare that any law or conduct that is inconsistent with
the Constitution is invalid to the extent of its
inconsistency; and
(b)
may
make any order that is just and equitable, including-
(i) an
order limiting the retrospective effect of the declaration of
invalidity; and
(ii) an
order suspending the declaration of invalidity for any period and on
any conditions, to allow the competent authority
to correct the
defect.”
[232] Given the
infringement of section 217 of the Constitution read with the
regulations pleaded by the respondents. the appellants
agreed to an
order that the agreement be declared invalid under section 172(1)(a).
[233] What remains is the
“just and equitable order” in all the various contexts
referred to under the discussion of
the applicable law.
[234] I accept the
court’s discretion is unbounded and that the order could be
multi-dimensional.
[235] I am of the view
that the DPW did receive a fence with a certain value and that it was
delivered to specifications of the
DPW albeit not a typical border
fence as indicated by Mr Veldtman. In fact, the notion that the
border could be secured within
a month as the direction stated is
naïve and clearly based on an uninformed decision taken by the
Minister of the DPW. If
normal processes were followed at an
expedited pace an effective border fence may well have emerged over a
shorter period than
postulated by Mr Veldtman but that would have
involved multiple contractors engaged at a huge cost. The original
fence should in
the first place have not been allowed to fall in a
state of disrepair.
[236] The evidence before
me is presented
on
the basis that the court will allow the
appellants their profits. Given their ostrich-like conduct in the
face of the obvious facts
and the lack of a complete state of
innocence I am unable to make the order the appellants prayed for.
[237] I am also not
satisfied that an order to immediately repay the prepayment would be
just and equitable. In my view they
should be offered the
opportunity to recover their reasonable costs so as to prevent the
state from having received something for
nothing.
[238] The natural order
would of course be to order a repayment upfront but in the absence of
any evidence of the profit margin
involved in the construction
industry and the business of project engineering I am hesitant to do
so. Once
they
have proved their reasonable expenses including
the costs of securing the fence by way of private security until the
date agreed
to by the DPW and DoD i.e. 24 April 2020, and if they
then owe the state anything, they can make good and an interest rate
or amount
can be determined, if necessary with the help of an
actuary, that will compensate the state for the loss of the
time-value of the
money. I intend making this order on the basis that
I have an unbounded discretion.
[239] I have looked at
the order made by the tribunal and am of the view that with certain
adjustments the order may well serve
my purpose.
[240] Something should be
said of the conduct of the SIU. Not only did they apply late for
leave to call expert witnesses they also
did not adhere to the
agreement between the litigating parties as alluded to by the SIU
Tribunal to the effect that the witnesses’
evidence on oath
will stand as evidence in chief. We live in a post
Zondo-Commission era and if they are to give content
to their mandate
and make any contribution to the eradication of the plague of
corruption that has swamped South Africa, they will
have to up their
game. The minimum they could have done here is to conduct a competent
cross-examination of the available witnesses
even if they could not
make any contrary submission to the witnesses without evidence from
their own expert.
[241]
In the circumstances, I make the following order:
a.
The Appeal is dismissed
with costs, such costs to include the costs of 1 Senior and 1 Junior
Counsel.
b.
The order of the SIU
tribunal is substituted with the following —
i.
The Plaintiffs’ main
claim is dismissed. Their alternative claim is upheld with costs.
ii.
The Defendants respective
counterclaims are dismissed with costs.
iii.
The Defendants are
divested of the profits earned from the contracts concluded under
contract number H16/022 and HP14/075 between
the Department of Public
Works and Infrastructure (Public Works) and the first and second
defendants respectively (“the contracts”);
iv.
Within 30 days of this
order, the Defendants shall deliver, by filing on Caselines, audited
statements and debatement of account
reflecting their respective
income and expenditure in the contracts, supported by such expert
report(s) as are necessary in the
circumstances including the costs
of engaging private security up to 24 April 2020;
v.
Within 30 days thereafter,
the Plaintiffs shall appoint duly qualified expert(s) to compile a
report as to the reasonableness of
the Defendants’ expenses and
file it on Caselines;
vi.
Thereafter, the parties
shall prepare a joint minute between their respective experts within
10 days and file it on Caselines.
c.
After setting off from the
pre-paid amounts the reasonable expenses the Defendants incurred to
meet their respective obligations
in terms of the contracts, they
shall, within 30 days of the period referred to in
paragraph
8
of this order, pay
to Public Works the amount standing to their debit. If the
Defendants’ reasonable expenses exceed the
pre-paid amounts,
Public Works shall make payment to the defendants in respect of the
amounts standing to their credit.
d.
If a dispute arises from
the implementation of this order, any party shall approach the
Tribunal for an appropriate order on supplemented
papers as
necessitated by the circumstances.
e.
The above cost orders are
inclusive of the costs of two counsel where so employed.
S.
VAN NIEUWENHUIZEN AJ
I
Agree:
T.P. MUDAU J
I agree:
J.J. STRIJDOM AJ
This judgment is handed
down electronically by circulation to the parties or their legal
representatives by email, by uploading
to Caselines, and by
publication of the judgment to the South African Legal Information
Institute. The date for hand down is deemed
to be 12 December 2023.
For
first appellant :
Adv
G.J. Scheepers S.C instructed by
Marisca Le Roux LLR Incorporated.
For second appellant :
Adv E.L. Theron S.C
instructed by Alant, Gell & Martin.
For
respondents :
Adv
I. Semenya S.C instructed by The Office of the State Attorney.
l
AllPay Consolidated Investment Holdings (Pty) Ltd and others v
Chief Executive Officer of the South African Social Security Agency
and Others
(2) 2014 (6) BCLR 641 (CC)
[2]
Special
Investigations Unit and Another v Visionview Productions CC
[3]
Sekoko
Mametje Incorporated Attorneys v Fetakgomo Tubatse Local
Municipality
[2022] ZASCA 28
(18 March 2022) para14
[4]
Id
para 14-15
[5]
Id
para 13 and15.
[6]
[2018]
ZAGPJHC 455 (26 June 2018); See also
Sekoko
Mametje Incorporated Attorneys v Fetakgomo Tubatse Local
Municipality
[2022] ZASCA 28
(18 March 2022) para 13 and 15.
[7]
2011
(4) SA 113
(CC) at para 84-85.
[8]
2018
(2) SA 23 (CC)
[9]
AllPay
Consolidated Investment Holdings (Pty) Ltd and Others v Chief
Executive Officer, South African Social Security Agency and
Others
2014 (4) SA 179 (CC).
[10]
Id
at para
1.
[11]
AllPay
Consolidated Investment Holdings (Pty) Ltd and Others v Chief
Executive Officer, South African
Social Security Agency
and Others
2014
(1) SA 604 (CC)
.
[12]
2007
(3) SA 121
(CC) at para 29.
[13]
AllPay2
at para 29.
[14]
Id
.
[15]
Id
at
para 69.
[16]
Id
at
para 32 and 33.
[17]
AllPay2
at
para 34.
[18]
Id
at para 39
[19]
2023
(5) SA 601 (SCA)
[20]
Id
at para 6-7.
[21]
See
footnote 14 above.
[22]
Phomella
at
para 9.
[23]
Id
at para 10-20.
sino noindex
make_database footer start
Similar Cases
South African Board of Sheriffs v Cibe (000219/2023) [2024] ZAGPJHC 583 (21 June 2024)
[2024] ZAGPJHC 583High Court of South Africa (Gauteng Division, Johannesburg)99% similar
South African Roadies Association v National Arts Councils of South Africa and Others (2023/076030) [2024] ZAGPJHC 936 (20 September 2024)
[2024] ZAGPJHC 936High Court of South Africa (Gauteng Division, Johannesburg)99% similar
South African Securitization Program (RF) Limited and Others v Maxidor SA (Pty) Ltd and Others (2022/8473) [2024] ZAGPJHC 669 (25 July 2024)
[2024] ZAGPJHC 669High Court of South Africa (Gauteng Division, Johannesburg)99% similar
South African Municipal Workers Union v Imbeu Development and Project Management (Pty) Ltd and Another (A2022-061733) [2024] ZAGPJHC 212 (4 March 2024)
[2024] ZAGPJHC 212High Court of South Africa (Gauteng Division, Johannesburg)99% similar
South African Securitisation Program (RF) Ltd v Complete Avionic Systems (Pty) Limited and Another (2022/045085) [2024] ZAGPJHC 522 (28 May 2024)
[2024] ZAGPJHC 522High Court of South Africa (Gauteng Division, Johannesburg)99% similar