Case Law[2022] ZAGPJHC 631South Africa
Waco Africa (PTY) Limited t/a SGB-Cape v Eskom SOC Limited and Others; TMS Group Industrial Service (PTY) Limited v Eskom SOC Limited and Others; Southey Contracting (PTY) Limited v Eskom SOC Limited and Others (5798/2021; 290/2022; 3047/2022) [2022] ZAGPJHC 631 (2 September 2022)
High Court of South Africa (Gauteng Division, Johannesburg)
2 September 2022
Headnotes
Summary: Administrative law – review – review application based on the Promotion of Administrative Justice Act 3 of 2000 (PAJA) and on the principle of legality – public tender – administrative action constituted by inter alia the award of a tender by a Public Body – the applicants were unsuccessful bidders – they contended that the tender process and the award of the tender were invalid and unlawful – applications dismissed.
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
>>
2022
>>
[2022] ZAGPJHC 631
|
Noteup
|
LawCite
sino index
## Waco Africa (PTY) Limited t/a SGB-Cape v Eskom SOC Limited and Others; TMS Group Industrial Service (PTY) Limited v Eskom SOC Limited and Others; Southey Contracting (PTY) Limited v Eskom SOC Limited and Others (5798/2021; 290/2022; 3047/2022) [2022] ZAGPJHC 631 (2 September 2022)
Waco Africa (PTY) Limited t/a SGB-Cape v Eskom SOC Limited and Others; TMS Group Industrial Service (PTY) Limited v Eskom SOC Limited and Others; Southey Contracting (PTY) Limited v Eskom SOC Limited and Others (5798/2021; 290/2022; 3047/2022) [2022] ZAGPJHC 631 (2 September 2022)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAGPJHC/Data/2022_631.html
sino date 2 September 2022
REPUBLIC OF SOUTH
AFRICA
IN THE HIGH COURT OF
SOUTH AFRICA
GAUTENG DIVISION,
JOHANNESBURG
(1)
CASE NO
:
5798/2021
REPORTABLE:
NO
OF
INTEREST TO OTHER JUDGES: NO
REVISED:
Date:
2nd September 2022
In the matter between:
WACO
AFRICA
(PTY) LIMITED t/a
SGB-CAPE
Applicant
And
ESKOM
SOC LIMITED
First Respondent
KAEFER THERMAL
CONTRACTING
SERVICES
(PTY) LIMITED
Second Respondent
ELECTROHEAT
ENERGY (PTY) LIMITED
Third Respondent
ORAM
INDUSTRIALS (PTY) LIMITED
Fourth Respondent
RSC
INDUSTRIAL SERVICES (PTY) LIMITED
Fifth Respondent
(2)
CASE NO
:
290/2022
In the matter between:
TMS
GROUP INDUSTRIAL SERVICE
(PTY)
LIMITED
Applicant
And
ESKOM SOC LIMITED &
THE SECOND TO FIFTH
RESPONDENTS
AS PER CASE (1) HEADING ABOVE
Respondents
(3)
CASE NO
:
3047/2022
In the matter between:
SOUTHEY
CONTRACTING
(PTY)
LIMITED
Applicant
And
ESKOM SOC LIMITED &
THE SECOND TO FIFTH
RESPONDENTS
AS PER CASE (1) HEADING ABOVE
Respondents
Coram:
Adams J
Heard
:
26 and 28 April 2022 – The ‘virtual hearing’
of
this opposed Special Motion was conducted as a series of
videoconferences on
Microsoft Teams
.
Delivered:
02 September 2022 – This judgment was handed down
electronically by circulation to the parties' representatives
via
email, by being uploaded to
CaseLines
and by release to
SAFLII. The date and time for hand-down is deemed to be 12:30 on 02
September 2022.
Summary:
Administrative law – review –
review application based on the Promotion of Administrative Justice
Act 3 of 2000 (PAJA)
and on the principle of legality – public
tender – administrative action constituted by
inter
alia
the award of a tender by a Public
Body – the applicants were unsuccessful bidders – they
contended that the tender
process and the award of the tender were
invalid and unlawful – applications dismissed.
ORDER
(1)
Under Case number: 5798/2021: -
(a)
Applicant’s application is dismissed;
(b)
The applicant shall pay the first
respondent’s costs, including such costs consequent upon the
employment of two Counsel,
one being a Senior Counsel.
(2)
Under Case number: 0290/2022: -
(a)
Applicant’s application is dismissed;
(b)
The applicant shall pay the first
respondent’s costs, including such costs consequent upon the
employment of two Counsel,
one being a Senior Counsel.
(3)
Under Case number: 3047/2022: -
(a)
Applicant’s application is dismissed;
(b)
The applicant shall pay the first
respondent’s costs, including such costs consequent upon the
employment of two Counsel,
one being a Senior Counsel.
JUDGMENT
Adams
J:
[1]
Before me are three
parallel applications for orders declaring invalid and setting aside
the decision by the first respondent in
the applications, Eskom SOC
Limited (‘Eskom’), to award a public tender for ‘the
supply, transportation, erection
and dismantling of scaffolding and
insulation material for 15 (fifteen) fossil fired power stations’
to the second to fourth
respondents. This decision was taken by Eskom
on 17 December 2021. The three applicants in the applications, namely
Waco Africa
(Pty) Limited t/a SGB-Cape (‘SGB-Cape’), TMS
Group Industrial Service (Pty) Limited (‘TMS Group’) and
Southey
Contracting (Pty) Limited (‘Southey’) also
tendered for the contracts, but were unsuccessful. And aggrieved at
not
being awarded the bid or a portion of the bid, they launched
these judicial review applications. Relief ancillary to the main
relief
is also applied for by the applicants. The three applications
largely raise common grounds of review, barring two or three
deviations.
[2]
All three of the
applicants previously provided such goods and services to Eskom at
some of its coal-fired power stations and, until
the contracts were
put out on tender, they have been providing such services for more
than a decade.
[3]
The applicants
contend that Eskom’s decision to award the Tender was invalid,
should be reviewed and set aside for the following
reasons: First,
Eskom awarded the Tender to bidders with a Construction Industry
Development Board (‘CIDB’) grading
of 8 when, in terms of
the statutes regulating such grading, in circumstances where the
extremely valuable tender may only be performed
by contractors who
hold the highest CIDB grading of 9. Second, in its adoption of a
‘Cluster Allocation Strategy’ –
which is explained
later on in this judgment – and decisions pursuant thereto,
Eskom failed to award the tender to the bidder
that scored the
highest amount of points, as is required in terms of section 2(1)(f)
of the Preferential Procurement Policy Framework
Act 5 of 2000 (‘the
PPPFA’). Third, in making its decision, Eskom evaluated and
awarded the Tender in terms of invalid
and unlawful PPPFA
Regulations. Fourth, Eskom failed to take adequate measures to ensure
that the successful bidders had the necessary
technical and financial
capacity to execute the Tender, notwithstanding Eskom’s
statutory duty to take those measures. And
lastly, Eskom failed to
comply with the Invitation to Tender (‘ITT’) prescripts
in a number of respects.
[4]
In issue in these
applications is whether valid grounds exist for the review and the
setting aside of the decision by Eskom to award
the tender in favour
of the second respondent, Kaefer Thermal Contracting Services (Pty)
Limited (‘Kaefer’), the third
respondent, ElectroHeat
Energy (Pty) Limited (‘ElectroHeat’), the fourth
respondent, Oram Industrials (Pty) Limited
(‘Oram’) and
the fifth respondent, RSC Industrial Services (Pty) Limited (‘RSC’).
And, if so, what just
and equitable remedy should be granted.
[5]
It is the case of the
applicants that Eskom’s tender process and its decision to
award the tender to the second to fifth respondents
should be
reviewed, declared invalid and set aside in terms of sections
6(2)(a), (b), (c), (e), (f)(i) and (ii), (h), and (i) of
the
Promotion of Administrative Justice Act 3 of 2000 (‘PAJA’),
alternatively, on the basis of the principle of legality
enshrined in
section 1(c) of the Constitution of the Republic of South Africa,
1996.
[6]
The issues in these matters are to be decided with reference to the
laws
relating to public procurement and the notion that public
procurement is not a mere showering of public largesse on commercial
enterprises. It is the acquisition of goods and services for the
benefit of the public.
[7]
The procurement of goods and services by the state and other public
entities
is subject to various legal constraints. Section 217(1) of
the Constitution requires all organs of state, when they contract for
goods or services, to do so ‘in accordance with a system which
is fair, equitable, transparent, competitive and cost effective’.
That is taken up in the Public Finance Management Act, Act 1 of 1999
(‘the PFMA’), which provides in s 51(1)(a)(iii)
that the
accounting authority of a public entity (which includes Eskom) ‘must
ensure that the public entity … has
and maintains an
appropriate procurement and provisioning system which is fair,
equitable, transparent, competitive and cost effective’.
It has
also been held that public procurement constitutes ‘administrative
action’ as contemplated by the
Promotion of Administrative
Justice Act, Act
3 of 2000 (‘PAJA’) and must comply with
the provisions of that Act.
[8]
Section 217 of the Constitution, the
Preferential Procurement Policy
Framework Act, Act
5 of 2000 (‘the Procurement Act’) and
the Public Finance Management Act, Act 1 of 1999] provide the
constitutional
and legislative framework within which administrative
action may be taken in the procurement process. The lens for judicial
review
of these actions, as with other administrative action, is
found in PAJA. The central focus of this enquiry is not whether the
decision
was correct, but whether the process is reviewable on the
grounds set out in PAJA.
[9]
Section
217, the PPPFA, Eskom’s procurement policies and the ITT all
constitute the framework for Eskom’s procurement
process in
issue. Eskom’s procurement policies and the ITT are not just
Eskom’s internal prescripts. They have legal
effect and must be
complied with unless set aside in proceedings for judicial review. As
was held by the Constitutional Court in
AllPay
Consolidated Investment Holdings (Pty) Ltd and others v Chief
Executive Officer of the South African Social Security Agency
and
others (Corruption Watch and another as amici curiae)
[1]
,
at para 40:
‘
Compliance
with the requirements for a valid tender process, issued in
accordance with the constitutional and legislative procurement
framework, is thus legally required. These requirements are not
merely internal prescripts that SASSA may disregard at whim. To
hold
otherwise would undermine the demands of equal treatment,
transparency and efficiency under the Constitution. Once a particular
administrative process is prescribed by law, it is subject to the
norms of procedural fairness codified in PAJA. Deviations from
the
procedure will be assessed in terms of those norms of procedural
fairness. That does not mean that administrators may never
depart
from the system put into place or that deviations will necessarily
result in procedural unfairness. But it does mean that,
where
administrators depart from procedures, the basis for doing so will
have to be reasonable and justifiable, and the process
of change must
be procedurally fair.’
[10]
Eskom as a public
entity listed in Schedule 2 of the Public Finance Management Act is
subject to the provisions of the PFMA, the
National Treasury
Regulations, Guidelines, Circulars and Instruction Notes that
regulate the procurement and contracting of goods
and services. These
instruments are issued under statute. They have legal effect unless
and until set aside in proceedings for
judicial review. They have not
been set aside. These are not proceedings to set them aside. This is
the inevitable consequence
of the rule of law.
[11]
With this legislative
framework in mind, I now turn to deal with the grounds of review
raised by the applicants, but before I do
that it may be apposite at
this point to set out the facts in the matter in very broad strokes.
[12]
During August 2020,
Eskom started the procurement process. And ‘the Procurement
Strategy for the Supply, Transportation, Erection
and Dismantling of
Scaffolding and Insulation for 15 Fossil Powered Station including
Eskom Rotek Industries (Turbo Gen Services)
and Group Capital’
(the ‘Procurement Strategy’) was approved by Eskom’s
Investment Finance Committee (‘IFC’)
with a mandate to
negotiate but not to conclude contracts. The approved budget value
for the CORP 5171 Tender was approximately
R4.5 billion and the
approved budget per cluster was recorded in the Procurement Strategy.
The reduction of costs and realisation
of savings through the payment
of market related rates was the rationale adopted by the Procurement
Strategy.
[13]
The Procurement
Strategy embodied the following features and considerations: To issue
an open competitive tender to the market for
a contract period of
four years commencing 1 July 2021 to 30 June 2025; the works were to
be divided into eight clusters; the awarding
of contracts would be to
a maximum of eight suppliers in possession of the technical
capability and capacity to provide scaffolding
and insulation
material and those who met Eskom parameters; to negotiate market
related rates with the recommended suppliers; to
impose the
requirement that all tenderers be in possession of a CIDB Grade 8 SL
or higher; to mirror the contract terms and conditions
present in the
historical term service contracts; and highlighting that the works
would be repetitive and routine in nature for
the purposes of
providing access to the plant and equipment to perform maintenance
and repair work and to provide access to areas
that require the
removal and reinstatement of insulation.
[14]
An ITT was
subsequently issued, incorporating key features of Eskom’s
Standard Conditions of Tender and Invitation to Tender,
which
included that: the tender validity period was fifty-two weeks from
the date and time of the tender; the evaluation criteria
were divided
into five different stages, namely (i) basic compliance, (ii)
mandatory and pre-qualification criteria including compliance
with
the CIDB Level 8SL or higher grading, (iii) functionality criteria
including site inspection and tender evaluation, (iv) evaluation
of
price and B-BBEE preference points with prices to be scored out of 90
points and B-BBEE out of 10 points in accordance with
the PPPFA, and
(v) contractual requirements, which included the Safety and Quality
requirements, financial statement and SD&L
that were to be
assessed after the evaluation and the ranking of the tenderers; the
allocation strategy inter alia reflected that
(i) the contracts would
be divided into eight different clusters, (ii) the allocation of
contracts would be based on the 90/10
Price Preference Scoring
methodology, (iii) tenderers could submit offers for all the clusters
or select the clusters they preferred,
even though a supplier would
only be awarded a contract for one cluster, (iv) in the event that a
tenderer scored the highest in
more than one cluster, the said
tenderer would be given an option to choose one cluster they
preferred and the remaining clusters
would be allocated to the next
ranked tenderer as per the 90/10 Price Preference Scoring
methodology, which methodology would be
applied to the remaining
clusters, (v) Eskom reserved its right to allocate more than one
cluster per supplier (limited to two
clusters) should the tenderers
refuse to accept mandated negotiation parameters, (vi) no supplier
would be allocated more than
two clusters, and (vii) the allocation
of the second cluster would be on the 90/10 Price Preference Scoring
methodology meaning
the highest ranked supplier would be allocated a
second cluster.
[15]
The ITT also provided
for Eskom’s reservation of its right to negotiate with
preferred bidders after the competitive bidding
process or price
quotations, should the tendered prices not have been deemed to be
market related. The conditions of contract would
be those of the NEC
3 Term Service Contract. And a non-mandatory clarification meeting
was to take place on 4 November 2020.
[16]
On 4 February 2021,
Eskom received the bid submissions of the various bidders, including
the applicants, and the evaluations commenced
during February 2021
and were concluded during May 2021. The analysis conducted took into
account the cheapest Eskom rates and
the cheapest rates found in the
bid submissions from all the suppliers, for the purposes of arriving
at a revised Eskom estimate
(the new Eskom estimate). Twenty-three
tenderers responded to the tender and were evaluated in the four
stages recorded in both
the Proposed Allocation Strategy in the
Procurement Strategy and the ITT. The shortlisted bidders were ranked
per cluster according
to price as follows: (1) Kaefer scored the
highest points on cluster 1 to 7. Kaefer did not tender on cluster 8;
(2) RSC scored
the third highest points on cluster 8 and the second
highest on clusters 1 to 7; (3) Oram scored the third highest points
on clusters
1 to 7 and the second highest on cluster 8; (4)
Electro-Heat scored the fourth highest points on clusters 1 to 7 and
the third
highest on cluster 8; (5) SGB-Cape scored the fifth highest
points on clusters 1 to 7 and the fourth highest on cluster 8; (6)
Southey scored the sixth highest points on clusters 1 to 7 and the
fifth highest points on cluster 8; and (7) TMS scored the seventh
highest points on clusters 1 to 7 and the sixth highest on cluster 8.
[17]
Eskom followed the
90/10 Preference Scoring Methodology by first allocating to the
highest ranked tenderer and thereafter to the
tender ranked second,
third, fourth, fifth, sixth and seventh in that particular cluster.
In effect each of the successful tenderers
scored the highest points
in the clusters allocated, in light of the two contract limitation
per tenderer and excluding tenderers
already allocated contracts.
[18]
Eskom thereafter
commenced negotiations, as per the reservation of their rights in
terms of the ITT, with all seven shortlisted
bidders using the price
ranking methodology as per the ITT and the approved Procurement
Strategy. The negotiations with the shortlisted
tenderers took place
in three rounds between 23 to 26 April 2021.
[19]
Based on the revised
rates offered by the preferred bidders during the negotiation
process, the fourth highest scoring bidders were
Kaefer, RSC, Oram
and Electro-Heat (who were ranked first to fourth respectively),
having offered competitive prices in line with
Eskom’s cost
saving initiative. On the other hand, SGB-Cape, Southey and TMS were
ranked fifth, sixth and seventh respectively
as their prices were
still between 11% and 28% higher than the first ranked tenderer,
resulting in no further negotiation rounds
with them. The negotiated
prices were evaluated and signed off by Eskom’s Chief Advisor
Quantity Surveyor, who confirmed
that the prices offered were
financially acceptable offers in relation to the agreed Tender price
and the CPA and confirmed the
recommendation to award the contracts
to the four highest ranked tenderers.
[20]
The effect of the
above recommendation was that Eskom would be awarding a maximum of
two clusters to the four successful bidders,
instead of one cluster
to seven bidders with the exception of one extra cluster to one
successful supplier, as initially envisioned
in the Procurement
Strategy and Invitation to Tender. The total savings achieved on the
CORP 5171 contract, so Eskom alleges, is
approximately 29% in
comparison to what Eskom was then paying for the same scope of work
in terms of the expired ENK contracts.
[21]
On 30 November 2021,
Eskom’s Board resolved that the contracts be awarded to Kaefer,
RSC, Oram and ElectroHeat for a period
of four years and
correspondence together with the NEC 3 Contracts were sent to the
successful bidders on or about 7 December 2021,
notifying them of
their award.
[22]
On 3 December 2021,
Eskom informed the applicants that (a) their ENK Contracts would
terminate in terms of its full scope of the
works on 31 December
2021, (b) the demobilisation and handover would occur in January
2022, (c) the applicants would be permitted
to complete outage works
that had not been completed by 31 December 2021, and (d) they should
provide Eskom with their demobilisation
plans.
[23]
Between 13 December
and 17 December 2021 Eskom entered into contracts with the successful
tenderers in the following terms: (1)
The contract was a rate based
contract; (2) The starting date of the contract was 1 January 2022 to
31 December 2025; (3) The plan
identified in the Contract Data is
stated in each Task Order; (4) The use of plant equipment and
materials is per Task Order; (5)
The Contractor supplies, erects and
dismantles scaffolding in accordance with each detailed Task Order;
(6) The Employer instructs
the Contractor when a scaffold is required
and by when it must be dismantled; and (7) The Contractor makes the
provision for the
supply of labour for the erection, alteration and
dismantling of scaffolding during outages, maintenance and project
activities.
[24]
On 17 December 2021,
Eskom published a Regret Letter to the unsuccessful suppliers on its
Tender Bulletin and on the CIDB website,
informing all bidders that
it had decided to award the CORP 5171 Tender to the respective
successful bidders and that they had
been unsuccessful in their bids.
On 22 December 2021, Eskom wrote letters to the applicants
informing them that they were
not successful in their bids for the
CORP 5171 Tender for the reasons, namely, that they had tendered
exorbitant prices when compared
to the lowest accepted rates and
prices, and their prices were thus not market-related and could not
be awarded the Tender in terms
of the 90/10 preference point system.
[25]
Against that factual
backdrop, I now proceed to deal with the review grounds raised by the
applicants.
[26]
The first ground of review relates to the
division by Eskom of the tender, as per the ITT, into eight clusters.
The ITT plainly
authorises the allocation strategy that was
implemented.
[27]
In
South
African Container Stevedores (Pty) Ltd v Transnet Port Terminals
[2]
,
the High Court confirmed that it is acceptable for an organ of state
to award more than one bid to separate bidders and thus conclude
separate contracts in respect of one call of tenders in instances
where the tender documents allow:
‘
[74]
It is unclear to me why the proposed distribution of volumes among
several stevedoring companies, in terms of the Notes,
should have
come as a surprise to the applicant at the post-tender negotiations.
It was not unlawful or improper for the first
respondent to divide
the volumes amongst the several tenderers. The PPM, which was the
first respondent procurement policy framework
document, compiled in
compliance with the PPPFA, stipulated as follows:
"When
it is considered in Transnet's best interest to divide the total
requirement of a tender between two or more tenderers
(e.g. in order
to draw from the most convenient or nearest source, or to ensure
continued competition or to optimise available
resources or to
support a BEE Company) a supply or service may be divided amongst
several tenderers, and contracts can be placed
accordingly, provided
that this was a tender condition. The total value of the business to
be awarded, and not the individual contracts,
will however determine
whether such tender falls within the (Acquisition Council's) AC's
jurisdiction or not. Once approval for
the award of the business has
been obtained from the AC, the individual contracts may be signed by
the person with necessary contractual
powers for the individual
contracts”.
[75]
Therefore, clause 6.12 of the PPM was the empowering provision in
terms of which the first respondent announced
more than once in the
RFP about its intention to allocate the volumes to more than one
preferred stevedore at each port. I can
refer to a few further
examples in this regard:
"TPT
intends to sub-contract the stevedoring services to more than one (1)
stevedore per port to perform the stevedore services
for a period of
two (2) years, with an option to extend for a further one (1) year
(in favour of TPT) which may be exercised by
TPT within its sole and
unfettered discretion)”
And
“
Without
limitation to TPT’s rights elsewhere contained herein, and in
addition thereto, TPT may accordingly in its sole and
unfettered
discretion, split the award of the business to more than one
stevedore in the proportions that TPT deems fit, In its
sole
discretion and unfettered discretion.”
[28]
Thereafter, the
learned Judge concludes this point at para 77 as follows:
‘
[77]
To my mind, the fact that section 2(1)(f) of the PPPFA refers to “the
tenderer” (in singular) does not in
any way imply a legislative
intention that all times the award of contract, under PPPFA, should
be restricted only to a single
tenderer even where the tender
document clearly reflected the contrary intention.’
[29]
Therefore, in my
view,
South
African Container Stevedores
is authority for the proposition that as long as it is clearly
stipulated in the ITT, the award to more than one bidder is not
in
conflict with the procurement framework and regulations. That then,
in my view, is the end of this ground of review.
[30]
Secondly, the
applicants contend that Eskom, in adjudicating the bids, failed to
take into consideration the capacity, or not, of
the successful
bidders to deliver on the services. In that regard, Mr Maenetje SC,
who appeared on behalf of Eskom with Ms Rajah,
submitted that the
Preferential Procurement Policy Framework Act, Act
5 of
2000 (‘PPPFA’)
Regulations
define functionality as ‘the ability of a tenderer to provide
goods or services in accordance with specifications
as set out in
tender documents’.
Regulation 5
stipulates the role of
functionality in the procurement process and states that an organ of
states must make it clear in its ITT
whether the bids will be
evaluated in terms of functionality. It provides as follows:
‘
5.
Tenders to be evaluated on functionality – (1) An organ of
state must state in the tender
documents if the tender will be
evaluated on functionality.
(2)
The evaluation criteria for measuring functionality must be
objective.
(3)
The tender documents must specify—
(a)
the evaluation criteria for measuring functionality;
(b)
the points for each criteria and, if any, each sub-criterion; and
(c)
the minimum qualifying score for functionality.
(4)
The minimum qualifying score for functionality for a tender to be
considered further –
(a)
must be determined separately for each tender; and
(b)
may not be so—
(i)
low that it may jeopardise the quality of the required goods or
services; or
(ii)
high that it is unreasonably restrictive.
(5)
Points scored for functionality must be rounded off to the nearest
two decimal places.
(6)
A tender that fails to obtain the minimum qualifying score for
functionality as indicated in the tender
documents is not an
acceptable tender.
(7)
Each tender that obtained the minimum qualifying score for
functionality must be evaluated further in
terms of price and the
preference point system and any objective criteria envisaged in
regulation 11.
”
[31]
As
was held by the Court in
Rainbow
Civils CC v Minister of Transport and Public Works, Western Cape
[3]
,
‘the point is simply that functionality should not be ignored
in the final adjudication between competing tenders, and should
be
taken into account within the parameters of the Procurement Act.’
Functionality or capacity is a relevant consideration
and falls to be
taken into account in deciding whether or not a tender should be
awarded to a tenderer other than the one with
the highest score for
price and preference.
[32]
I agree with the
submission on behalf of Eskom that
in
casu
it
applied the criteria as set out in the ITT in compliance with
Regulation 5 of the 2017 Regulations in terms of functionality.
All
bidders were aware of that criteria and were evaluated in terms of
that criteria at the first stage of evaluation of functionality
and
that functionality was also assessed in the final award of the
contract. It also involved a site assessment. The site assessment
ensured that successful bidders had the capacity to deliver on the
Tender specifications. A site assessment considers the resource
capacity and capability of the tender to deliver on the tender
specifications.
[33]
As correctly argued
by Mr Maenetje, to the extent that the CIDB Regulations required an
assessment of the bidders’ resource
capacity and capability to
deliver on the Tender specifications, they duplicate the
functionality requirement and, potentially,
the financial capacity
(which is a contract requirement). They do not by such a requirement
mean that the assessment under functionality
and financial
requirement is not sufficient for purposes of the CIDB Regulations.
That is the case here.
[34]
As regards the
alleged non-compliance with the Construction Industry Development
Board Act 38 of 2000 (‘the CIDB Act’)
and the Regulations
promulgated thereunder, Eskom contends that such non-compliance does
not of necessity invalidate a tender process.
[35]
In terms of the CIDB
Act, contractors working in the construction industry must register
on the CIDB’s national register of
contractors. CIDB Regulation
17 determines the maximum value of contracts that a contractor is
considered capable of undertaking.
CIDB Regulation 25 (1) provides as
follows:
‘
25
Invitation of tender or expression of interest for construction works
contracts –
(1)Subject
to subregulation (1A), in soliciting a tender offer or an expression
of interest for a construction works contract, a
client or employer
must stipulate that only submissions of tender offers or expressions
of interest by contractors who are registered
in the category of
registration required in terms of subregulation (3) or higher, may be
evaluated in relation to that contract.
(1A)
...
(1B)
Where a contract involves construction works over an agreed number of
years –
(a)
on an “as
and when required” basis;
(b)
of a routine
nature; or
(c)
grouped into
identifiable and similar components where an instruction to proceed
to the construction of the next component is conditional
on the
successful completion of the previous component, the value of that
contract may for the purpose of subregulation (1), be
taken at its
annual value.’
[36]
CIDB Regulation
25(7A) serves as a further exception to the general rule set out in
Regulation 25(1) and provides that:
‘
(7A)
An organ of state may subject to its procurement policy and
notwithstanding anything to the contrary contained in this
regulation,
evaluate and award a tender offer from a tenderer who is
registered but who tendered outside of his or her tender value range
as
contemplated in regulation 17, provided that –
(a)
the margin with which the tenderer exceeded his or her tender value
range contemplated
in regulation 17, is reasonable;
(b)
the award of the contract does not pose a risk to the organ of state;
(c)
the tender offer in all other aspects comply with these Regulations;
and
(d)
the report referred to in regulation 21 or 38(5) and (6), indicates
whether this subregulation
was applied in the award of the tender.’
[37]
The essence of the
complaints by the applicants arises from CIBD Regulation 25(9)(c) and
is to the effect that the functionality
assessment that formed part
of the tender evaluation process was not sufficient to meet the
obligation of Regulation 25(9)(c).
The basis of this conclusion is
the Financial Analysis Reports conducted by Eskom’s Financial
Management Reporting Unit and
the failure by Eskom to satisfy itself
that the bidders have the requisite capacity and expertise to do the
work as evidenced by
the findings in the reports and the lack of
convincing mitigating factors and failure to obtain mitigating
factors from Kaefer
and Oram.
[38]
Eskom’s case in
that regard is that functionality was assessed firstly as a
qualification criterion at stage 3 in two phases
in terms of the
tender criteria as set out in the ITT, which details what will be
assessed during Phase 1 and 2 and the points
to be allocated at each
phase. The criteria as set out in the ITT comply, so Eskom avers,
with the requirements of Regulation 5
of the 2017 Regulations in that
it set sets out the objective measurable criteria of experience and
standing, capability and resources.
This was the mode of testing the
functionality of all tenderers and all of them were evaluated in the
same manner at this stage
and none of them ever complained that this
was an inappropriate manner of evaluating functionality.
[39]
The winning bidders,
as well as the applicants, were all evaluated in terms of the two
phases of the evaluation and qualified at
stage 3 of the
functionality evaluation stage. The site inspection report, which the
applicants have, shows that in respect of
each bidder, the evaluation
team assessed the necessary workshop facilities, scaffolding material
and insulation material. These
are facilities that are required to
deliver the services in terms of the Tender.
[40]
In the final
analysis, and on the evidence, Eskom was satisfied that the risks
were sufficiently mitigated and that the bidders
had the capacity to
perform a contract to the value of R200 million. Regulation 25(9)(c)
does not prescribe any criteria to assess
capacity at all other than
that it should be assessed. In my view, Eskom has complied with CIDB
Regulation 25(9)(c) as well as
the PPPFA and its Regulations read
together with its SCM policies and conditions of tender. There is
thus no justification to review
and set aside the award of the tender
and the contracts on this ground.
[41]
Another one of the
complaints by the applicants is in relation to CIDB Regulation
25(1)(B) is that Eskom never intended to apply
it to the tender and
that its reliance on Regulation 25(1)(B) is
ex
post facto
and opportunistic and not reflected in the ITT. Eskom’s riposte
is that, on a proper interpretation, the ITT did make regulation
25(1B) applicable.
[42]
In that regard, the
ITT expressly provided that the CIDB requirements are applicable and
intentionally invited contractors with
a CIDB grading of 8 SL or
higher to submit their proposals. The inclusion of Grade 8 SL
tenderers in the ITT was indicative of
Eskom’s intention and
clear understanding that the nature of the work falls within the
ambit of CIDB Regulation 25(1B) and
that it would be able to apply
it. Eskom clearly was aware of the statutory requirement that tenders
exceeding R200 million could
only be performed by bidders with a
grading of 9SL.
[43]
Having regard to
these considerations, Eskom submits that the terms of the ITT were
clear to every reasonable tenderer that Eskom
intended to evaluate
and award the contracts to contractors with CIDB contractor grading
of 8 SL or higher or apply Regulations
25(1B). It would be wholly
unreasonable to read Regulation 25(1) in isolation.
[44]
I find myself in
agreement with this submission. Moreover, it was all along part of
Eskom’s procurement strategy, approved
by its Investment
Finance Committee, that Eskom intentionally included contractors with
CIDB grade 8 SL in the tender scope in
an effort to achieve
cost-effectiveness. There is accordingly no basis upon which to
conclude that Eskom failed to comply with
the provisions of
Regulation 25(1B).
[45]
I therefore conclude
that Eskom was entitled to rely on regulation 25(1B). It did not act
ultra vires
its powers, and did not commit a material irregularity. It is in the
first instance for Eskom to determine whether the services
it
requires are routine in nature and rendered on an as and when
required basis. When it acts rationally in that determination,
its
decision cannot be set aside on review.
[46]
The third ground on
which the review application is based is that the ITT was invalid.
Eskom contends that TMS and SGB-Cape are
precluded from challenging
the criteria set out in the ITT, which they failed to challenge
before they submitted themselves to
the Tender which on their own
version they were aware was irregular.
[47]
As contended on
behalf of Eskom, upon its publication, the ITT was ripe for challenge
under PAJA. The Invitation to Tender was published
in October 2020.
Not only did TMS submit its tender in terms of the Invitation to
Tender without demur, it would have kept the
results of that tender
had it been successful. Now that it was unsuccessful it wishes to
challenge the ITT. It is precluded from
doing so. In any event, its
challenge to the ITT is out of time under section 7(1) of PAJA and no
application is brought under
section 9(1) of PAJA for the extension
of the 180-day time period. The law is clear that a formal
application is required for the
extension. And absent an extension,
the lawfulness of the ITT no longer matters.
[48]
I find myself in
agreement with these submissions. The review must be decided on the
basis of the ITT as it stands. TMS was entitled
to challenge the ITT
under the principle of legality. The issuing of the ITT involved the
exercise of public powers by Eskom. It
was procuring goods and
services as an organ of state under its procurement policies that are
in place pursuant to section 217
of the Constitution and section
51(1)(iii) of the PFMA. These are public powers. It could have
challenged the Invitation to Tender
as ultra vires the powers of
Eskom under these sections and the PPPFA or as irrational. The
irrationality ground is precisely what
it raises in this application.
[49]
Accordingly, I am of
the view that the purported challenge to the ITT is without merit and
should be refused. It is impermissible.
[50]
The fourth ground of
review relates to Eskom’s Cluster allocations and, in that
regard, the applicants contend that this approach
falls foul of the
provisions of section 2(1)(f) of the PPPFA, in that it awarded the
tender to more than one bidder and in that
it awarded clusters 1 and
7 to Kaefer, which was the highest scoring bidder, and awarded the
remaining clusters to bidders who
did not score the highest points in
the remaining clusters. Thus, so the applicants contend, Eskom’s
cluster allocation contravenes
section 2(1)(f) and there is no
objective criteria to justify it.
[51]
Eskom’s cluster
model was in line with its SCM policy which also envisages instances
where a single project may result in
multiple contracts. As Eskom has
explained, the rational was to achieve a result that would be cost
effective to Eskom.
[52]
As was held in
South
African Container
,
it is totally acceptable for Eskom to award the tender to more than
one bidder and conclude multiple contracts in line with its
allocation strategy and its SCM policies. This method of awarding
tenders does not contravene section 2(1)(f) of the PPPFA. The
point
is simply that the cluster allocation ensured that at every stage,
following the elimination of the highest scoring bidder,
the next
highest scoring bidder in a cluster would be allocated.
[53]
I am therefore of the
view that the cluster allocation does not contravene section 2(1)(f)
of the PPPFA and meets the objective
of cost-effectiveness in section
217(1) of the Constitution. The objective of cost-effectiveness is
what informs the default position
in section 2(1)(f) of the PPPFA.
[54]
For the same reasons,
the cluster allocation strategy does not contravene section 217 of
the Constitution. In any event, the lawfulness
of the cluster
allocation strategy, set out in the ITT, is irrelevant at this stage.
[55]
The fifth ground of
review relates to the validity of the PPPFA Regulations and the fact
that Eskom’s Procurement Strategy
and ITT expressly provided
that bidders would be evaluated for compliance with prequalification
criteria set out in Regulation
4(1) and (2) of the 2017 Public
Procurement Regulations, which regulations the SCA on 2 November 2020
declared to be unlawful.
In fact, due to the interconnectedness of
the regulations, the SCA declared that the entire Regulations were
inconsistent with
the PPPFA and thus invalid, and ordered that the
declaration of invalidity be suspended for a period of twelve months
from the
date of the order. On appeal from the SCA, the
Constitutional Court upheld the declaration of invalidity. It handed
down its order
on 16 February 2022.
[56]
In
my view, at the time relevant to this matter, the declaration of
invalidity was subject to a suspension order. As correctly submitted
by Mr Maenetje, it would be nonsensical to read the declaration of
invalidity by the SCA to operate retrospectively in the face
of the
order suspending same. (See
Rodpaul
Construction (Pty) Ltd t/a Rod’s Construction v Breede Valley
Municipality and Others
[4]
).
[57]
I therefore conclude
that, at the time of issuing the ITT, evaluating and awarding the
Tender, the Regulations were applicable and
valid, there is no merit
in this ground of review.
[58]
The sixth ground of
review, as raised mainly by SGB-Cape, relates to 52-week period of
CORP5171 Tender, which is the subject of
these applications.
[59]
SGB-Cape contends
that the Tender validity period in the Invitation to Tender was for a
period of 52 weeks, in contravention of
CIDB SFU, which provides that
a tender validity period in respect of construction and engineering
works shall not exceed twelve
weeks, in the absence of approval by an
accounting officer, and therefore the Tender process is unlawful.
[60]
Eskom submitted that
it is not open to SGB-Cape to challenge the validity period of the
Tender
ex
post
its tender submission. It also delayed unreasonably in doing so and
without any reasonable explanation whatsoever. The lawfulness
or
otherwise of the tender validity period, so Eskom contends, no longer
matters.
[61]
I agree with this
submission. The validity period of the Tender was expressly and
unambiguously reflected in the ITT and, in the
absence of SGB-Cape
having challenged it before its submission of a bid, or at the very
least at the clarification meeting, or
within a reasonable time
thereafter, it cannot be permitted to do so at this stage. SGB-Cape’s
tender submission must therefore
be taken as an acquiescence of the
stipulated tender validity period. It also agreed to the extension of
the tender validity period.
It could have protested and challenged
the extension or refused to agree.
[62]
In any event, as
correctly submitted on behalf of Eskom, it has substantially complied
with this requirement in that the ITT and
its extension was
authorised by the accounting authority, namely the Board of Eskom, in
compliance with CIDB SFU. The CIDB itself
does not challenge the
tender validity period. It was also not unfair to any tenderer or
potential tenderer because it afforded
sufficient time for bids to be
considered. It caused no prejudice to any bidder. There was no
material irregularity such as to
constitute a ground of review.
[63]
Therefore, in my
view, the fifty-week validity period does not invalidate the tender.
[64]
In all of the circumstances and for the reasons mentioned
above, Eskom’s impugned decision to award the tender to second
to
fifth respondents is not invalid and therefore cannot and should
not be declared to be constitutionally invalid or set aside.
In the final
analysis, the
procurement process followed by Eskom and
the subsequent award of the tender to second to fifth respondents
were ‘in accordance
with a system which is fair, equitable,
transparent, competitive and cost effective’. It therefore
complied with the letter
and the spirit of Section 217(1) of the
Constitution.
[65]
In the light of these
findings, it is not necessary to consider the appropriate relief to
be granted, based on what is ‘just
and equitable’.
Neither is it necessary for me to deal with any of the other issues
raised by or disputes between the parties.
All three applications
stand to be dismissed.
Conclusion
and Costs of the Applications
[66]
For all of the reasons above, the
applications stand to be dismissed.
[67]
The
general rule in matters of costs is that the successful party should
be given his costs, and this rule should not be departed
from except
where there are good grounds for doing so. See:
Myers
v Abramson
[5]
.
There are no grounds in this case to depart from the ordinary rule
that costs should follow the result.
[68]
Moreover, the complexity of the matter
does, in my view, warrant costs to include the costs of two counsel,
with one being a Senior
Counsel.
[69]
The applicants in each of the three
applications should therefore pay Eskom’s costs.
Order
[70]
In the result, the following order is made:
-
(1)
Under Case number: 5798/2021: -
(a)
Applicant’s application is dismissed;
(b)
The applicant shall pay the first
respondent’s costs, including such costs consequent upon the
employment of two Counsel,
one being a Senior Counsel.
(2)
Under Case number: 0290/2022: -
(a)
Applicant’s application is dismissed;
(b)
The applicant shall pay the first
respondent’s costs, including such costs consequent upon the
employment of two Counsel,
one being a Senior Counsel.
(3)
Under Case number: 3047/2022: -
(a)
Applicant’s application is dismissed;
(b)
The applicant shall pay the first
respondent’s costs, including such costs consequent upon the
employment of two Counsel,
one being a Senior Counsel.
L R ADAMS
Judge of the High
Court
Gauteng
Division, Johannesburg
HEARD
ON:
26
th
and 28
th
April 2022 – in a ‘virtual
hearing’
during a videoconference on the
Microsoft
Teams
.
JUDGMENT
DATE:
2
nd
September 2022 – judgment
handed
down electronically
FOR THE APPLICANT
(SGB-CAPE)
IN
THE FIRST MATTER:
Adv W Mokhari SC, together with
Advocate
S Mathiba
INSTRUCTED
BY:
Werksmans Attorneys, Sandton.
FOR THE APPLICANT (TMS
GROUP) IN THE SECOND
MATTER:
Adv Dennis Fine SC, together with
Advocate Nada
Kakaza and
Advocate
Henri-Willem Van Eetveldt
INSTRUCTED
BY:
Dingiswayo Du Plessis Van der Merwe
Incorporated,
Sandton
FOR THE APPLICANT
(SOUTHEY
CONTRACTING) IN THE THIRD
MATTER:
Adv Andrew Kemack SC, together
with
Advocate Maryke Nieuwoudt
INSTRUCTED
BY:
MDA Attorneys, Houghton, Johannesburg
FOR THE FIRST RESPONDENT
(ESKOM)
IN ALL THREE
APPLICATIONS:
Adv Ngwako Maenetje SC, with Advocate
Hephzibah Rajah
INSTRUCTED
BY:
Mchunu Attorneys,
Rosebank, Johannesburg
FOR THE SECOND TO FIFTH
RESPONDENTS IN ALL THREE
MATTERS:
No Appearance
INSTRUCTED
BY:
No appearance
[1]
AllPay
Consolidated Investment Holdings (Pty) Ltd and others v Chief
Executive Officer of the South African Social Security Agency
and
others (Corruption Watch and another as
amici
curiae
)
2014 (1) BCLR 1 (CC);
[2]
South
African Container Stevedores (Pty) Ltd v Transnet Port Terminals
2011 JDR 0357 (KZD);
[3]
Rainbow
Civils CC v Minister of Transport and Public Works, Western Cape
[2013] ZAWCH 3 (WCC);
[4]
Rodpaul
Construction (Pty) Ltd t/a Rod’s Construction v Breede Valley
Municipality and Others
Case No 6435/2022, WCCHC (24 March 2022), Unreported;
[5]
Myers
v Abramson
,1951(3)
SA 438 (C) at 455
sino noindex
make_database footer start
Similar Cases
Waco Africa (PTY) Limited t/a SGB-Cape v Eskom SOC Limited and Others; Southey Contracting (PTY) Limited v Eskom SOC Limited and Others (5798/2021; 3047/2022) [2022] ZAGPJHC 827 (21 October 2022)
[2022] ZAGPJHC 827High Court of South Africa (Gauteng Division, Johannesburg)100% similar
Waco Africa (Pty) Limited t/a SGB-CAPE v SOC Limited and Others (57981/2021) [2024] ZAGPJHC 210 (4 March 2024)
[2024] ZAGPJHC 210High Court of South Africa (Gauteng Division, Johannesburg)100% similar
Waco Africa (Pty) Ltd v Form Force (Pty) Ltd and Others (12178/2015) [2022] ZAGPPHC 734 (28 September 2022)
[2022] ZAGPPHC 734High Court of South Africa (Gauteng Division, Pretoria)99% similar
Waco Africa (Pty) Limited t/a Form Scaff v Phakama Scaffolding (Pty) Ltd (34165/20) [2022] ZAGPPHC 97 (11 February 2022)
[2022] ZAGPPHC 97High Court of South Africa (Gauteng Division, Pretoria)99% similar
Africa Wide Mineral Prospecting and Exploration (Pty) Ltd v Platinum Group Metals (RSA) (Pty) Ltd and Others (31329/2018) [2022] ZAGPJHC 407; 2023 (1) SA 98 (GJ) (14 June 2022)
[2022] ZAGPJHC 407High Court of South Africa (Gauteng Division, Johannesburg)99% similar