South Africa: Supreme Court of Appeal

You are here:
SAFLII >>
Databases >>
South Africa: Supreme Court of Appeal >>
2005 >>
[2005] ZASCA 90
| Noteup
| LawCite
Chairperson: Standing Tender Committee and Others v JFE Sapela Electronics (Pty) Ltd and Others (511/2004) [2005] ZASCA 90; 2008 (2) SA 638 (SCA) ; [2005] 4 All SA 487 (SCA) (26 September 2005)
Download original files | Links to summary |
Last Updated: 3 December 2005
THE SUPREME COURT OF APPEAL
OF SOUTH
AFRICA
Reportable
Case no: 511/04
In the matter
between:
THE CHAIRPERSON:
STANDING TENDER
COMMITTEE
FIRST APPELLANT
DEPARTMENT OF PUBLIC WORKS SECOND
APPELLANT
THE DIRECTOR GENERAL:
DEPARTMENT OF
PUBLIC WORKS THIRD APPELLANT
THE
MINISTER OF PUBLIC WORKS FOURTH
APPELLANT
and
JFE SAPELA ELECTRONICS (PTY)
LTD FIRST
RESPONDENT
JFE POWER DISTRIBUTION (PTY) LTD
SECOND RESPONDENT t/a JFE RETICULATION
NOLITHA
ELECTRICAL & CONSTRUCTION
(PTY) LTD
THIRD RESPONDENT
THE STATE TENDER BOARD
FOURTH RESPONDENT
_________________________________________________________________________
Coram : SCOTT,
CAMERON, MTHIYANE, LEWIS JJA et MAYA AJA
Date of hearing: 2
SEPTEMBER 2005
Date of delivery: 26 SEPTEMBER 2005
Summary: Review of decisions to award tenders for repair and maintenance work at prisons
- decisions invalid at
time they were made - by reason of effluxion of time and considerations of
practicality relief not granted
- successful appellants ordered to pay
costs.
_________________________________________________________________________
JUDGMENT
_________________________________________________________________________
SCOTT JA/...
SCOTT JA:
[1] Nolitha Electrical and Construction (Pty)
Ltd (‘Nolitha’) was the successful tenderer for three separate
contracts
with the Department of Public Works (‘DPW’) for work to be
executed at the Drakenstein, Worcester and Helderstroom prisons
respectively in
the Western Cape. The work related to facilities such as steam and hot water
generation, electrical infrastructure,
kitchen and laundry equipment and the
like. It comprised both a repair and maintenance component. The first
respondent, JFE Sapela
Electronics (Pty) Ltd (‘Sapela’)
unsuccessfully tendered for the Worcester and Helderstroom contracts, while the
second
respondent, JFE Power Distribution (Pty) Ltd, trading as JFE
Reticulation, (‘Reticulation’), unsuccessfully tendered
for the
Drakenstein contract. Sapela and Reticulation challenged the award of the three
tenders to Nolitha. The challenge was upheld
in the Cape High Court by H J
Erasmus J who, in addition to other relief, set aside the award of the tenders
to Nolitha and declared
the contracts entered into between Nolitha and the DPW
to be null and void. The present appeal is with the leave of the court a
quo.
[2] The first appellant is the chairperson of the DPW’s
Standing Tender Committee (‘STC’) which functions at the
DPW’s
head office. The tenders in the present case were both called for and awarded by
the STC. The DPW, which is the second
appellant, also has standing tender
committees at each of its regional offices. The significance of these will
become apparent later.
The standing tender committees all exercise powers
delegated to them by the State Tender Board established in terms of the State
Tender Board Act 86 of 1968. The State Tender Board, the Director General of the
DPW, the Minister of Public Works and Nolitha were
all cited as respondents in
the court below but took no part in the proceedings.
[3] Before turning to
the complaints levelled at the award of the tenders to Nolitha it is necessary
to describe briefly the tender
process that is adopted in the case of contracts
of the type in question. A consulting engineer is appointed for each contract.
The
function of the consultant is first to design the works and prepare the
necessary documents, including specifications, drawings,
and a schedule of
quantities for inclusion in the tender documents. Once the tenders are opened,
which takes place in public, they
are scrutinized by the consultant to ensure
they are complete and comply with the formal requirements of the tender
documents. He
also checks the priced schedule of quantities and corrects any
calculation errors that he finds. Thereafter he prepares a draft report
(there
may be more than one) in which he sets out his analysis and assessment of the
tenders as well as his recommendations as to
which should be successful. The
draft is discussed with what was referred to in the papers as the
‘private’ project manager
and ultimately finalized in the form of a
report by the ‘departmental’ project manager which is signed by him
and which
contains a recommendation to the STC as to which of the tenders ought
to be accepted. The private project manager in the case of
all three contracts
was Africon Engineering International (Pty) Ltd (‘Africon’). This
company was not appointed on an
ad hoc basis. It has an on-going
relationship with the DPW and has fulfilled the function of a private project
manager for more than 20
years.
[4] It is convenient to begin with the
Drakenstein tender. The relevant facts on which Reticulation based its attack on
the award
of the tender to Nolitha can be shortly stated. The repair work
related to 11 installations. Installation A was headed ‘Steam
Generation’. Nolitha quoted a total of R146 664,00 for this part of the
work. The amount was made up of a mere R4 164 for the
actual repair work and
R142 500 for the remainder of the items such as operating and maintenance
manuals, statutory inspections and
tests, logging, training and recording. The
amount of R4 164 was clearly not market related. An examination of
Nolitha’s priced
schedule of quantities revealed that it had quoted a
nominal amount of R2 for each and every item of actual repair work for this
installation, hence a total of only R4 164,00. By contrast, Reticulation’s
quotation for the repair work was R455 719,78. The
difference between the two ie
R451 555,78, exceeded the amount by which Nolitha’s overall tender
exceeded that of Reticulation.
Reticulation’s tender was the second
lowest. It also gained, after Nolitha, the second highest number of points
calculated
in terms of a points system to which I shall refer later.
[5] The
reason for Nolitha tendering as it did was readily apparent. The Drakenstein
tender was advertised in the Government Tender
Bulletin on 12 September 2003.
The closing date for tenders was 8 October 2003. Unbeknown to the STC and the
DPW’s head office,
the DPW’s regional tender committee in Cape Town
had advertised for tenders on 23 May 2003 for work involving the replacement
of
the steam operated boilers at the Drakenstein prison with electric colorifiers.
The local tender was awarded to Bambama Construction
(Pty) Ltd which ultimately
executed the work. The consequence of the Bambama contract was to render the
repair work itemized in the
schedule of quantities unnecessary. Nolitha was
obviously aware of this and for this reason tendered in the manner it
did.
[6] The consulting engineer for the Drakenstein contract (and the
Worcester contract) was Mashura Consulting (Pty) Ltd. Mr Aslam Ogier,
a
director, was the engineer actually involved in the project. He prepared several
drafts for the report which the departmental project
manager would ultimately be
required to sign and submit to the STC. This report, as previously mentioned,
contained the recommendation
as to which tender ought to be accepted.
Ogier’s drafts were all submitted to Africon (the ‘private’
project manager)
for discussion. Significantly, in all but one of these he
recommended that Reticulation, and not Nolitha, be awarded the contract.
He
clearly had some knowledge of the earlier tender. In his initial drafts he
referred to Nolitha’s ‘abnormally low’
price for the repair
section of Installation A and commented:
‘In our opinion the low rates
are misleading or the tenderer used low rates to justify a low installation cost
based on the
speculation that electrical heaters will replace the entire steam
installation.’
Nonetheless the final draft which became the report
dated 4 December 2003 and submitted to the STC by the departmental project
manager
recommended that Nolitha’s tender be accepted on the basis that it
was the lowest and gained the highest number of points.
The report contained no
reference to the abnormally low tender price for Installation A or to the
overlapping of tenders. No explanation
was given for this omission save that the
acceptance of Nolitha’s tender was regarded as not involving an
‘unacceptable
financial risk’ for the DPW and there were
‘insufficient grounds to out motivate
Nolitha’.
[7] Reticulation’s complaint was that Nolitha’s
tender was unacceptable and should have been rejected. It contended that
by
failing properly to price a section of the work Nolitha had gained an unfair
advantage over other tenderers and had thereby also
prejudiced the State. But
before dealing with the legal principles involved it is convenient to set out
briefly the circumstances
of the Worcester tender which was the subject of a
similar complaint by Sapela.
[8] In its Worcester tender Nolitha quoted a
mere R1 606 for section 3 of Installation A. The section was headed ‘Hot
Water
Generation’. Sapela quoted R203 964,68 for this section. As in the
case of the Drakenstein tender, the amount of R1 606 was
clearly not market
related. The priced schedule of quantities for the section shows that Nolitha
quoted a nominal price of R11 for
each and every item save for two. The lowest
tender was that of M & D Engineering but its tender was excluded for want of
completion.
Nolitha’s was the second lowest and Sapela’s the third
lowest.
[9] Once again the reason for Nolitha quoting nominal prices for the
section in question was apparent. The closing date for the Worcester
tenders was
10 September 2003. Here too, unbeknown to the STC and the DPW head office, the
DPW’s regional office on 5 September
2003 advertised for tenders for work
involving the installation of a new hot water service at the Worcester prison.
This tender was
subsequently also granted to Nolitha. The effect of the latter
tender was to render the repair work under section 3 unnecessary.
Nolitha was
obviously aware of the regional office’s tender.
[10] Again the
consulting engineer had knowledge of the earlier tender and appreciated the
reason for the nominal amounts quoted in
Nolitha’s tender. The two draft
reports prepared by Ogier contained the following
statement.
‘Abnormally low rates; lower than market related rates
appear in Installation A – Hot Water Generation Systems. Average
price for
this installation is R194 000.00 (tenders 4 & 5) whilst Nolitha’s
price is R1 606.00. We are of the opinion that
the reason for these low rates is
due to the tenderer’s speculation that some of these installations shall
fall away or be
part of a different PWD contract in the near
future.’
As in the case of the Drakenstein tender, the final report
submitted to the STC contained no reference to the abnormally low tender
price
for section 3 of Installation A or to the overlapping of tenders. Sapela’s
complaint was similar to that of Reticulation,
although in this instance the
amount by which Sapela’s tender for section 3 exceeded that of Nolitha did
not exceed the difference
between the two overall tenders.
[11] The starting
point is the Constitution. Section 217 reads:
‘(1) When an organ of
state in the national, provincial or local sphere of government, or any other
institution identified in
national legislation, contracts for goods or services,
it must do so in accordance with a system which is fair, equitable, transparent,
competitive and cost-effective.
(2) Subsection (1) does not prevent the
organs of state or institutions referred to in that subsection from implementing
a procurement
policy providing for -
(a) categories of preference in the
allocation of contracts; and
(b) the protection or advancement of persons, or categories of persons, disadvantaged by unfair discrimination.
(3) National
legislation must prescribe a framework within which the policy referred to in
subsection (2) must be implemented.’
The national legislation
contemplated in ss(3) is the Preferential Procurement Policy Framework Act 5 of
2000 Act (‘the Preferential Act’). In terms of s 2 an organ of state
is required to determine its ‘preferential procurement
policy’ and
implement it in a framework embodying a ‘preference point system’.
That system, in turn, is to distinguish
between contracts having a Rand value
above or below a prescribed amount. In the upper category a maximum of 10 points
may be allocated
for specific goals relating in effect to categories of
historically disadvantaged persons, ‘provided that the lowest acceptable
tender scores 90 points for price’. In the case of the lower category 20
points may be allocated for the specific goals referred
to above,
‘provided that the lowest acceptable tender scores 80 points for
price’. In terms of s 2(1)(f) the contract
is to be awarded to the
tenderer who scores the highest points, unless certain specified criteria
justify the award to another tenderer.
These criteria are not relevant to the
present inquiry. The reason is that for a tender to be eligible for
consideration, ie for
the allocation of points, it must in terms of s 2(1) be an
‘acceptable tender’. An ‘acceptable tender’ in
turn is
defined in s 1 as meaning:
‘any tender which, in all respects, complies
with the specifications and conditions of tender as set out in the tender
document.’
It is well established that the legislature and executive in
all spheres are constrained by the principle that they may exercise no
power and
perform no function beyond those conferred upon them by law. This is the
doctrine of legality. See Pharmaceutical Manufacturers Association of SA : in
re ex parte President of the Republic of South Africa [2000] ZACC 1; 2000 (2) SA 674 (CC)
paras 17 and 50; Gerber v Member of the Executive Council for Development
Planning & Local Government, Gauteng 2003 (2) SA 344 (SCA) para 35. The
acceptance by an organ of state of a tender which is not
‘acceptable’ within the meaning of the Preferential
Act is therefore
an invalid act and falls to be set aside. In other words, the requirement of
acceptability is a threshold requirement.
This was common cause between the
parties.
[12] The STC clearly awarded all three contracts on the basis of a
points system as envisaged in s 2 of the Preferential Act. All
three fell into
the upper category. There was, however, a dispute on the papers as to whether a
document entitled ‘Conditions
Pertaining to Targeted Procurement’
produced by the respondents constituted the DPW’s ‘preferential
procurement
policy’ and, if so, what weight was to be attributed to it. In
terms of clause 4.1 of the document employers are required,
prior to a detailed
evaluation of tenders, to determine whether each tender is inter alia a
‘responsive tender’. A fairly comprehensive definition of that
expression then follows. Its object, no doubt, is to
give content to the concept
of ‘acceptability’. But it is the latter that is the statutory, and
therefore the decisive,
threshold requirement. In the circumstances, it is
unnecessary to resolve the dispute between the parties as to the relevance of,
or the weight to be attributed to, the document. What must be decided is whether
Nolitha’s Drakenstein and Worcester tenders
were ‘acceptable
tenders’ within the meaning of the Preferential Act.
[13] Counsel for
the appellant submitted in this court that the failure on the part of a tenderer
to price each and every item of
the schedule of quantities did not amount to
non-compliance ‘with the specifications and conditions of tender as set
out in
the tender documents’ within the meaning of the definition of
‘acceptable tender’. In support of this contention
he referred to
various provisions in the tender documents and in particular to clause 6 to the
preamble to the schedule of quantities.
It reads:
‘An amount or rate
shall be entered against each item in the Schedule of Quantities, whether or not
quantities are stated. An
item against which no amount or rate is entered will
be considered to be covered by the other amounts or rates in the
Schedule.
Should the Tenderer group a number of items together and tender one
lump sum for such group of items, the single tendered lump sum
shall apply to
that group of items and not to each individual item, or should he indicate
against any item that full compensation
for such item has been included in
another item, the rate for the item included in another item shall be deemed to
be nil.’
In my view this provision and the others to which counsel
referred do not assist in justifying the award to Nolitha. It is no doubt
true
that the failure to price each and every item in the schedule of quantities
would not necessarily be fatal to the tender. But
this is not the issue. Clause
7.1 of the Conditions of Tender reads:
‘We undertake to submit our
Bills of Quantities with all items duly priced, extended and cast in ink
together with our tender
and the full set of tender documents and
drawings.’
What is required is that the tender relate to the entire
work itemized in the schedule of quantities. This much is clear from clause
6 to
the preamble; an item not priced will be considered to be covered by the other
items. But this is not the basis upon which Nolitha
tendered. It tendered
nominal amounts for items covering entire sections of the work and it did so on
the understanding that the
work would not be required.
[14] The definition of
‘acceptable tender’ in the Preferential Act must be construed
against the background of the system
envisaged by s 217(1) of the Constitution,
namely one which is ‘fair, equitable, transparent, competitive and
effective’.
In other words, whether ‘the tender in all respects
complies with the specifications and conditions of tender as set out in
the
contract documents’ must be judged against these values. Merely because
each item is priced does not mean that there was
proper compliance. What the
Preferential Act does not permit a tenderer to do is in effect omit from his
tender a whole section of
the work itemized in the bill of schedules and
required to be performed. A tenderer who is permitted to do this has an unfair
advantage
over competing tenderers who base their tenders on the premise,
inherent in the tender documents, that all the work itemized in the
schedule of
quantities is to be performed. Whether work may later be omitted is of no
consequence. What is imperative is that all
tenderers tender for the same thing.
By tendering on the basis that certain work will not be required a tenderer is
able to reduce
his price to the detriment of other tenderers, and almost
certainly also to the detriment of the public purse since he is likely
to load
other items to the detriment of the employer. Such a tender offends each of the
core values which s 217 (1) of the Constitution
seeks to uphold. It would not be
a tender which is ‘acceptable’ within the meaning of the
Preferential Act.
[14] It follows that in my view both Nolitha’s
Drakenstein tender and Worcester tender were unacceptable and should have been
rejected. It follows too that the award of those contracts to Nolitha was
invalid. In view of this conclusion it is unnecessary to
deal with a further
ground upon which Reticulation challenged the validity of the Drakenstein
tender.
[16] I turn now to the Helderstroom tender. When the tenders were
opened in public it appeared that Sapela’s tender was the
lowest. But
after the tenders had been examined by the consulting engineer, Nolitha’s
tender was reduced by no less than some
R900 000 as a result of what was said to
be ‘arithmetical errors’. The effect was to make Nolitha’s
tender the
lowest. Not surprisingly this caused some disquiet amongst the other
tenderers. However, the main thrust of the attack on the award
of the contract
to Nolitha related to something different.
[17] It appears that Nolitha
misunderstood two items in the schedule of quantities (items 100.2 and 100.3)
requiring the maintenance
of a call centre. It quoted for the maintenance of the
call centre itself instead of the cost of being in a position to receive and
respond to call-outs for the repair of electrical and mechanical installations
at the prison. The error was reflected in the amounts
quoted for these two
items. While Sapela and another tenderer, M & D Engineering, quoted under
R20 000 for both items, Nolitha
quoted R1 693 000 for the one item and R63 000
for the other.
[18] In four draft reports dated respectively 17 October, 30
October and 31 October 2003 (two are dated 31 October) the consulting
engineer,
B N Buziba & Associates Cape CC, recommended that Sapela’s tender,
being the second lowest, be accepted. In the
drafts the engineer referred to the
unbalanced nature of the Nolitha tender and expressed the view that the
acceptance of the tender
would involve ‘a substantial financial risk to
the Department’. On 6 November 2003 the engineer wrote to Africon
expressing
the view that Nolitha had ‘misunderstood the meaning of items
100.2 and 100.3’ and that it had ‘under-quoted on
most of the
remaining maintenance items for Installations A to P’. The following day,
7 November 2003, the engineer wrote to
Nolitha regarding these items and
suggested that:
‘. . . these two maintenance items be measured monthly
as a weighted average (according to value) of the achieved scores on
all the
installations.’
Nolitha’s acceptance of the suggestion was
subsequently (but on the same day) recorded in writing and signed on behalf of
Nolitha
on the same letter. The final report dated 17 November 2003 addressed by
the departmental project manager to the chairman of the
STC recommended that
Nolitha’s tender be accepted. It contained no reference to the comments
adverse to Nolitha in the engineer’s
earlier drafts.
[19] It is well
established that a tender process implemented by an organ of state is an
‘administrative action’ within
the meaning of the Promotion of
Administrative Justice Act 3 of 2000 (‘PAJA’). See eg Logbro
Properties CC v Bedderson NO and Others 2003 (2) SA 460 (SCA) para 5 and the
cases there cited. As observed by Cameron JA ‘This entitled the appellant
. . . to a lawful and procedurally
fair process . . . .’ What is fair
administrative process ‘depends on the circumstances of each case’
(s 3(2)(a)
of PAJA). In Metro Projects CC v Klerksdorp Local Municipality
2004 (1) SA 16 (SCA) para 13 Conradie JA said:
‘It may in given
circumstances be fair to ask a tenderer to explain an ambiguity in its tender;
it may be fair to allow a tenderer
to correct an obvious mistake; it may,
particularly in a complex tender, be fair to ask for clarification or details
required for
its proper evaluation. Whatever is done may not cause the process
to lose the attribute of fairness or, in the local government sphere,
the
attributes of transparency, competitiveness and cost-effectiveness.’
In
the present case, what in effect occurred is that Nolitha’s tender, with
the latter’s written consent, was adjusted
by the reallocation of an
amount over-quoted for one, or rather two items, to ‘most of the remaining
maintenance items for
Installations A - P’ for which Nolitha had
under-quoted. The effect was apparently to convert a tender from one regarded by
the engineer as unbalanced and a financial risk to one which was acceptable. But
the offer made by Nolitha, as embodied in its tender,
was not the one ultimately
accepted. What was accepted was in truth an offer that was made on 7 November
2003, some two months after
the closing date for tenders. In my view this was
enough to strip the tender process of the element of fairness which requires the
equal evaluation of tenders. It follows that the acceptance of the Nolitha
tender and the award of the contract were correctly held
by the court a
quo to be reviewable.
[20] However, that is not the end of the matter.
Had the application in the court below been adjudicated when proceedings were
launched
Sapela and Reticulation (‘the respondents’) would no doubt
have been entitled to the relief they sought. But given the
inevitable effluxion
of time and the extent of the work performed by Nolitha between the launching of
proceedings and the granting
of judgment, the question that arises is whether
the relief sought, and granted, was capable of practical implementation. It is
necessary
first to trace briefly the events between the award of the tenders and
the judgment of the court a quo.
[21] The Helderstroom tender was
awarded to Nolitha in early December 2003. The Drakenstein and Worcester tenders
were awarded on
19 January 2004 and early February 2004 respectively. On 8
December 2003 Sapela wrote to the Ministry of Public Works expressing
its
concern about the adjudication of tenders and seeking an urgent meeting. There
was no response. On 15 January 2004 Reticulation
wrote to the Department of
National Treasury in which it raised similar concerns regarding the tender
process. The National Treasury
responded in a letter dated 20 January 2004 and
enquired whether Reticulation had asked the DPW for reasons for the award to
Nolitha.
Reticulation replied the same day, saying that without sight of the
tenders themselves the reasons would be of little assistance.
Also on 20 January
2004 the respondents lodged a complaint with the Public Protector. The latter
responded on 22 January and suggested
that the respondents request the DPW to
suspend the award of further contracts pending receipt of information to enable
them to consider
their options. On 26 January Sapela requested reasons from the
DPW for the decisions not to award the respondents the Helderstroom,
Worcester
and Drakenstein tenders. In addition it sought information and documents, such
as engineers’ reports, to enable it
to evaluate those reasons. Also on 26
January it addressed another letter to DPW requesting that the award of the
Drakenstein prison
be suspended until the requested information had been
received. On 2 February 2004 the respondents received three letters from the
DPW. The reasons given for the acceptance of Nolitha’s tenders consisted
of little more than a bald statement that Nolitha
had scored the highest number
of points. The information and copies of the documents requested were refused on
the grounds of privilege.
In the third letter, dated 2 February 2004, the DPW
stated that the request to suspend the handing over of the Drakenstein site to
Nolitha could not be considered. At that stage the respondents consulted
attorneys. On 4 February the latter wrote to the DPW requesting
information in
terms of the Promotion of Access to Information Act 2 of 2000 regarding the
award of the tenders to Nolitha. A response was received on 26 February 2004 but
the information furnished was insufficient
to enable the respondents to evaluate
their position. The next day, 27 February 2004, the respondents launched the
review proceedings
which are the subject of this appeal.
[22] The application
was brought as a matter of urgency and was set down for hearing on 4 March 2004.
As the matter was opposed, it
could not be heard on that day and by agreement it
was referred to the semi-urgent roll for hearing on 24 May 2004. The first and
second respondents (now first and second appellants) were ordered to dispatch
‘the records of the proceedings’ to the
Registrar on or before 23
March 2004. On 6 April 2004 the respondents gave notice of their intention to
apply on 24 May 2004 for
an order restraining the DPW from giving access to any
new installations to perform work pending the final determination of the review
proceedings. In the event the interdict was not sought.
[23] Judgment was
delivered on 12 July 2004. Erasmus J observed that by the time the application
was heard in May 2004 much of the
repair work pursuant to the respective
contracts would already have been done. But, he said, the maintenance component
of the contracts
remained and the disruptive effect of declaring the contracts
null and void could ‘be mitigated by suspending the coming into
operation
of the orders made so as to enable the parties to make appropriate arrangements
for phasing out of work on the tenders,
and completing particular facets of work
which are incomplete’. Whether this was at all practical was not
considered.
[24] When the appellants applied to the court a quo for
leave to appeal the respondents countered with an application for an order in
terms of Rule 49 (11) to the effect that pending the appeal the orders made in
the court’s judgment of 12 July 2004 were not to be suspended
but were to
be put into effect as from 1 February 2005. The reason for the latter date was
that by then all the repair work would
have been completed. What the respondents
had in mind was that the maintenance component be separated from the repair
component.
The application was, however, refused. Erasmus J pointed out that
both components had been the subject of a single tender and were
to an extent
inextricably interrelated; for example, the 12 month guarantee furnished by
Nolitha covered all equipment and parts
supplied and installed and formed an
essential part of the maintenance programme. The extent of the maintenance
would, no doubt,
also depend upon the quality of the repair work. By now, of
course, a substantial part of even the maintenance period has
expired.
[25] Counsel for the appellant submitted that the court a quo
ought to have declined to set aside the contracts, if for no other reason
because it was not possible to reverse what had already
been done, and because
by the time judgment was delivered it was no longer practicable to start the
tender process over again for
the outstanding work. It was submitted further
that this state of affairs was attributable to the respondents’ failure to
institute
review proceedings timeously and to seek an interim interdict
preventing the work from proceeding.
[26] There is no merit in
counsel’s further submission. Within a day or two of becoming aware of the
award of the Helderstroom
tender the respondents wrote to the Ministry
expressing their concern over the tender process. As early as 26 January 2004
they wrote
to the DPW requesting the documents necessary to enable them to
ascertain their rights with regard to a possible review. The request
was
refused. A subsequent attempt to invoke the provisions of the Promotion of
Access to Information Act was similarly unsuccessful. Ultimately they were
obliged to institute proceedings even before they were fully apprised of the
facts necessary
to substantiate the review. The documents they sought were
eventually furnished to them on 23 March 2004, almost two months after
their
initial request. It was only then that they were able to file a supplementary
affidavit properly substantiating the relief
they sought. In my view they were
not in any way to blame for a delay in initiating proceedings or bringing them
to finality. Nor
were they at fault for failing to stop the work from
proceeding. The DPW made it quite clear in correspondence that it was not
prepared
to suspend the work or to withhold from Nolitha access to any of the
installations. It is true that the respondents did not proceed
with their
threatened interdict but, as explained in the replying affidavit, access to all
the installations had by then (10 April
2004) been granted to Nolitha. Any
application for an interdict would in any event have been opposed by the
appellants.
[27] However, the appellants’ stance on the
impracticability of attempting to start the tender process over again for the
completion
of the remaining work strikes me as correct. As observed by Erasmus
J, the repair and maintenance components of the contracts are
interrelated. The
order of the court a quo, if implemented, is likely not only to be
disruptive but also to give rise to a host of problems not only in relation to a
new tender
process but also in relation to the work to be performed.
[28] In
appropriate circumstances a court will decline, in the exercise of its
discretion, to set aside an invalid administrative
act. As was observed in
Oudekraal Estates (Pty) Ltd v City of Cape Town 2004 (6) SA 222 SCA para
36 at 246D:
‘It is that discretion that accords to judicial review its
essential and pivotal role in administrative law, for it constitutes
the
indispensable moderating tool for avoiding or minimising injustice when legality
and certainty collide.’
A typical example would be the case where an
aggrieved party fails to institute review proceedings within a reasonable time.
See eg
Wolgroeiers Afslaers (Edms) Bpk v Munisipaliteit van Kaapstad
1978 (1) SA 13 (A); see also s 7(1) of PAJA which gives statutory recognition to
the rule. In a sense, therefore, the effect of the delay is to
‘validate’
what would otherwise be a nullity. See Oudekraal
Estates (Pty) Ltd, supra, para 27 at 242E-F. In the present
case, as I have found, there was no culpable delay on the part of the
respondents. But the object
of the rule is not to punish the party seeking the
review. Its raison d’être was said by Brand JA in
Associated Institutions Pension Fund v Van Zyl 2005 (2) SA 302 (SCA) at
para 46 to be twofold:
‘First, the failure to bring a review within a
reasonable time may cause prejudice to the respondent. Secondly, there is a
public interest element in the finality of administrative decisions and the
exercise of administrative functions.’
Under the rubric of the second I
would add considerations of pragmatism and practicality.
[29] In my view, the
circumstances of the present case as outlined above, are such that it falls
within the category of those cases
where by reason of the effluxion of time (and
intervening events) an invalid administrative act must be permitted to stand.
While
the court a quo correctly found that the award of each of the three
tenders was invalid when made, it appears not to have appreciated that it had
a
discretion to decline to set aside those awards. It follows that in my view the
court a quo erred in making the order it did and this court is free to
set aside that order.
[30] I turn to the question of costs. It is clear that
the respondents’ attempts to finalise the review as quickly as possible
were frustrated by the appellants’ refusal to let them have the necessary
information and documentation. This was made available
only on 23 March 2004.
It is also clear that the appellants were not prepared to delay the handing over
of the sites or the execution
of the work pending the receipt by the respondents
of the necessary information. In the event, the respondents took the risk of
launching
proceedings even before they were able to properly substantiate their
grounds of review. This they did in a supplementary affidavit
filed after
receipt of the information. Had the matter been
adjudicated when the review proceedings were launched
it would in all
probability still have been practicable to grant the respondents relief. Through
no fault of their own this is now
denied them. It is true that in the answering
affidavit filed on behalf of the appellants the point was taken that the matter
had
become academic, but the main thrust of their resistance to the relief
sought both in this court and in the court below was always
that the
respondents’ complaints had no substance. In the special circumstances of
the case it seems to me to be appropriate
for the appellants to be ordered to
pay the respondents’ costs both in this court and in the court
below.
[31] The following order is made:
(1) The appeal is upheld. The first and second appellants are however ordered to pay the costs of appeal of the first and second respondents.
(2) The order of the court a quo is set aside and the following is substituted in its place:
‘(i) The application is dismissed.
(ii) The first and second respondents are ordered to pay the costs of the first and second applicants.’
__________
D G SCOTT
JUDGE OF APPEAL
CONCUR:
CAMERON
JA
MTHIYANE JA
LEWIS JA
MAYA AJA