Republic v Public Procurement Administrative Review Board & Palona Enterprises General Supplies Limited Ex-parte University of Eldoret [2017] KEHC 4209 (KLR) | Public Procurement | Esheria

Republic v Public Procurement Administrative Review Board & Palona Enterprises General Supplies Limited Ex-parte University of Eldoret [2017] KEHC 4209 (KLR)

Full Case Text

REPUBLIC OF KENYA

IN THE HIGH COURT OF KENYA

AT NAIROBI

JUDICIAL REVIEW NO.  190  OF 2016

IN THE MATTER OF LAW REFORM ACT & ORDER 53 OF THE CIVIL  PROCEDURE  RULES

AND

IN THE MATTER OF THE PUBLIC  PROCUREMENT  AND  ASSET  DISPOSAL ACT

AND

IN THE MATTER OF AN APPLICATION  BY UNIVERSITY OF  ELDORET SEEKING  LEAVE TO COMMENCE  JUDICIAL REVIEW  PROCEEDINGS  FOR  ORDERS OF   CERTIORARI.

AND

IN THE MATTER  OF  TENDER  Q/UOE/15-16/ACADEMICS/088  FOR  PRINTING  OF  EXAMINATION   BOOKLETS

AND

IN THE MATTER OF A DECISION  AND  ORDER DATED  7TH APRIL, 2016   MADE  BY  THE  PUBLIC  PROCUREMENT ADMINISTRATIVE REVIEW BOARD

BETWEEN

REPUBLIC………………………………………..…….…........................………..APPLICANT

VERSUS

THE PUBLIC PROCUREMENT ADMINISTRATIVE REVIEW BOARD ....1ST RESPONDENT

PALONA ENTERPRISES & GENERAL SUPPLIES   LIMITED.................2ND RESPONDENT

EAST COAST PRINTERS LIMITED……..……........................................INTERESTED PARTY

AND

THE UNIVERSITY OF ELDORET……....…….................……..........…EXPARTE APPLICANT

JUDGMENT

1. By  a notice of motion  dated  5th  May  2016  and  filed  in court  on  6th May  2016,the  exparte  applicant the  University  of Eldoret  seeks from this court   Judicial Review  orders  pursuant   to the leave granted  on  24th  April 2016 by  Honourable Korir  J. The orders sought are that:

a. This Honourable court be pleased to grant an order  of  certiorari to remove into this  Honourable Court  and  quash  the entire  decision  of the Public  Procurement  Administrative   Review  Board, the  1st  respondent herein, delivered  on  7th  April,  2016, annulling the quotation number Q/UOE/15-16/ACADEMICS/088  for printing  of   examinations  booklets  awarded  to East Coast Printers, the  interested party, and  awarding  it to Palona  Enterprises  & General  Supplies Limited, the  2nd  respondent.

b. Costs of this  application be provided  for; and

c. Any other relief  that this Honourable Court  may deem just  and   fit to grant.

2. The application   is  predicated  on the grounds  on the face  of the application; supporting affidavit; statutory statement;  verifying  affidavit   and   annextures  thereto.

3. The exparte applicant is a  public  University   established   by Charter  granted  in 2013   in  accordance  with the Universities  Act, 2012 and  its  case  is  as  deposed by professor Pius  Kipkemboi  the then   Vice Chancellor, that  the University sent  out  invitations  for  prequalifications   of suppliers  and  service  providers through an  advertisement  in the Standard  Newspaper dated  4th April 2014   which  invited the interested  a competent  firms to submit their  applications for consideration for  supply   and  delivery   of goods and  services   for the period 2014/2015  and 2015/2016 financial years as shown by the newspaper  advertisement  annexed.

4. That the  2nd  respondent   made an  application  under  category  B  for UOE/PRE-Q/30/2014-16 for provision of general  printing,  lamination and  binding   services.

5. That   the  prequalifications  for the  financial year  2014-2016    was  opened  on  14th  April,  2014  at  11. 00 a.m.  at   the  Annex  Hall in  which  the  2nd  respondent  among   13  others    had  applied  in the category  for provision of general printing, lamination  and  binding   services, as  shown by  minutes  of the tender   opening  committee for that day.

6. That  on 28th  August  2014   a 10th special  tender  committee meeting   met  and  recommended  all  the   14   bidders  for prequalification in the  category  of provision   of  general  printing, lamination and  binding  services, including   the  2nd   respondent, who were unanimously   prequalified  as shown  by the  annexed   minutes.

7. That the procuring  entity  floated quotation  number Q/UOE/15-16/Academics/088  for  printing  of examination  booklets which   was done by  seeking  for  quotations  from 6  of the  prequalified  suppliers who had  been  prequalified  in the  sought  for  quotations   under prequalification  No.  UOE/PRE-Q/30/2014/2016 and which quotations were to reach the procuring entity  by 3rd  November  2015.

8. The  2nd  respondent   was  among  the  six  qualified   suppliers  who  were  invited  to submit   quotations  under   quotation No.  Q/UOE/15-16/Academics/088 for printing of examination booklets.

9. The quotation from the bidders were opened by the  procurement  committee  on  9th November  at   12. 000 noon  in the presence  of representatives  from most of the bidders  as shown  by copy  of  quotation  register exhibited.

10. That the  2nd  respondent  and  other bidders submitted their bids  including   samples  with  financial  quotations  of:

1. Flogin  EA  Ltd  shs  16. 00

2. Talent  Graphics shs  16. 50

3. Palona  Enterprises  shs  14. 40

4. East  Coast Printers shs  16. 00

5. The Print Experts  shs  16. 70

6. Dawin  Printing  & Stationers shs  16. 80

As shown  by copies of  quotations.

11. Thereafter,  the technical  evaluation   was  done  by  examining  the  quality  of the  paper,and the colour, upon  which  3  of the  bidders progressed having  been awarded marks  above  the  minimum  set   of  30  marks  namely:

1. Talent  Graphics

2. Palona  Enterprises ;and

3. East Coast Printers.

12. That the tender processing  committee  then  physically  visited  the facilities of the  bidders to evaluate their  capacity   to handle  the  job   at hand  before  financial  evaluation, which  visit   was  conducted on 14th December  2015  to the  3  remaining   bidders’  respective  business  places.

13. That  upon evaluation, the applicant/ 2nd  respondent  earned  the least marks of 20 due to the fact  that it   out sourced  machinery  and  so it  was  eliminated  leaving  the final bidders  as Talent   Graphic and  East Coast Printers.

14. That the  procuring  entity  then moved  to  financial  evaluation  whereupon East Coast Printers  emerged   the  lowest  evaluated bidder of  shs 16. 00  as compared to Talent  Graphic  of  shs  16. 50  hence  East Coast  Printers  was  awarded  the tender   as  shown by  minutes  of  17th December  2015  and  tender  committee  meeting  of  8th  February  2016.

15. That the  2nd  respondent  was  aggrieved   by the decision  of the tender committee  and  lodged  a  request  for  review  before  Public Procurement Administrative Review Board on 17th  March  2016.

16. That the hearing was conducted on 5thApril2016 and the decision of the review board rendered on 7th April 2016 annulling the award of quotation No.  UOE/PRE/Q/30/2014-16 for  printing  of examination  booklets  to Ms  East  Coast Printers Ltd and instead,  the   board  substituted  the  applicant’s  decision  and  awarded  the tender  to the  2nd  respondents and   directed  the  applicant to issue  a  letter of  notification  of  award  to the  2nd  respondent   on  or before  15th April   2016.

17. the exparte applicant laments that for the  a foregoing  reasons, the Review Board acted beyond its powers in awarding the tender to the  2nd respondent  and  went  outside its jurisdiction by not following the proper procurement  procedures as required  by law.

18. Further, it is averred that the 2nd respondent having failed at the technical evaluation stage could not move to the financial evaluation stage despite having quoted the lowest amount.

19. The applicant  complains  that the  1st  respondent  Review Board acted  outside   its  jurisdiction  in awarding   the  tender to the  2nd  respondent  despite  finding that  the tender  documents  were defective.  That the  1st  respondent  acted  irregularly  and  was  unfair  when it   introduced  a  new issue of visiting the bidders  premises  which  was not pleaded  by the  2nd  respondent  for  review  or before  the  Review Board for determination  and  which  issue  was  hinged upon in nullifying the tender award made by the  applicant.

20. Further, that the tender validity having lapsed the  1st respondent  Review Board could not purport to have the  power to award the  quotation  to the  2nd  respondent  as the same   would be  contra statute.  The exparte applicant also challenged the penalty of shs   250,000 costs against it.

21. On the whole, the applicant  challenged  the  1st  respondent’s   decision on the grounds  of  ultra vires, illegality, irrelevant consideration, unreasonableness/irrationality, bias  and  breach  of the  rules of natural  justice  and  procedural impropriety  and  prayed  that this  court  quashes  the  decision  of the Public  Procurement  Administrative Review Board.

22. The  application  was  opposed by the  2nd respondent  Palona  Enterprises & General Supplies Ltd through a replying  affidavit  sworn by Patricia Sawe, a  director of the  2nd  respondent  on  1st  July 2016.

23. In her  depositions, the deponent contends that  the notice of motion  is fatally defective  as it  wrongly cites  the  exparte applicant  as the  applicant  instead  of the  Republic  and  the exparte applicant under  the  title and  that even though  the  exparte  applicant   has  sought   to quash  the  decision  of the  1st  respondent  it has  failed to  annex  the  decision  it seeks  to  quash.

24. The deponent gives  the  history of   the  matter  just  as   was  given  by  the  exparte  applicant  and  states  that  after  the  tenders   were  opened  on 9th  November   2015   in the presence  of the tenderers  representatives, 4 months  lapsed  without  any response   until  29th  February  2016   when the  2nd  respondent   wrote to the applicant   inquiring  on what  transpired  and that  it   was after failing to get any response that it lodged an application for  review on 17th March  2016 with the 1st   respondent  and  a decision  made on  7th April  2016,  (as annexed) nullifying  the applicant’s  award to East Coast Printers Ltd.

25. It was contended that Section  173   of the Public  Procurement and  Asset Disposal Act, 2015  gives power to the 1st respondent  to annul  and  substitute  the decision  of the procuring  entity with its  own decision.

26. That the 1st respondent after perusing the  documents   submitted to  it by  the parties  held that  there was  no  requirement  for  due diligence after the technical  evaluation  ( as shown  by page  12  and  13  of the decision.

27 That by  the  time the  procuring  entity purported to conduct   the due  diligence  the technical  evaluation   had  already  been carried  out  and  the 2nd  interested  party had  emerged  with the  most responsive bid  moreso when  the tender document  did not require  that the  procuring  entity would conduct   a  due diligence after the  technical  evaluation  and  in  the  sense  the exparte applicant  was  using  irrelevant   considerations.

28. That the 2nd  respondents  bid  was  found  to be  responsive   at  all the preliminary, technical   and  financial   evaluation  stages hence the 1st  respondent  awarded  the  tender  to the  2nd respondent after considering  the  provisions of Section 89(4) of the Act which is clear that the lowest bidder is  awarded the tender after it has responded to the other  requirements under the tender documents.

29. It was contended that the 1st  respondent  is  empowered under Section  28  of the PPADA Act  to review  the tendering  process and thereafter  under Section 173 thereof to award  the tender whose validity  had  not lapsed  and  that the  delay in communicating  the results  of the tendering  process  was deliberate  to deny  the   2nd  respondent   an  opportunity  to  challenge   the  Review  Board’s decision.

30. It was further contended that during  the  review, the  exparte  applicant  admitted  that  it  did  not communicate  its  decision  of the purported winner   or the  other  bidders   and  that the  applicant  having  failed to obey  orders of the  1st respondent, which is in violation of section  175(6)  of the Act, it does not deserve to be  heard  by this court.

31. The  2nd  respondent denied that the 1strespondent  took into consideration  any  irrelevant  matters in making  its decision  and  that therefore this application seeks the court to determine the merits of the  decision  of the 1st respondent  as the issues  presented   are not within the  province  of Judicial Review.

32. According to the 2nd respondent, after the decision by the 1st respondent, the 2nd   respondent learnt that infact the exparte applicant had clandestinely  already  awarded the tender  to  a  third party  Flogin  East Africa  Ltd even though  at the hearing  the exparte applicant   informed the  1st  respondent   that East Coast Printers had won the tender without  communicating  to the  winner  thereof as shown by  annexture  PS5  and  PS6 copies of  Local Purchase  Order No.  P.O. 0812   dated  31st  March  2016 and  invoice No. 1367  dated  18th  May  2016   by the  said   3rd  party.

33. That therefore  the  exparte  applicant  is  guilty  of material   non disclosure  and  seeks  to sanitize   its   action through the court and hence its actions  are  tainted  with malafides therefore the motion should be dismissed.

34. The  1st respondent Public Procurement  Administrative Review Board also filed a  replying  affidavit  sworn by  Henock K. Kirungu,  the  1st  respondent’s   Secretary  on 21st  June  2016   opposing  the  exparte  applicant’s  application for  Judicial Review  orders.

35. The 1st respondent contends  that on 17th March 2016 it  received  the  2nd  respondent’s request  for review challenging the  award  of  tender  No.  UOE/PRE-Q/28/2015-2016 for prequalification for provision of printing   services.  That the  review was  heard on  5th April 2016 and after considering  all the material placed before it, the  Board delivered its  decision  on  7th  April 2016,  awarding the tender  to the  2nd  respondent   pursuant  to Section  173  of the Public Procurement  and  Asset  Disposal Act,  2015.

36. That in making   its  decision, the  1st respondent  noted that   the  2nd  respondent   had  been  disqualified   by the applicant  owing to a due diligence  that  was  carried out after  technical evaluation, which was not a criteria for the evaluation of the  tenders/quotation contained in the tender documents.

37. Further, that  the  applicant  even  when called  upon  to point  out  the  source  of the criteria  for  carrying  out  due  diligence   after  technical   evaluation  had been  concluded, counsel for the  procuring  entity  could not point  out to the  Board  the  source of the  said  criteria.

38. It was further claimed by the review Board that the 1st  respondent  considered   the entire tender  process and  not just the  financial  aspect  of  it  before arriving  at  its decision.

39. That in in any event, there  is no  insinuation   in  the  1st  respondent’s   decision that the  tender  documents   were defective   and  neither  is the  alleged defect   disclosed or  identified by the  exparte applicant.

40. That the  exparte applicant  could  not establish  any  criteria  in the  tender documents  where the tender processing committee  was  mandated to carry out  what  the applicant  called due  diligence  after technical evaluation.

41. That  in any event, due  diligence ought  to have  been carried  out  at the  prequalification stage  and  not  after  the  technical   evaluation  stage  had  been done.

42. That the applicant has not demonstrated any grounds  to  warrant  the grant  of  Judicial Review remedies  sought  and  that the applicant  is challenging  the merits  of the decision  of the  1st  respondent although disguised as  a Judicial Review  application which ought to  challenge  the  procedure  of  arriving  at  a decision.  The  1st respondent  urged the court  to  dismiss the  exparte  applicant’s  application  with costs  to the  respondents.

43. The  exparte  applicant   sought  and  obtained  leave of court to  file a  further   affidavit   which further  affidavit    was  filed on 6th September  2016 and  was  sworn by  Professor  Pius  Kipkemboi  on  6th  September, 2016  annexing  the decision  of the   1st  respondent Review Board.

44. All the parties’  advocates agreed  and  filed written  submissions  and authorities  to fortress  their respective positions  and  which  submissions  were highlighted  orally  on  7th September  2016.

45. In his brief  submissions  that  mirrored the  written  submissions  dated 5th May 2016,  the  exparte applicant’s  counsel  Mr  Wanjala  submitted  that the respondent’s decision  was  ultra vires, illegal, irrational and  laced  with  procedural   impropriety   and that  the  decision  took  into account   irrelevant  matters.

46. That the Review Board raised a further ground which was not pleaded and which was a criteria called “due diligence.”  It   was submitted that parties were not notified to raise such an  issue or criteria.

47. Further,  it was  submitted  that it  was erroneous  for the Review Board to hold that “ due diligence”  was  part  of the  criteria  yet  that  ought  to have been part  of  the  technical  evaluation.

48. According to Mr Wanjala, the Review Board had no jurisdiction to award the tender.  That the Board could only have  investigated  and quashed  an award  and  instructed  for  fresh   tendering  but not   to award the  tender  hence, its decision   was  illegal.  Several  decision  were  relied  on  including JGH  Marine T/A  Western Marine  Services   Ltd  (NPC  North  East  Refining & Chemical Engineering Company Ltd/Pride  Enterprises  v Public  Procurement  Administrative  Review  Board  &  2  Others [2015] e KLRto buttress this point.

49. On  the  submission  that the Review  Board  had  no  jurisdiction to  award   a tender  to an   unsuccessful  bidder  based   on a criteria  not  in the tender  documents  reliance   was  placed   on  the JGH  Marine case; and  Republic vs Public Procurement  Administrative Review Board &  2  Others Exparte  Akamai Creative Ltd &Republic vs Public Procurement Administrative Review Board & 3  Others  Exparte  Olive  Telecommunications  PVT  Ltd.

50. On the  submissions  that the decision of  the  Review Board   was  illegal,  it  was  submitted  that  Regulation  59 made under the repealed PPADA restricts procurement  on  quotation to a minimum   of  shs  1 million  but that  in this case  the  2nd  respondent  quoted  shs  14   making  the sum to  shs  7  million  which  renders the  award   illegal.

51. The  applicant  further  submitted that the  award  was  made  with  procedural  impropriety   hence  ultra vires in  that  the  award  was  made  to  a  bidder  who did  not  achieve   the  highest   combined  technical  and  financial  scores.  Reliance   was placed on  Attorney  General  V Ryan  [1980]  AC  718  at  730.

52. It  was  further  submitted that  the  decision of the Board  was  not  proportionally  made, was made in bad  faith  abused the power  and  took  into account  irrelevant considerations  and  acted  contrary  to legitimate  expectations  of   the  applicant.  That  the  1st  respondent  held the  incorrect  assumption  that the visiting  of the  premises of the bidders   was not part  of the technical  evaluation  and  that this  was  a new  and  foreign  criteria  introduced  into the  quotation  process.  That this was erroneous and contrary to the procurement practice.

53. In addition, it  was  submitted  that  the  1st respondent  failed to  proportionately  test  when it  made   a  finding of nullity  due  to the  evaluation  process  yet  proceeded to make  an  award of the  quotation to the  2nd  respondent  by basing   its  decision  on the  said  irregular  process   and  criteria.

54. Further, that the tender made to the  2nd respondent  was made  outside the tender  validity  period  contrary  to Section  67(1) of the Public Procurement and Disposal Act (repealed) hence the  same   was  illegal null and  void.

55. The applicants’ application, counsel prayed for the orders sought in the Notice of Motion.

56. In  opposition to the applicant’s  application, the Miss Maina  counsel for the 1st respondent Review Board relied   on the  replying  affidavit of  Henock  Kirungu  and  written submissions  filed  on   23rd  June  2016.

57. On the  issue  of  whether  the  Review  Board had  jurisdiction  to award  the tender, it  was submitted  that  such jurisdiction  was  derived  from Section 173(c ) of the  PPADA, 2015, which  empowers   the  Review Board  to substitute   the decision  of the Review Board for the decision for the Procurement  Entity(PE).  It was further submitted that nowhere in the decision did the Review Board find that the tender documents   were defective.  That the words allegedly read into the tender documents have not been shown.

58. It  was also  submitted that there was no notification  of any bidder  of the  outcome of the tenders  hence  a party  who had  not been notified  could  not be   enjoined.

59. On  irrelevant   considerations,  it  was submitted  that  nowhere  was   the  decision  based  on  prequalifications  reserved  for the youth, women  and  PLWD’s,  contrary  to the advertisement.

60. It was further submitted that the 1st respondent made its decision based on the procedure for issuing tenders with the quotation method.

61. Further, that the issue of the limit was never raised in the pleadings.  It was also submitted that the  alleged  criteria  of “due  diligence: arose  out  of the tender  documents  hence it   was  an issue  within the  applicant’s  knowledge, and  that the  applicant  did not request  for  time  to  respond to the  issue of  due  diligence.

62. Miss  Maina  submitted that  the  application    was not  merited  and sought  for  its  dismissal  with costs to the  1st  respondent.  She  relied  on several decisions to wit:  Republic  vs  Kenya  Power and  Lighting  Company  Ltd   & Another  [2013] e KLR  to fortify  her submissions  that it   is not enough for an applicant in  Judicial Review  proceedings  to claim  that  a  tribunal  has acted  illegally, unreasonably or in breach of the  rules of  natural  justice.  The actual sins of  a  tribunal   must be    exhibited  for  Judicial Review   remedies  to be granted.

63. On whether the 1st respondent acted unreasonably and  irrationally while  making  the  impugned  decision, Miss Maina  submitted that  the decision of the 1st respondent  did not  pronounce on any  of the issues   enumerated  under the ground  of unreasonableness  and  irrationality. Therefore, it  was  submitted that the  allegation is false on the part  of the applicant.

64. On the issue  of costs, it  was  submitted that   the  1st respondent  had  power to award it  under Section  173(d)  of the Act.

65. On the test of  unreasonableness, the   case  of Council of  Civil Service   Unions  V  Minister   for  the Civil Service [1984]  3  ALL ER  935  was cited, citing Associated  Provincial Picture  Housed  Ltd  v Wednesbury  Corporation  [1948] 1 K.B.  223that irrationality applied to a decision which is so outrageous  in its  defiance of logic or of  accepted  moral standards  that  no sensible person who  had applied  his mind  to the  question   to be   decided  could have  arrived  at  it  and  that whether the decision  falls within this category  is a question that judges  by their  training  and  experience  should  be  well  equipped  to answer, or else   there would  be  something   badly  wrong with  our  judicial system.

66. Further reliance  was  placed on Rahab Wanjiru  Njuguna  Vs  Inspector  General  of  Police & Another  [2013]  on the test  of unreasonableness.

67. On the issue  of whether  the  1st  respondent  was  in breach  of the rules of natural  justice,  it  was submitted that  as the  1st  respondent  never notified  any of the  bidders  in the subject   tender  the  outcome  of their  tenders, there  was no notification and  so  the  1st respondent  could not  enjoin a  party who  had not been notified  as  being a  successful  bidder  as  espoused  in Section  170  of the Act  on who  should be  the  parties  to the review.  That page  9  of the  decision dated  7th April  2016  was  clear that  the  Review  Board observed that there  was no copies  of letters of notification  provided  to the Board  by the procuring  entity  in relation to the  procurement  and  went  further  to find  at  page 10  that  the request  for  review  was  premature and that the procuring entity  did not  explain  why it  never notified  the  applicant  and other bidders of the outcome of their  tenders, in accordance  with the law.

68. On whether the 1st respondent considered irrelevant  considerations when  making  its  decision, it  was  submitted  that the  1st respondent  never  based  its decision  on the fact that   the  2nd  respondent  made its   application   for  review  with a view  that the prequalifications   was  reserved  for  youth, women and persons with disability contrary to the  advertisement and that  again this is another deliberate  falsehood  on the part  of the  applicant  because  the  decision  speaks   for  itself.

69. It  was further submitted that the 1st respondent made its  decision based on the provisions of Section 89(4) of the  repealed  Act which  provides that  the  successful quotation shall be the quotation with the lowest price that meets the  requirements   set out in the request  for  quotation.

70. On whether  there  was  procedural  impropriety  on the  part  of the  1st  respondent  in  making  its  decision,  it  was  submitted that the  1st  respondent’s  decision   was  based on arguments   made  before  it and  pleadings  as  filed by  respective  parties   and the tender documents submitted  before it; and   that it never  introduced  any new  issue of  visiting  the   bidders premises  as that  is an issue that  arose from the tender documents  presented   by the applicant hence the  complaint   that it   was not  allocated  time  or  opportunity  to sufficiently  respond to  that  issue   does not   lie as  it never requested  for that  opportunity.

71. On whether these   proceedings  are   properly  instituted  before the court, it   was  submitted that the proceedings   herein are   wrongly   instituted  in court   as they are not   brought  in the  name of the  Republic but  in the  name  of the person  aggrieved  by the  decision, contrary  to the  judicial  decisions  in Farmers Bus  Services  &  Others Vs  Transport  Licencing  Appeal Tribunal [1959] EA  779and Rahab Wanjiru  Njuguna  v  Inspector General & Another[2013]e KLR.

72. It was  submitted   in conclusion  that the application  is unmerited  and hence  the court should dismiss  it  with  costs to the  1st  respondent.  Reliance   was  placed  on Kenya Pipeline  Company  Ltd V  Hyosung  Ebara  Company  Ltd  & 2 Others  [2012]  e  KLR where  the  Court of Appeal held that the  judicial  review  could not lie because the application was not confined to the  decision   making  process  but rather  with the correctness  of the  decision  on matters  of  both law  and  fact.

73. Further, that  so long  as the proceedings  of the Review  Board  were regular  and  the Board  had  jurisdiction  to adjudicate  upon the matters  raised in the  request  for  review, the Board  was  as  much entitled  to decide  those matters  wrongly  as  it   was  to decide  them  rightly.

74. The  2nd  respondent  PALONA  ENTERPRISES & GENERAL SUPPLIES   LIMITEDfiled written  submissions  on 20th  July  2016  and  its  counsel   Mr Kiarie   made brief  highlights  while  fully adopting the submissions by Miss Maina for the 1st  respondent  and  relying  on its  replying  affidavit  sworn  by Patricia  Sawe while maintaining  that  there   was no pleading   of whether  the tender    was  in excess  of what is  allowed.

75. Further, that the  1st  respondent’s  decision  never  found that  the  tender   was  defective   but that  it  was  clearly  stated that  the   tender   was  being  allowed  in favour  of  the lowest  bidder  which the  interested  party  had  not  been.

76. That the applicant should have applied for more time   to make responses on the issue of due diligence. Reliance    was  placed  to the  case of   R. v PPARB & 3 others EXPARTE Olive Telecommunications,PVT Limited [2014]eKLR,among other cases. Mr  Kiarie   urged  the court  to dismiss   the  application with  costs because  the  Review Board  legally  awarded  the  tender to the  lowest bidder.

77. In a rejoinder, Mr Wanjala counsel for the exparte applicant submitted that the question   of the limit is an issue of   law hence it should   have come out. Further, that   Regulation 59(1)  is clear  on the thresholds  on the quotation  method  under the First   Schedule   and  that issues   of law  can be  raised  at any time   in the  proceedings. Further, that  Section 173  of the  Act  does not  allow the  Review Board   to substitute  a  decision  and  if it  does, then the same  is bad  in law  and  unconstitutional  and  inapplicable. Further, that Article 47 of the Constitution   on the right to fair administrative action is interfered with. Further, that the decision was ultra vires because there was   no criteria for preliminary investigations in the tender documents.

78. In addition, it was submitted that the right to a fair hearing is not pegged on the notification of the award   hence the Board should have ensured that all parties affected   are issued with notices.

DETERMINATION

79. I have carefully considered the exparte applicant’s case and the responses   by the respondents and their respective advocates’ submissions and authorities relied on.  Several questions  flow from he  said  submissions  but the  main  issue is whether  the applicant  is entitled  to the  Judicial Review  orders  sought.

80. In answering the above sole issue, the court will endeavour to resolve several ancillary questions.

81. The short  story to  these proceedings  is that the  applicant THE UNIVERSITY  OF ELDORET is the procuring  entity(PE) and  was   the  respondent  in request for  review No. 19/2016  of  17th March  2016  wherein  Palona  Enterprises & General Supplies Ltd was the applicant challenging   the  Procuring  entity’s decision  relating  to tender No.OUE/PRE-Q/30/2015-2016 for prequalification for  provision of  printing  services.

82. The applicant  in the  request for review   proceedings  had been  disqualified  at the technical  evaluation  stage after   the  site  visit ( due diligence)  revealed  that it did not  own the  machines  for the work tendered for but that it out sourced and  so at the  technical evaluation  stage,  it  scored 20. 35  marks and  it  was found to be  non  responsive  despite having  quoted  the  least  sum of   shs  14. 40 as opposed to the  interested party herein  who quoted  shs  16. 000 ; while  others quoted   between shs  16. 50  -16. 70.

83. Only   two firms, the interested party   herein  East  Cost Printers  and  Talent Graphic  who quoted  shs 16. 00 and  shs 16. 50   respectively were found   to be  responsive   after due   diligence  evaluation of the  bidders and  because the  interested  party  was   the  lowest, the    committee awarded  it   the tender.  It is  that  award that  prompted  the  2nd  respondent  to  challenge   the  decision  of the tender committee  before  the Review Board  seeking principally, that the Board annuls   the whole   decision  of the  tender  committee  of the Procuring  Entity;   it  awards  the  tender to the  2nd respondent  costs  and  any other  relief.

84. Among the grounds  for  review  were that the  public  entity   did not notify the 2ndrespondent of the outcome of its   tender/quotation and  or providing it  with reasons  why  its tender   had  not  been successful as  required  by Section  67   of the Act, 2005   and   Regulation 66  of the  Regulations,  2006.  It   was  contended    that  failure to  notify Palona  Enterprises  of the outcome  of the  bids  was  prejudicial   to it  and  intended to deny  it the right to challenge  the decision  of the procuring  entity.

85. The Procuring Entity’s response was that the review was premature because none of the tenderers had been notified of the outcome   of their tenders.

86. The Review Board  found that the  evaluation process was  completed  4  months prior to filing  of the  request  for  review  yet no  letters  of  notification  had  been  issued  to the  successful  and  unsuccessful  bidders.  Accordingly, the Review Board found that the Procuring entity had contravened Section 67 of the Act, 2005 and Regulation   66 of the 2006 Regulations made under the Act.

87. This court   must therefore determine the question of whether the decision of the Review Board was in order on the Procuring Entity’s failure to   notify the tenderers   of the outcome   of the bids.

88. The applicant  Procuring  Entity  does not   deny this   fact of failing  to  notify  tenderers    4  months  after  the  process   was  completed  and neither does it  give any reasons  for  failure  to notify  the  tenderers  of the outcome of the tender process.

89. Notification of tenderers of the outcome  of the tender   process is a statutory   requirement   as espoused   in Section 67 of the Act as complemented by Regulation 66 of the 2006   Regulations.

90. In  Republic   V  Chief   Constable  of North Wales  Exparte  Evans [1982]  UK HL  10  it   was held that  Judicial Review  is  available to prevent excessive exercise of power by administrative bodies  or  officials, to ensure  that an   individual  is given  fair treatment  by administrative  authorities to keep  administrative   excesses  in check, and  to provide  remedy to those  aggrieved  as a result  of excessive   exercise  of power   by administrative  bodies.   It is   therefore upon the judge to identify   the malady and issue the necessary cure.

91. The remedy of Judicial Review is nonetheless limited  to illegality, irrationality/unreasonableness and procedural impropriety  or breach of  rules of  natural justice  ( see  Pastoli  V Kabale District Local Government Council  & Others   [2008]  2  EA  300.

92. In my  humble view, the  Review  Board  had  jurisdiction to entertain the  request  for  review   and make   a  determination on non  notification of the outcome  of the tender  process. Notification of the tenderer   under the  aforestated  provisions  is intended to enable   a  tenderer  to among  other things, the reasons  and  to decide  depending  on the reasons  given,  whether to  challenge  the  Procuring  Entity’s  decision or not. The Procuring Entity   did not have any discretion to notify or not to notify the tenderers of the outcome of the tender   process.

93. Accordingly,  I find that the Review Board  did not  act  outside  its  jurisdiction in finding  as  it  did that  every  bidder  is by law entitled to know the  eventual   outcome  of  such  a process.

94.  The Review Board was also  confronted with grounds 6,7,8,9,10 that the Procuring Entity  breached the law when  it  failed to  declare the  applicant’s    tender  as  the  lowest  evaluated  tender  at  a price of  shs  14. 40 for    500,000  pieces  of  the  examination  booklets  @  shs 7,200,000 in total and  instead evaluated  the  tender  wrongly and  awarded  to the  2nd   respondent’s   competitor’s   whose   evaluated   price  was   shs  16. 50  for  500,000  pieces  of  exams booklets  @  8,250,000, resulting  in the loss  of  shs  1,050,000  of the tax  payer’s  money.

95. However, the Procuring  Entity was  categorical  that  evaluation  of tenders was  a process which  was not restricted to the financial  evaluation alone  but to the technical evaluation   as  well and that therefore   the  2nd  respondent  having  failed to  be  responsive   to the technical evaluation, its  quotation  being the   lowest in financial terms was immaterial.

96.  The Review Board after  examining the  tender  documents found that the  Procuring  Entity (Tender  Processing  Committee)  was not mandated to carry out  due diligences  after technical  evaluation  which  was  not  a criteria  for the  evaluation of tenders/quotations hence the Procuring Entity   was  in  breach of   Section  66 (2)  of the Act   which  expressly  prohibits a  procuring  entity  from evaluating tenders  using  procedures  and  criteria  other than the procedures  and   criteria  set  out   in the tender  document.

97. In allowing  that ground  for  review,  the  Review Board  proceeded  to annul  the  award  of the material tender  to the interested  party herein and  substituted  the  Procuring  Entity’s    decision  and  awarded    the  said  tender to the  2nd  respondent  and  directed the Procuring Entity to issue a  letter of notification  of  award  to the applicant  ( 2nd respondent  on or before   15th April  2016.

98. According to the Procuring Entity (applicant)herein, the  Review  Board  had no power  to award  a  tender to the  2nd  respondent  and  that by doing  so, it  acted in excess  and  without   jurisdiction.

99. Article  227  of the Constitution  is clear  that  when  a  state  organ   or any  public  entity  contracts  for  goods  or services, it shall do so in accordance with a system  that is  fair,  equitable, transparent, competitive, and  cost-effective. In  Republic  vs  Public Procurement Administrative  Review  Board  Exparte Selex  Sistemi   Integrati [2008]  KLR  728Nyamu J stated inter alia; on the purpose  of public  procurement law:

“ …….to  maximize   economy  and  efficiency  as  well as  to  increase  public confidence  in those  procedures.  The intention of efficiency is noble and must be appreciated if the development   agenda is to be achieved.  The said Act   also has  other objectives   namely, to promote  the  integrity and  fairness   of  the procurement   procedures  and  to increase  transparency  and  accountability.  Fairness, transparency and accountability are core values of a modern   society like Kenya.  They are equally important and may not be sacrificed at the altar of finality.  The court  must look into  each and   every case  and  its  circumstances   and  balance  the public interest with  that of  a  dissatisfied  applicant.”

100. The  question that I must answer is whether   the “due diligence” criteria  under the technical  evaluation was  an additional   criteria  which  was  not  provided  for  in the  tender   documents.

101At  page 2 and  3   of  6   of the  evaluation  committee’s  report, it  is clear  that  the  2nd respondent   was  cleared   to proceed  for  technical  evaluation  together with  the  interested party  and Talent  Graphic.  However,  before the  technical  evaluation   report could be prepared, the committee agreed  that due   diligence  criteria  be  undertaken   for  machinery, clientele  and  duration of business.

102. All  the  three evaluated  tenderers were responsive   on clientele   and  duration in business  but the  2nd respondent  was non responsive on the machinery  aspect  that it  outsourced  unlike  its  two competitors who owned  the machinery  hence it  earned  5  marks  out  of  20 for  company  owned   and  10  for leased   with   agreement.

103. For the court  to find that there  was  an additional  criteria   created  by the Procuring  Entity  which criteria  was not  part of the  tender documents  supplied to the  tenderers, it must  have  a look at the said tender   documents, examine  them and  establish  whether, indeed, the so called additional criteria  of due  diligence was not part  of the  tender  documents and that it    was a criteria   that  was  introduced  at the technical   evaluation  stage thereby   prejudicing   the  2nd  respondent.

104. In this  case,  I have  examined the  annextures  to the  verifying  and  supporting  affidavits  and  I have not  come  across  any tender  documents.  What is annexed to the affidavits and heavily submitted on are minutes of the tender committee and the evaluation committee.

105. In the said  minutes, there is   nothing to  show that  in carrying  out  due  diligence   by visiting  the  premises  of the  last three  responsive  tenderers, the Procuring  Entity was doing  so by  introducing  an additional   criteria  thereby   breaching   Section  66  of the Act (repealed).

106. Public Procurement  process,  according to  Article 227  of the Constitution, and the objects   and  purposes of the Public Procurement  and  Asset Disposal  Legislation, is not   just  an issue   of  value  for  money, but  that the  whole process must inspire confidence and there must  be  transparency  and  accountability, not  just on the  part of the Procuring  Entity  but also on the  part of the bidders.

107. Therefore, by the evaluation  committee  agreeing   to physically   visit the facilities  of the  3  companies  to ascertain  or evaluate their capability to handle the job at hand before financial evaluation, in my humble view, was an appropriate way of  ensuring  that tenderers  do not just quote  the  lowest  values   and  get  tenders which they  cannot  handle  or  perform.

108. In my humble   view,  there must  be  in every tender  document, an implied   criteria  for  due diligence  without which   there can   never  be  an efficient, transparent  and  or   accountable  public   procurement   process.  Tenderers  would be  quoting  the lowest    figures   and  once  awarded  the tenders, then they  would be  unable to   perform   or  implement  public  projects, thereby   swindling  the  tax  payer  of the much hard earned  tax  and  rendering  the  whole process  a  waste  of   valuable  time and  financial resources.

109. I would,  therefore,  without hesitation find that the  due diligence complained of  is not an additional  criteria  but is an  implied   criteria  in every  tender   document, and that the Procuring  Entity is under  a public duty to carry  out due diligence and  satisfy itself   that the responsive bidders at the technical  evaluation  stage  are  capable  of  implementing   the  projects   before considering the financial aspect for the bidders.

110. In other words, all bidders in all public contracts  should expect   that they would be evaluated on their capability to implement the projects, notwithstanding their low value bids.

111. It is for that reason that Section 83 of the 2015   Act stipulates that an  evaluation Committee  may,  after the tender    evaluation, but   prior  to the  award  of the  tender, conduct   due diligence and  present  the  report  in writing to confirm  and  verify  the  qualifications  of the tenderers   who submitted  the lowest  evaluated   responsive  tender  to be  awarded  the  contract in  accordance with  the  Act. The conduct  of due diligence  under Subsection (1) of section 83 of the Act may  include  obtaining  confidential  references   from  persons  with  whom the  tenderer  has  had  prior   engagement.

112. In the end,  I find that  the due diligence   conducted by the Procuring Entity   before  recommending  the  award   of the tender  to the lowest  evaluated   tenderer  who had  passed  the technical  evaluation  stage,  being the  interested party, was not   an  irregular  undertaking  and  neither  was   due  diligence   an  additional  criteria   that  was  introduced  by the evaluation committee, but  a legal  requirement.

113. Having  said that, the next question is whether  the  1st  respondent   Review Board   had the  power to nullify the  award of the tender committee  and to award the  tender to the  interested party  who, despite  failing in the due  diligence  test, had  the lowest   financial  quotation.

114. According to the applicant, the Review Board had no power to annul the award and to make the award itself.  That it should have referred back the matter to the evaluation committee.

115. On the other hand, the respondents  strongly  argued  that  the  1st respondent  Review Board had the power to award the tender to the interested  party pursuant  to Section  173  of the Public Procurement and Asset Disposal  Act.

116. First and foremost, it must be noted that the  Public Procurement and Asset Disposal Act that was in force at  the  time of  the tendering  process   subject  of these  proceedings was  the  2006  Act, as  the  prequalification notices were issued on 4th April  2014   and  tender openings, done on  14th April  2014. The evaluation  of the tenders  by the tender processing  committee  was  done  on 25th November  2015   which  was   still in the old  Act  of  2005.  The whole process   was completed on 25th January 2016    when the minutes   were signed.

117. However, the  Procuring  Entity   did not   notify  the tenderers   of the outcome of the tender process  and this is  what  prompted  the  2nd  respondent  to lodge   a  request  for  review  in March 2016. This is after  being “reliably  informed”  that the   decision of the  tender  committee   was made  on or about  11th March  2016   as there  was  no formal  notification of the outcome  of the process, necessitating counsel  for the  2nd   respondent  to write  a letter  to the Procuring  Entity  on 29th  February 2016 to the applicant(Procuring Entity) herein demanding for an explanation.

118. No  doubt, the procurement  proceedings  before  the Review Board   were commenced   in March  2016   and  the decision  of the Review  Board was  rendered  on  7th April  2016.  The 2015 Act came into force on 7th January 2016.  It therefore   follows that the applicable law is the 2015 law and not the 2006 law.  I am fortified   by Schedule  3 of the  transitional  provision under  Section  1  of the  said  Schedule   to the new Act which  stipulates: “procurement proceedings commenced before the commencement date of this Act shall be continued in accordance   with the law applicable before commencement date of this Act.

119. Reverting back to the  question  of whether  the Review Board   had  jurisdiction  to award  the  tender to the   2nd  respondent, the applicable  law is  Section  173  of the  2015  Act  which  provides that:

“Upon completing the Review, the Review Board   may do any one of the following:

a) Annul  anything  the  accounting officer   of  a procuring  entity has done in the procurement of disposal  proceedings  in their  entirety;

b) Give  directions to the accounting  officer of a Procuring Entity  with respect to anything to be done or redone in the procurement  or  disposal  proceedings;

c) Substitute  the  decisionof the Review Board  for any decision   of the accounting officer of a procuring entity in the procurement   or disposal  proceedings;

d) Order the payment of costs  as  between parties   to the  review in accordance  with  the scale   as  prescribed   and

e) Order terminationof the procurement process and commencement   of a new procurement   process.

120. In this case, the Review Board maintains  that it had jurisdiction to annul  the tender  awarded  to the  interested party  and  to substitute its  decision with  the decision of the  accounting officer of the Procuring  Entity as  stipulated  in Section  173 of the Act above  cited.

121. In Republic  vs  Public Procurement Administrative Review  Board & 2 Others  Exparte  Numerical Machining  Complex Ltd,  the court observed  that the provisions  of the  then Section  98(c )  of the  2006  Act, similar to Section  173(c)  of the  2015 Act cannot  be  read  in isolation  to the other provisions  of the Act and that  the  power to substitute  the decision  of the Procuring  Entity cannot be  unlimited.  It must be exercised lawfully.  That power can only be exercised with respect to what the Procuring Entity was lawfully permitted to undertake   both substantively and procedurally.

122. In this case, the Review  Board annulled   the  tender  committee’s  decision   of awarding   the  tender to the  interested  party and  proceeded  to award the  tender to the  2nd  respondent  because the 2nd  respondent   had the  lowest financial  quotation and  moreso, that the procuring  entity used  an additional  criteria  of due diligence  in eliminating   the  2nd  respondent  at the technical   evaluation stage.

123. In Republic vs Public Procurement Administrative Review  Board & 2 Others  Exparte  Numerical Machining  Complex Ltd  at paragraph 136,the learned  Odunga J  quoted  as  follows:

“The effect  of compelling  the applicant to award  the  tender to the  interested  party  was  to compel  the  applicant  to ignore  the  aforesaid  provisions.  The 1st respondent, in my view, had no power to compel the applicant to act unlawfully.  By so doing it clearly exceeded its jurisdiction.  It could only issue such directions and make decisions that the applicant   itself   was lawfully permitted to issue or   make.  Therefore, where the  law exhaustively  provides  for the  jurisdiction  of a body  or authority, the body  or authority   must operate  within those  limits  and  ought  not to  expand  its  jurisdiction  through  administrative  craft  or innovation.  The courts would be no rubber stamp of the decision of administrative bodies.  However, if Parliament gives great powers to them, the courts must allow them to it.  The courts must nevertheless be vigilant to see that   the said bodies exercise those powers in accordance   with the law.  The  administrative  bodies  and  tribunals s or  boards  must act  within their  lawful  authority   and  an act,  whether it   be  of judicial,  quasi judicial or  administrative  nature, is subject  to the review  of the courts   in certain grounds. The  tribunal  or boards  must act in good  faith, extraneous  considerations  ought  not to  influence  its actions;  and  it must not  misdirect  itself  in fact or law.

In my view, it is  unlawful for the board  to adopt  a  procedure  by which the  provisions  of the   tender  documents   are by passed  in the award if the  tender.  Where the boards   awards the tender  in disregard  of the provisions of the tender document   the  court would not  hesitate  to quash  such  a  decision   since  Section 66   of the  repealed  tender shall  be the tender   with the lowest  evaluated  price.

The board  cannot in such  circumstances  justify  its  actions by  reference to Section 98  of the repealed  Act  since  it ought  not in effect  substitute  itself  for the procuring  entity in matters  where the  entity   has  addressed itself  on.”

124. In the  above  cited  decision, the Board  directed  the Procuring  Entity  to award  the  tender   to one of the  bidders.

125. However, in the present   case, the Board awarded the tender to the   2nd respondent   in its final   order No.  (b)  Which states;

“(b)  The Board  hereby  substitutes  the  Procuring  Entity’s  decision and  awards  the  said tender   to the applicant  M/S   Palona  Enterprises  and General  Supplies  Limited  and  directs  the  Procuring  Entity   to issue  a  letter of notification of  award to the  applicant  on or before  15th April   2016. ”

126. From the minutes of  the  Tender Preparation Committee TPC - evaluation  meeting held  on 25th November   2015  that deliberated  on the subject   tender, the evaluation  committee  recommended  the  interested party  East Coast  Printers, to be  awarded the tender  for the  supply of the  16  page  examination   booklet   quotation No.  Q/UOE/15-16/ACADEMICS/088 at their  quoted  price of Kenya  Shillings   sixteen(16)  per  booklet, that being  the  lowest  evaluated  price of the  bid.”

127. The  tender  committee  did subsequently on 18th February  2016   approve  the  recommendations  and   awarded  the tender to  the  interested  party East  Coast  Printers  Ltd.

128. The evaluation committee is mandated under the Act   to carry out   evaluation of tenders, prepare and sign and  recommend to the tender committee to make the award.  The evaluation report (see Section 83 (3) of the Act and submit to the tender committee the evaluation report with recommendations.  Recommendations of the evaluation committee must be acted upon before a tender is awarded.

129. In the instant case, it is clear that the tender was awarded  following the recommendations by the evaluation committee.  It therefore  follows that  the  Review Board  in awarding  the  tender to the 2nd  respondent   converted  itself   into the Procuring  Entity’s  Tender Committee and  proceeded to award the tender to the tenderer  that the Board believed     was the most  qualified  tenderer.

130. In Jelt  Marine  A/S  Western  Marine   Services  Ltd  ( NPC  North East Refining  & Chemical  Engineering  Company  Ltd  /Pride  Enterprises vs  Public  Procurement  Administrative Review Board   & 2  Others  [2015]  e KLR  the court    was  emphatic   that  inter alia:

“……..when the Review Board   decides that  it can ignore  the express  provisions  of  a tender  document  and  goes  ahead   to award  the tender to another  bidder, it  crosses  its statutory  boundaries  and  in such circumstances. It is said that it has acted outside jurisdiction.  Those who approach the Review Board must be sure of its parameters. The power bestowed upon the Review Board   does not include authority to act outside the law.  Such power can only be valid if it exercised for legitimate purposes.  In the instant case, the Review Board   exceeded its authority by purporting to read its own words in the tender documents.”

131. Similarly in Republic vs Public  Procurement  Administrative Review Board & 2 Others exparte Olive  Telecommunications  PVT  Limited  [2014]  e KLR, the court  appreciated  that:

“whereas  we  appreciate  that the  Board’s  latitude  in applications for review is  wide, such latitude  ought not to be  expanded  to such an  extent  that it renders  the idea conceived  by the  Procuring  Entity  totally useless.  In providing  its own  definition  of what an  OEM is,  the Board  in essence  altered the bid  documents   which can  only be done  as  provided by the Act   and  by the  Procuring Entity.”

132. In this case, whereas  the  provisions  of Section  173   of the  2015   Act give  the Review  Board  wide  powers  of  review, those  powers  have been abused  by the Review  Board  wherein it converts   itself into  the  tender committee  to award a tender   which the  tender committee would have awarded.

133. Therefore, whereas I agree that the Procuring  Entity could only  have  awarded  the  tender to the  lowest  evaluated  price  tenderer  as that would  be  cost effective  to the tax  payer, however, the Review Board   had no power to award the tender and albeit   it could  annul the  tender,  it could  only direct    the tender  or  evaluation  committee to  act  as  appropriate.

134. Furthermore the  evaluation committee  is not just expected to consider  the  financial value of the bids  while ignoring  all other  aspects  of the tender process  and  requirements  under the law.  The consideration of the lowest  tenderer  as  a form of  cost  effectiveness  as  stated by Odunga J in   Republic vs Public  Procurement  Administrative Review Board & 2 Others exparte Coast  Water Services  Board and  Another [2016]  e KLR,

“does not  infer that  the  procuring  entity  must go  for the lowest  tender   no matter the  results of the evaluation of the bid.Therefore, apart  from the lowest  tender,  the  Procuring  Entity  is under  an obligation to consider  all other  aspects   of the tender  as  provided  for in the  tender documents  and  where a  bid does not comply with the  conditions  stipulated  therein it would be  unlawful for the Procuring  Entity  to award a tender  simply  on the basis  that the  tender is the  lowest.  It ought  to be  emphasized that Section 66(4) of  the repealed  Act  talks  of “ the  lowest  evaluated  price, as  opposed to merely  the lowest price.  The issue   for price must therefore follow an evaluation in accordance with the tender document.”

135. The learned judge in the above case was fortified by the decision in Public Procurement Administrative Review Board vs Kenya Revenue Authority Miscellaneous 540/2008[2008] e KLR where the court held:

“ To my mind, failure by the  respondents   to have regard to mandatory  provisions  of the Act concerning  procurement procedures violated  the purpose  of the Act which is clearly  stated  in Section  2.  I find that  any breach of a mandatory  statutory provision does prejudice in some   way the Section 2  objectives….Adherence to the  applicable  law   is the only  guarantee of fairness  and  in the case of  procurement  law the  only guarantee  of the attainment  of fair  competition, integrity, transparency accountability  and  public  confidence.

There cannot be greater prejudice to the applicant then failure by the decision maker to comply with provisions of the law.  Failure to adhere to the applicable   law gives rise to a presumption of bias and prejudice contrary to the argument   put forward by the respondents counsel.  The job in my view  was not  complete  or done  by just coming up with the  mathematically  lowest tenderer  on top  of the  pile.  The integrity of reaching there is equally important to this court.  In many cases it is procedural propriety which is the stamp of fairness.”

136. And in Republicvs Public Procurement Administrative Review Board & 2 Others exparte Akamai Creative Limited,the court held that:

“ It is  therefore clear that apart  from the lowest   tender, the Procuring   Entity is under obligation   to consider   all other  aspects  of the tender as  provided for in the tender  document and  where a bid  does not  comply  with the  conditions  stipulated  therein, it would  be  unlawful for the  procuring  entity  to award  a  tender simply  on the basis that the  tender is the  lowest.”

137. Therefore, this court does not hesitate  to  find that the  Review  Board exceeded  its powers and  did not  have  the power to  award to  2nd respondent party the tender   and  neither  did it have the power   to  award the tender    as  that  power is vested  in the  Tender Committee following  recommendations by the evaluation committee, and it matters  not that the  Review Board  was of the view that the interested party  had  quoted the lowest value, since the  technical  evaluation had to be taken  into account as  well.

138. There is also the question raised  by the interested party that the Procuring Entity  had already  procured   the  items  subject of the  tender process, as shown by  the  affidavit  of Patricia Sawe  filed on  4th July 2016  annexing  copies of Local Purchase  Orders, an  invoice  by Flogin East Africa Ltd who  was one of the tenderers  and  who  was not  awarded  the tender as per minute 226/2/2016 for printing  of  examination booklets.

139. The court notes  that the tender  was specific  to the  2015/2016 academic  year  and the minutes  at page 11 show that the Procuring  Entity  required  135,000 booklets  for the academic  year which  is long gone.  In other  words, there is clear  evidence that the Procuring Entity clandestinely awarded  the  tender  to Flogin  East Africa  at  15. 00 per booklet   totaling to shs  15,000,000  as per  the LPO  dated  31st  March  2016  and  as invoiced  on 18th May  2016   even before  the determination of the  request  for  review  on  7th April  2016.

140. In  my humble  view, although the  process  has been  completed  and  therefore there  is nothing to  be reversed  if at all, the action by the Procuring  Entity  applicant herein in instituting  these  Judicial Review  proceedings  without disclosing  its illegal actions  of entering   into a contract  with a third party even before  the  request  for  review  had  been considered  goes along  way to show that  the Exparte applicant herein is  the lord of  impunity  in public procurement  matters and it goes  without saying  that the exparte applicant ( Procuring Entity)  has come to court  with unclean  hands just  to sanitize its illegal and clandestine dealings with  one of the tenderers.

141. Accordingly, I find that the applicant (Procuring Entity) is not deserving of the exercise of discretion by this court, and I need no authority to so hold.

142. Although the respondents sought to have the application dismissed because the applicant is not the republic, in my view that is a procedural technicality on form which is curable under Article 159 of the Constitution. Nonetheless, I find that application for Judicial Review   herein cannot succeed in favour of the Procuring Entity exparte applicant.

143.  And in view of the  illegalities  committed  by both the Procuring  Entity applicant  and  the Review Board  as  analyzed herein above  and in view  of the fact that  the  2nd  respondent too ought  to have  known that  the  law does not  permit  the  Review Board  to award  it a tender,  which tender was even made outside the stipulated period, it cannot  claim  that it lost  any legitimate expectation  as legitimate  must  be  well grounded in law not founded  on illegalities  as  seen in these proceedings.

144. Accordingly, I shall  proceed and  I hereby  call into this honourable court for purposes of  quashing and  I hereby  quash the  proceedings and  decision of the Review Board  made on  7th April 2016  and in the same  vein, having found that the exparte applicant’s  actions of  failing to notify  the tenderers of the outcome of the tender process was illegal, and that its  clandestine  procurement  of the goods subject  of the tender  to a third party  was illegal, I hereby declare  the  actions of the  exparte applicant  illegal.

145. However, as there is nothing to revert  to  in view of the  lapse of time and  the performance  of the contract which was illegal  with the third  party, it  would be superfluous to order for  repeat  of any process or for  performance  of any act  by the parties.

146. As none of the parties have exclusively won this case, I order that each party do bear their own costs of these proceedings.

Dated, signed and delivered in open court at Nairobi this 6th day of March 2017.

R. E. ABURILI

JUDGE

In the presence of:

Kiarie Mungai for the 2nd respondent & h/b for Miss Maina for the 1st respondent

N/A for exparte applicant

N/A for interested party

CA: George