Republic v Public Procurement Administrative Review Board,Director General, Kenya National Bureau of Statistics & Off Technologies Ltd Ex-Parte MFI Document Solutions Ltd [2017] KEHC 536 (KLR) | Public Procurement | Esheria

Republic v Public Procurement Administrative Review Board,Director General, Kenya National Bureau of Statistics & Off Technologies Ltd Ex-Parte MFI Document Solutions Ltd [2017] KEHC 536 (KLR)

Full Case Text

REPUBLIC OF KENYA

IN THE HIGH COURT OF KENYA

AT NAIROBI

JUDICIAL REVIEW NO.  591 OF 2016

IN THE MATTER OF AN APPLICATION SEEKING  LEAVE

TO COMMENCE  JUDICIAL REVIEW  PROCEEDINGS

AND

IN THE MATTER OF TENDER NO. KNBS/T/01/2016- 2017 FOR

SUPPLY,DELIVERY, INSTALLATION, COMMISSIONING AND

MAINTENANCE  OF A FULL  COLOUR DIGITAL PRINTER

AND

IN THE MATTER OF THE PUBLIC PROCUREMENT AND

DISPOSAL ACT,CAP 412A AND THE PUBLICPROCUREMENT

AND DISPOSAL REGULATIONS (2005)

AND

IN THE MATTER OF THE LAW REFORM  ACT, CAP  26

AND  ORDER  53 OF THE  CIVIL PROCEDURE RULES

AND

IN THE MATTER OF ARTICLES  201(d), 227(1)  232(1)  (b)  OF THE CONSTITUTION, 2010

REPUBLIC...................................................................................APPLICANT

VERSUS

PUBLIC PROCUREMENT  ADMINISTRATIVE

REVIEW BOARD.............................................................1ST RESPONDENT

THE DIRECTOR  GENERAL,

KENYA NATIONAL   BUREAU OF STATISTICS......2ND RESPONDENT

OFF TECHNOLOGIES  LTD...................................INTERESTED  PARTY

MFI DOCUMENT  SOLUTIONS LTD.................EXPARTE  APPLICANT

JUDGMENT

1. By a Judicial Review notice of motion dated  22nd March  2017  the exparte applicant MFI Document  Solutions  Ltd  seeks from this court  Judicial Review  remedies of:

a)  Certiorari directed at the 1st respondent Public Procurement Administrative Review Board to bring into  this court and  quash :-

i. The entire decision of the Public Procurement  Administrative  Review Board as  set out in its decision  delivered on 11th November  2016  in  Review  case No 88/2016  of  24th October  2016  between the exparte  applicant  MFI Document  Solutions  Ltd  and the 2nd respondent  the Kenya National Bureau  of Statistics.

ii. The award of tender No. KNBS/T/01/2016-2017 to the interested party Office Technologies  Ltd in respect  of supply, deliver, installation, commissioning and maintenance  of A3 full colour  digital  printer  at  a price  of  kshs  11,900,000

b) Declaration that the decision and ruling of the 1st respondent Review Board  delivered on  11th November  2016 in  Public Procurement Administrative  Review Board case No. 88/16  of  24th October   2016  was ultra-vires  the  Constitution, the Public Procurement and Disposal Act and the Public Procurement and  Disposal Regulations  and is  therefore  invalid, void  and  of no effect.

c) Declaration that the 1st respondent Review Board in arriving at its decision  acted in  excess  of jurisdiction by taking  into account matters  it ought not to have   taken into account and  failed to consider matters it ought  to have taken  into account.

d)  Declaration that the decision of Public Procurement Administrative  Review Board in case No. 88/206  of  24th October 2016 delivered on 11th November 2016 is unreasonable as it failed to consider the relevant  constitutional  statutory provisions  as  well as  submissions made by the  exparte  applicant  and the  interested party  in arriving at its  decision.

e)  That  this court be  pleased to issue  such further  or other  orders as it  may deem  just.

f)  That costs of this application be in the cause.

2.  The application was opposed by the respondents and the interested party. The exparte applicant’s  case is  that the 2nd  respondent  floated  a tender in terms  contained d in the tender  document  and one  of the terms of the tender was that bidders  would be  put through three evaluation steps  which  were mandatory, technical  and financial  evaluation stage; and  that the  bidders  who met  the mandatory requirements and scored 80% of the technical  evaluation stage  would be  allowed to  proceed  to be evaluated  at the financial  stage which  was  20%.

3.  It is  claimed that  of the  11 firms  that submitted  bids, only 3  qualified to the Technical Evaluation Stage and upon  consideration, the exparte applicant  and the interested  party  met the  required  80%  score and  proceeded  to the financial stage. The interested  party  was  subsequently  found to be the  successful  bidder and  was  awarded  the  tender upon being  found to be  the lowest bidder.

4.  The exparte applicant  being dissatisfied with the decision  of the  2nd respondent  to award the  tender to the  interested  party filed   for  review on  24th October  2016  seeking cancellation of the award  of the tender  to the  interested party  and  seeking for comparison of the technical  specification of the tenders.

5.  In the  review application, the  exparte  applicant  contended  that the successful  bidder had not met the  mandatory  technical  specifications  set out in the tender documents  and  more so, specifications  Nos 3,4,9,10,11, and  12.

6.  The request  for  review  was,  however, dismissed  with the  1st respondent  Review Board finding that  where  the  tender document provides  for  technical evaluation  criteria  setting out   the  scores  to be assigned to each individual  item, such criteria cannot  be termed  as a mandatory requirement and cannot lead to the  disqualification of a bidder.

7.  It was therefore upon the above decision that these Judicial Review proceedings were initiated and the exparte applicant claims that   the Board’s decision contained an error of fact as the Board disregarded the tender documents’ provisions in reaching their decision.

8.  On the holding that the interested party herein met all the  requirements,  it  was  contended that the 1st respondent  limited itself  to the evaluation report despite  having all  the  documents  before it  and moreso, that the 1st  respondent failed to consider  the  technical  specifications of the machine submitted by the interested party against the machine required by the 2nd respondent.   In addition, the  exparte  applicant  complains that  it  was not  accorded  a fair hearing  despite  a request  for the evaluation  report  and  comparison of the technical  criteria  of the bids submitted, which information was only partially  provided.

9.  It  was further contended that the 1st respondent ignored  the admission of a technology  expert by the interested  party   that they configured and or modified their machine by adding  software  and options  to meet  the  specifications  required for  the  tender, hence the prayers  herein.  All the  above matters  are contained in the statutory statement and the verifying   affidavit  of  28th November  2016  sworn by Salima  Madhani.

10. According to the exparte applicant, the decision by the 1st  respondent is unreasonable in the circumstances, considering  the  facts of the matter and that therefore it is in the interest  of justice that  the  decision of the Board  be quashed.

11. The 2nd respondent (Procuring Entity) filed grounds of opposition  dated  27th January  2017  opposing  the notice of  motion and contending  that there  was no evidence  of breach  of the law and  procedure which  would entitle  the court to  intervene; that there is no evidence of breach of statutory  provisions or that they  acted without  or in excess of jurisdiction or breached the rules of natural justice; that the application  does not  meet the  basic tenets  of  Judicial Review application; that the  applicant is  seeking a  merit review  or asking  the court to  substitute the decisions   of the  court for  those of   the  tribunal; that the  reasons  for dismissal  of the review  by the tribunal  are  logical, and based on  evidence tendered before the  tribunal  and that  the  application is overtaken  by events.

12.  The interested party  filed a replying  affidavit  sworn by Allan Kili on 30th January 2017 deposing that the application is  unmerited  and  made  in bad faith.  Further, that the application is   misleading in that the   machine  cannot be  modified  but only  configured  through addition of various  options  available and  software  as provided by  the manufacturer  and that the machine  met the  minimum specifications  of the tender.

13. Further, that the interested  party never  submitted any machine  to the  2nd respondent  but the original  product  brochure and that there  was no mention by  the interested  party that it  will supply  a modified  machine  to the  2nd respondent.

14. In addition, it was deposed that the interested party did not require any letter of modification from the manufacturer   to modify the machine since no modification   was done at all as it was not warranted.

15. That before the award of the tender, the interested party  submitted the manufacture’s current  authorization   and original   product brochure which were duly  considered  by the Procuring  Entity.

16.  Further,  it was contended that the interested party is a  duly authorized  distributor  of Konica Minolta  and the manufacturer supplies  the  machines  as per the  set requirements  and  specifications  which applied in this case.

17. It   was   also  contended that  the  tenders were evaluated  above  board taking  into consideration  the  objectives  of the  Public Procurement  and Asset Disposal Act of maximizing  economy and efficiency, promoting competition  and to promote  integrity and  fairness  of all the procedures.  It  was  further contended  that all the  procedures were duly followed, the Board  acted in good  faith in the performance  of its duty  in order to  get the best  for the 2nd respondent.

18. The 1st respondent did not file any response. The  parties’ advocates  filed  written  submissions  which they  highlighted  orally.

19. the exparte applicant framed 2 issues for  determination  namely:

i. whether  or not  the  1st respondent’s decision had errors of fact; and

ii. secondly whether the  1st respondent  considered  all  the documents  before it in  making findings  that the interested  party  met the  80%  pass mark.

20. On the issue of whether the  decision of the  1st  respondent had  errors of fact, it was submitted that the findings that the technical  evaluation  criteria was not  mandatory and  that it   could not   lead to disqualification of  the bidder   was erroneous  because  the note at page  76 of the  bid  documents  is clear that the bidder  must exceed  or meet  the  set specifications  and that the  weight  is mandatory  hence the  bidder must  have  passed all the  technical scores  before moving into  the  financial stage.

21. It  was  submitted that for  a  party to  meet 80%  required , they  had to meet all the requirements under the technical  specifications  and that is why the tender evaluation  committee  disqualified   XRX  Technologies   because it   did not meet  all the technical  specifications and  was  awarded  95%  out of  100 marks.

22. In the view  of the exparte  applicant, the erroneous  findings by  the  1st  respondent  were that:

i.  The technical  specifications  were not  mandatory and

ii. Failure to comply  with the  technical  specifications  would not  render  a bid  non responsive  or lead to disqualification.

23. It  was  submitted that  in making  such  erroneous  findings  the  Review Board  disregarded  the  tender document and  acted  contrary  to the tender document  and the  evaluation report based  on assumption  which resulted in an illegality  and  an attempt   to circumvent  the  tender  document.

24. Reliance  was  placed  on Blue Sea  Services  Ltd  & Another  v Public Procurement Administrative Review Board & another [2016] e KLR  where  the court  held:

“ the  one fact  that cannot  be denied  is that  the  tender  documents  set criterion  for evaluation and  minimum required  score  to enable  one proceed  to the next   level of  evaluation.  To me, failure  to detect that Ollrey did not meet the minimum technical  evaluation was such a glaring omission that  doesn’t  only defeat logic but demonstrates irrationality and  unreasonableness to the extent that the  tender document  is by law  required to  conform  to the legal requirement  under  the Act and  the  Constitution, that document is itself a derivative of the law and the  Constitution and the  force  of both.  Therefore, a party who flouts  or tries to circumvent  it , circumvents the law  and  to me  that is an illegality.”

25.  On the basis  of the above  authority, it  was  submitted that  the  1st respondent was under  an obligation  to consider  the tender  document   in its  entirety  and  all the  information provided  by the parties.

26. Further reliance was placed on Republic vs Public Procurement Administrative Review Board & 2 Others  exparte  Coast Water Services Board  & Another (2016) e KLRwhere  the court agreed  withthe holding in Zachariah Wangunza & Another v Office of the Registrar Academic Kenyatta  University &  2 Others  [2013] e KLRwhere it  was held  inter alia that where a body takes account of irrelevant   considerations  any decision  arrived at  becomes  unlawful.

27. In this  case it  was  submitted that  failure by the  1st respondent  to take  into account  relevant  considerations  rendered  the  decision unreasonable and  contrary to the  exparte  applicant’s  legitimate  expectations.

28. Further, that  deviation from specifications  set out  in the tender  documents amounted to  an illegality  as  was held in   Republic vs Public Procurement Administrative Review Board & 2 Others exparte Coast Water Services Board & Another(supra).

29. Further reliance  was placed  onRichandson  Company  Ltd  v The  Registrar  of the High Court of Kenya [2008- 2010) PPLR page  232where the Board held that  a procuring  entity  can only  use the  criteria  set out  in the tender document  for  evaluation.

30.  It  was  submitted that by ignoring  the  tender document, the 1st   respondent in effect substituted the tender document’s  provisions  with its  own decision.

31. On the second issue of whether  the  1st  respondent considered  all the documents before it, it was submitted that the  1st  respondent  was requested  to consider  the bids and  original  machine brochures submitted by the parties to determine  whether they met the technical  specifications and that the Board  after considering  the evaluation report  made a finding  that the interested party and the exparte applicant herein met  all the  requirements which when weighed resulted in both bidders  attaining   80%  of the total  marks.

32. It was contended that by limiting itself  to the incomplete  report availed by the 1st respondent, the Board failed to confirm whether the interested party was successfully evaluated  in accordance  with the  tender document and   therefore failed to  consider  whether  the award  of the tender to the  interested  party   was proper  in the circumstances.

33. It  was  submitted that the 1st respondent  ignored  the  interested party applicant’s submission that they modified/added options to the machine  they submitted for  consideration by the Procuring Entity yet there was no letter or authority  from the manufacturer  allowing such  modification  or addition  of options  and that neither did the interested party indicate which modifications  were   made or  options  added  hence the issue  of whether  the interested party’s bid met all the technical requirements was never considered  conclusively  by the Review  Board.

34. On the question of whether the  exparte  applicant   was  afforded  a fair hearing   it  was submitted  that the Procuring Entity declined to avail technical specifications of the machine submitted by the interested  party, which information was relevant  for purposes  of challenging  the Review Board’s  decision  which refusal, it  was  submitted, violated  the  exparte applicant’s  right to a fair  hearing.

35. Reliance was placed  on the Blue Sea Services  Ltd & Another vs Public Procurement Administrative Review Board & Another  (supra)where  the court held  inter alia, that where a party seeks disclosure  for purposes  of review or a proceeding challenging  a decision by the Review  Board, seeks to enforce the law and therefore fits squarely within the constitutional enactment under Article 47 of the Constitution.

36. In this case it was submitted  that failure to disclose  violated  Section  67(3)  of the  Public Procurement and Disposal Act and 4(3) of the  Fair  Administrative  Action Act, 2015  as well as Section  6 of the Fair Administrative Action Act on the right to be supplied  with such  information  as may be  necessary  to facilitate  his or  her application for  an appeal  or review.

37. On the  interested party’s contention that the application for  Judicial Review herein  was  overtaken  by events as the contract  had already been  entered  into/executed between  the interested party and the 2nd respondent  on  26th January  2017; or  that the  stay order  issued  on 15th  March  2017  is pre judicial  to the interested party as it had  installed  the machine on  5th March  2017; or that the  Judicial  Review application  was made  after a  considerable  delay; or that the 1st respondent’s decision was within the law and that the  proceedings  before the court  are an appeal and erroneously  premised  on constitutional   provisions, it  was  submitted that the parties hereto being the interested party  and  2nd respondent were aware of these proceedings on 6th December  2016  when they  were  served with the  application for leave, that the Judicial Review was lodged  in time; that no application  to strike out the application for being statute barred  has been filed; that the  matter  was  at all  times  adjourned  by consent  and that on 21st February  2017   neither  the  interested party  nor the 2nd  respondent’s  counsels  informed  the court that a  contract  had been  entered  into on 26th January 2017.

38. Further, it was submitted in contention that the interested party  was present  in court through its  counsel  when leave  and  stay  were granted  but never  mentioned  that the matter  had been overtaken  by events hence they are  estopped by their own conduct from claiming  the  existence  of a contract  prior  to the court  issuing  the  stay orders.  It  was  submitted that the allegations  that there exists  a contract is mischievous and a belated attempt to deny the  exparte  applicant  access to justice  and  is meant to  frustrate   the  judicial process and render nugatory the orders of the court, which is an  affront  to the rule of  law.

39. Reliance was placed on Alfred N. Mutua vs EACC & 3  Others[2016] eKLRwhere the Court of Appeal held inter  alia that  parties in court  proceedings cannot  be allowed to breach  or pooh-pooh  or render  nugatory, meaningless  or futile  orders of the court  for the simple reason that this  bears directly on and in an affront  to the rule of law which  the  court is enjoined  to uphold for the benefit  of society…..”

40.  It was therefore submitted that any act or omission which contravenes court orders is null and void. Further, that Section  175(6) of the  Public  Procurement  and  Asset Disposal  Act is  clear that  any disobedience  of the law is null and  void. Further reliance was placed on the often cited decision of Macfoy v United Africa Company Ltd [1961] 3 ALL ER, 1169 where it   was held, inter alia, that where an act is void, then it is in law a nullity and that everything proceeding from a void thing is in itself incurably bad.

41. It  was  submitted  that the interested party could  not wait  until the final   stages of the case to  claim that  a contract  had been  executed which in itself is contemptuous of the court and  which the court ought  not to condone.

42. In addition, it was submitted that even if the contract were to be in existence, it offends Section 19 of   the Stamp Duty Act. Further reliance   was placed on Republic vs  Commissioner  of Lands Exparte Lake Flowers Ltd Nairobi HC Miscellaneous   Application No. 1238 of 1998 where it was held that   availability of other  remedies  is no  bar to granting  of the Judicial Review relief  but can be an important  factor in  exercising  the  discretion whether  or not to grant  the  relief.

43. It was therefore submitted that Judicial Review is not limited to the decision making process alone but rather with the correctness of the decision on matters of both law and fact.

44.  The exparte applicant sought the orders prayed for.

45.  The  2nd  respondent  filed  submissions on  20th February 2017  dated the same day contending that the 1st respondent in  rendering the impugned decision diligently and fairly  considered  all relevant   facts, submissions and  postulations  of evidentiary value  and  declined the request  for review.  Further, that the decision was rational, reasonable, logical, impartial, lawful and  in line with public  interest, policy and mandate  conferred  upon it  under  the Regulations; that it acted  within  the principles of natural justice, adhered  to the  spirit of Section  2 of the PPADA Act, the Constitution and Article 47 on Fair  Administrative  Action.

46.  It was further submitted that the impugned decision was rendered within 30 days   and that the allegations  levelled against the Board is intended to erode the level of public confidence that the Board currently enjoys.  It  was  also submitted that the  application is  frivolous  and  poorly executed  in an attempt to arm twist  the court  and  all parties  into an  innocuous  legal battle  which is in bad faith, bad taste, lacks  merit  and  calculated  to discredit  the  credibility  of the 1st  respondent’s mandate.  It  was  submitted that the applicant  is challenging the merits of the decision  which  was  sound  and   reasonable  in the circumstances.  Further, that the decision was regular and the Review Board acted with jurisdiction.

47. Reliance was placed on Kenya Pipeline Company Ltd vs Hyosunon regularity and jurisdiction of the Review Board.

48. On the issue  of technical  specifications, Miss Maina  submitted that the decision was clear that a failure to comply with a  particular  specification would only deny  the bidder  marks  and not to render  the  bidder non response. The  cases of Re Bivac   International SA ( Bureau  Veritas) [2005] 2 EA 43; Pastoli  v Kabale  District Local Government  Council  and  Others [2008]  EA  300;  and  Republic v Kenya  Revenue Authority  Exparte Yaya Towers Ltd [2008] e KLR were cited to  support the arguments that the Review Board’s  decision  cannot  be challenged on its correctness before a Judicial  Review Court.

49. In this case it was submitted that there was no evidence that there was jurisdictional error that the decision was unreasonable irrational.  Further, that the orders  sought  are discretionary  and  that  it  was  in the public  interest  that  the court  declines  the issuance of the Judicial Review orders sought as there is no  demonstration  that any  procedure was not  followed  or that the respondents were in breach of any statutory provision or acted  without or in excess of  jurisdiction or breached the  Rules of natural  justice.

50. In  opposition to the motion, the  interested party submitted relying wholly on the affidavit  in reply  sworn by  Mr Allan  Kili  its Sales Manager  filed on  30th January  2017  and a further  affidavit sworn on  3rd April  2017 and  written  submissions filed on  3rd  May  2017  and maintained  that the application  was overtaken  by events as a  contract had  been executed  between the  interested party  and the Procuring Entity on 26th January 2017; that  the decision  was  within the law  and that the  application before court  was  in fact an appeal and erroneously premised on constitutional  provisions. The rest of the submissions are reiteration of the replying affidavit and which need not be reproduced here.

51. In a rejoinder, the exparte applicant’s counsel submitted that they were not  appealing and  relied  on Republic vs  Commissioner of Lands exparte Lake Flowers Ltd (supra)which case, he submitted, identifies instances  in which a court  can intervene  in Judicial Review’s and  maintained  that this case  falls under  those considerations set out  in the above  authority.

DETERMINATION

52. I have  considered the  foregoing  and  in my  humble view, the  issues for determination are as isolated  by the exparte  applicant   with some  ancillary  questions to be answered. Before delving into the issues and questions, it is important to appreciate the parameters in which Judicial Review remedies are available.  Judicial Review, by  definition, is a process by which the High Court or any other court  exercises supervisory  jurisdiction over  an inferior  tribunal, body or authority in their  exercise of quasi or judicial  functions  or who are  charged  with the performance of  administrative acts and  or  statutory  duties.

53. Generally, Judicial Review is a challenge to administrative  action or  decision, through  this court’s invocation of Sections 8,9 and the Law Reform Act, Article 165 (6)  of the Constitution  and the provisions of Article 47 of the Constitution as  implemented  by the Fair  Administrative  Action Act, 2015.

54. Judicial Review, however, is no longer that common law remedy or writ.  It is now a constitutional remedy espoused in Articles 22 and 23 of the constitution and embedded in many other statutes.

55. Certiorari is the main and most common Judicial Review remedy.  It is  invoked  to quash illegal  or irregular, irrational  or unreasonable; and procedurally improper decisions or proceedings as well as  proceedings  or decisions  which are  commenced  or made by an administrative  body  or authority  without jurisdiction, or  in excess  of jurisdiction.

56. Declarations  which are  sought in this case  are also  statutory  Judicial Review  remedies  espoused  in the Fair  Administrative  Action  Act, 2015.

57. A pertinent  question  was  raised  in this matter and  which   Iam obliged to determine   before  embarking  on the substantive prayers  sought  under the rubric of  the issues  as framed  by the  exparte  applicant and  which  issues I find  to be  sufficient  enough  to determine  these proceedings.  The interested  party and the  1st respondent   filed  their responses  to these proceedings on 30th January 2014 respectively and apart from the 2nd respondent Procuring  Entity  stating in  its ground of opposition No. 6 that the application is overtaken by events, did not  elaborate  on what events  had been  overtaken.

58. On the part of the interested party, no event was mentioned to have been overtaken. However, in the further  affidavit  filed and  sworn  by Allan K. Kili  on 3rd April  2017,  it  was  deposed by the interested  party  that the Judicial Review  is overtaken  by events  as the contract   was already executed between the  interested  party and the  2nd  respondent  on 26th  January  2017; and that  the interested  party  was  prejudiced  by the stay  order issued  on  15th March  2017  because  it had already installed the machine  on  5th March  2017.  In the submissions  at the hearing  of the  substantive   notice of motion  on  29th May 2017  and at the   earlier hearing  of the application for leave to institute  these Judicial Review  proceedings  which application  was  canvassed   orally on  15th March  2017   and  a ruling made   on the spot, the interested  party was  represented  by Mr Tombe holding brief for Mr Bosire.  He never  mentioned that  there  was  any contract entered into between his client   and  the  2nd respondent and if that were the case, the court  would  have  first  inquired  into that  issue  before  proceeding to consider the merits  of the chamber  summons  for leave   and  the granting  stay of  implementations of the decision until the  substantive  motion   was  filed, heard and  determined.  Court orders are never issued in vain.  It would therefore  have been  essential that the interested party discloses at the earliest  opportunity, that a  contract  had been  executed  to avoid  this lengthy  process which  would   be a waste of court’s  resources  and the parties’  time  and  labour.

59. That notwithstanding, I have no doubt in my mind that the application for leave and the substantive  notice of motion were  filed within  the stipulated  statutory  timelines  of  14 days from date of the impugned decision  and within the 10 days  granted  by the court  to apply respectively.  It cannot, therefore be said that the exparte applicant filed the application out of time.

60. However, in Judicial Review,  time is of essence  as it is  statutorily  underpinned  such that  any delay   may not  be remedied  and  delay  here does not  mean  filing  pleadings  out of  the statutory  or stipulated  time .  It means to take action of challenging the decision of the Review Board as soon as possible.

61. Section  173  of the  Public  Procurement  and  Asset  Disposal  Act contemplates  a statutory  stay of  14 days  from the  date when the decision is made by the Board and that if no application  is made to court  within the  said period, then the decision  of the Review Board  would be  final. That   is the legal position.  However, where the  application for leave is  filed,  and the court  orders that the leave  if granted  operates  as  stay of  execution of the Board’s  decision, then any party  who  violates  the terms  of the stay order  would be in  contempt  of  court orders.

62. In this case, when the exparte  applicant  first came  to court  on 25th November   2016,  it  was clear that  it filed  the  application on the  last day (14th day) of the decision  and it is for that reason that the court declined  to certify  the  matter as  urgent   because the applicant did not have to wait until the last day to institute  proceedings and ask for stay.  I therefore directed that the application be served upon the rest of the parties for interpartes hearing on a date to be fixed in the registry.  The record  shows that the exparte  applicant’s counsels took  another 4 days  before fixing  a date  on 28th November  2016  and  when the  parties  appeared  before me on  18th January  2017  which  was the  date  given by the registry, Mr Ndolo  counsel for the exparte  applicant  submitted that his office  had erroneously indicated  in his  notice to the  parties that  the  matter  was due on  19th January  2017  which  was  the following  day.

63. on  8th January  2017  the intended  party   was  represented  in court  by Mr Tombe  while   Mr Akech held brief for Mr Omosa  for the  2nd  respondent.  It is on that day  that the  2nd respondent  and the interested  party’s  counsels requested  for more time  to file their  responses.

64. On that day 18th January  2017  Mr Ndolo  sought the matter  to be certified as urgent  stating that  he  was  aware  that  no contract  had been  entered into.  The  court declined  to certify  the matter  as urgent  the second  time because it never  saw any  urgency  in the matter  and  as  none  was  disclosed in the  certificate  thereof.  Moreso, Mr Ndolo never indicated  to court  that owing  to the urgency, his client   should be  granted  an interim  stay  on a temporary  basis  pending  interpartes  hearing.  The court nonetheless  shortened  the  period  for  the respondents and  interested  party to file  their responses  within 7 days  and  have the matter  heard interpartes  on 30th January  2017.

65. On  30th January 2017  when the matter  came up for  hearing  interpartes, all parties  were represented  in court and  the 1st respondent  never opposed the application for leave.  Miss  Makobu  counsel for  the  exparte  applicant  on behalf  of  Mr Ndolo  sought  an adjournment  on the ground that she had  just been served  with a replying  affidavit  by the interested party and that they   had not been  served with  grounds  of opposition.

66. The court  allowed the adjournment  but there  was no mention of the  risk of a contract  being  entered  into as there  was no stay or undertaking  not to  execute  a contract.

67. Even after the court granted the parties  a  date  for  oral  hearing  of the application on  21st February  2017,  come   21st  February 2017 and the  applicant’s counsel  was said to be before the Court of Appeal hence unable to argue the  application.  Mr Ndolo’s brief was held by Ms Onsongo who reported that Mr Ndolo was engaged in the Court of Appeal.  The  court allowed  the  adjournment until 15th March 2017 when Mr Ndolo  appeared  and  argued  the  chamber summons  upon which  the court  granted  leave and  stay of  enforcement  of the  decision  of the Review Board’s decision pending hearing and  determination of these proceedings.

68. The stay  was granted  on the understanding  that there  was no contract in place but it appears that the respondents and interested party  were  not willing to disclose those facts to the  court until  the substantive application  was filed  and  served  upon them is when the interested  party came up with the contract executed on 26th January  2017  and  machines  installed   on 5th March  2017.

69. The court acknowledges that there was no stay of  implementation  of  the decision of the Review Board  until  15th March 2017 and therefore whether there was a  contract  entered into before that  date is a matter  the  court cannot  find to  be void or illegal for reasons that there  was no stay and therefore  nothing  precluded  the  interested  party and the  2nd respondent Procuring Entity from executing a contract.  It cannot  be said, I reiterate  that  contract,  if at all it exits, was  illegal  per se  as  the court  had not  pronounced  itself  on the legality  or otherwise  of the decision  of the Review  Board.

70. In other  words, even if  this court  were to find in favour  of the exparte  applicant,  from the  late disclosure  by the interested  party that  a contract has already been entered into with the  second  respondent, it is  not viable to grant  orders that would  invalidate a contract which has already been executed and  performed particularly  where there  was  no stay  as at the time of such execution or performance.  This does not mean, however, that  if  the court finds that the  decision of the review  board was  illegal, irrational; laced with  procedural  impropriety  or ultra  vires then it  cannot quash  that  decision or declare it  as such .

71. It is for the above reasons that in my humble view, the principles applicable in the Alfred N. Mutua V Ethics & Anti Corruption Commission (supra)case, however useful, would be inapplicable to these proceedings and are therefore distinguishable in the sense that it has not been shown that the parties in these proceeding breached or pooh-poohed or rendered futile, meaningless or nugatory orders of the court.  And  where  a contract  has already  been performed, whether or not  there  was  no stamp duty paid is  immaterial  and it would be futile  to set aside a contract  which has been fully performed; since  here  would  be  nothing  to revert  to owing to  lapse of time  and the performance  thereof.  It would be futile to order for repeat of a process, this is what this court held in HC JR190/2016 Republic vs Public Procurement Administrative and Review Board exparte The University of Eldoret and Others [2016] e KLR.

72. Having concluded that preliminary issue, I now delve into the main issues for determination namely

a.  Whether the 1st respondent’s decision contained errors of fact.

73. According to  the  exparte  applicant, the interested party  bidder  turned out to be non-responsive in that it never met the mandatory   technical  specifications set  by the Procuring Entity  as per the evaluation, although the Procuring Entity awarded  it a  tender  and that despite  those  glaring  errors  the Review Board ignored the  reference  to the tender documents and  held that  the  technical  specifications were not  mandatory  and  that therefore  failure to comply with a technical requirement would not  render  a bid non  response  or lead to  disqualification.

74. The interested party and the 2nd respondent Procuring Entity support the decision reached by the Review Board. I have  read the  decision of the Review  Board  made  on 11th November  2016. At page  15  of the said  decision, the Board  framed  two issues  as follows, for  determination:

i.  Whether the Procuring  Entity  awarded  the  tender  in question  to a tenderer  who did not  meet the  technical  specifications set out in the  tender document.

ii. Whether the applicant ought to have been awarded the tender on the grounds that it was the most responsive tender both technically and financially.

75. On the  question of awarding  the tender  to a tenderer who did not  meet the technical specifications set out in the tender documents, the Board noted that the exparte applicant’s   contention  was that the successful  bidder’s tender was non  responsive since  the successful bidder did not  annex  five contracts  to show that  it had previously supplied  similar  machines  and  secondly that it offered  equipment of an inferior  quality  which in the applicant’s view  did not  meet the  requirements of the tender  document.

Further, that the  said specifications  were part of the mandatory  requirements in the tender  and that  having  failed to  meet all the technical  specifications, the successful bidder’s tender ought to have been  declared  as non-responsive.

76. The Board after examining the contentious criteria on terms  No. 3,4,9,10,11 and 12 concluded that there were 23 technical  specifications which  bidders were to meet and that  each criteria  attracted  marks  which  were assigned  to each item bringing the total  marks awardable to a maximum of 100 marks.

77. Further, that the  tender document expressly stipulated  that in order  for a bidder to qualify to proceed  to the next  stage of evaluation, namely  the financial  evaluation  stage, the bidder  needed to attain a  pass mark of  80%.

78. The Review Board further  found that both the applicant  and the successful bidder met all the requirements which when  weighted  resulted in  both bidders  attaining  80%  of the total  marks and therefore both  proceeded  to the financial  evaluation  stage.

79. Finally, that where  a tender document  provides for  a  technical  evaluation criteria  setting  out the scores  to be assigned  to each individual  item, such criteria cannot be  termed  as a mandatory   requirement  and  cannot  lead a  bidder into being  disqualified  from  the  process  but that  a failure to comply  with a particular  item of the technical specification  would  only deny  the bidder the  total or part of the marks assigned to that item but not to render the entire  tender non  responsive.

80. At page 6 of the report of the evaluation committee, item 1. 3.2.  the  Evaluation committee  stated that  the  three(3) bids who  passed stage 1 -mandatory stage  were considered  for  technical  evaluation based on the evaluation  criteria set out in the tender document.  Further, that the bids were objectively assessed against the set technical criteria and scored.

81. The interested  party  and the exparte  applicant herein were scored  80%  and  qualified  for  financial  evaluation.  The tender documents at page 188(16) provides at item 2. 12. 2  as follows:

A)  Stage one: Mandatory requirements with N/B/:“All the above must be met to qualify for the 2nd stage.”

At Page 17(189) B) stage two is the Technical evaluation and it is  provided:

“ Candidates  that will have passed  Technical Evaluation  ( i.e. those  that offered   items which  are compliant  with the desired  technical  specifications)  will  have their  financial  proposals  evaluated.

The pass mark for technical specificationsshall be 80% (see specification schedule provided on page 25-54, part V.

82. The technical  specifications are  then set out in  Section  V pages  27, 28, 29 with weights  between  1 and  20 all  totaling  100 weights . On pages   28 and 29 thereof are the technical specifications required and after item No.  23, the weight given for the note is “mandatory”.  The mandatory weight covers the note:  The above are indicative minimum specifications only.  Vendor must meet or exceed specifications.  Original detailed and highlighted product brochure’s should also be attached along with written specifications.

83. From the above observations, it is clear that the technical  specifications provided in the tender documents and as weighted  were mandatory since they were indicative of minimum  specifications. And on page 31 item 6. 1 general, the tender  document gives  further information to the tenderers  and  emphasizes  at the  6:1:2 that tenderers must indicate on the specifications sheets  whether  the  equipment  offered  complied  with each  specific  requirement. At  6:1:3 it states that All dimensions and capacities of the equipment  to be  supplied  shall not  be less than  those required  on these specifications. Deviations  from the basic  requirements  if any, shall be  explained  in  detail  writing  with the offer, with supporting data  such as  calculation sheets, etc.  The Procuring Entity reserves the right to reject the products, if such deviations shall be found critical to the use and operation of the products.

84. Having found that the technical specifications were of  mandatory nature, the next question is whether the Review Board  committed an  error of  fact or law in  ignoring  the  assertion that the  interested  party’s  tender did  not meet or comply with the requirements of the tender.

85. Comparing the technical  specifications  required on  page  28  of the tender  document  and the interested  party’s  specifications  which are  reproduced herein, it is  clear that  items on  imaging  technology; paper  input’ scanner, supported  scan media, duplex  scan  speed and   paper delivered are at great variance and less than the  minimums set by the Procuring  Entity in the tender  documents.

86. The  Review Board in its  earlier decision  in   Rilely  Falcon Securities Ltd & Another v The Kenya Pipeline  Company Ltd [2008-2010] PPLR 672 held  that the  evaluation  of tenders ought to  be in accordance  with the tender  document.  The Board held:

“ Evaluation criteria ought  to be  in accordance  with the tender  documents and  ought  to be  applied  uniformly  for the bidders- there should be no discrimination by the procuring entity- Sections 31 and 39 of the Public Procurement  and  Disposal Act, 2005. ”

87. This court agrees with the decision in Republic vs Public Procurement Administrative Review Board & 2 Others exparte Coast Water Services Board & Another (supra)  where it was heldthat:

“ It is unlawful for the Board  to adopt  a procedure  by which  the provisions  of the tender  documents  are by passed, in  the  award of tender.  Where a board 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  Act provides  that the successful  tenderer  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  to in  effect  substitute  itself or the Procuring Entity  in matters  where the  entity  has addressed  itself  on.”

88. In this case, it is clear that the Procuring Entity (Evaluation Committee) did not even mention that it had by-passed its own technical specifications mandatory requirements, which issue was brought up in the challenge by the exparte applicant. However, the Review Board went round the issue and  interpreted the tender document  contrary  to what the  document that I have set out above stipulates,  and in so  doing, was  in essence  exercising the powers of the evaluation committee by disregarding  the  express provisions of the  tender  documents  that set out mandatory minimum technical  specifications  which the interested  party had  out rightly  not met.

89. Tender documents send out to bidders are an open book examination cum  marking scheme  for the tenderers and where the  conditions  set out in  the said ‘questions’ is that  one must   get all questions  matching the  set out criteria, then in the  event of deviation from the criteria  set or the “ marking scheme” and in this case, it  was important that the evaluation  committee applies  the  criteria  set out  in the tender  document.

90. At pages 16 and 17 of the tender document which is  instructions to all tenderers on  particulars  of appendix  to instructions to tenders, there is part (b) STAGE ONE: Mandatory  requirements on page  16   and  B)  STAGE TWO: Technical  evaluation.

Under B) STAGE TWO, it is clearly stipulated that

“ candidates  that will  have passed  Technical Evaluation( i.e. those that  offered  items  which are  compliant  with the desired  technical  specifications)  will  have their  financial  proposals  evaluated.

The pass mark for  technical  specifications  shall be  80%  - see  specification schedule  provided  on page  25-54, part  V.

91. As earlier stated, the technical specifications required are stated item by item1-23 against weights ranging from 1-20 upto a maximum of 100 marks.

92. However, what is  glaringly startling  is that  in the evaluation committee  report  which the Review  Board examined  during the hearing  of  the request  for review  by the  exparte  applicant, at page 4  of  the  evaluation report, the Evaluation Committee after carrying out preliminary (mandatory) Evaluation ( see page   3 paragraph  1:3:1 stated as  follows:

“ the  decision  to disqualify  bidders  who failed  to  meet the  mandatory requirements  was procedural, as provided  for/stated in the tender document.  Out of 11 tenderers who participated, only 3 bidders qualified to the next stage i.e. Technical Evaluation stage as under listed:

The three bidders who qualified to the next stage include:

B6-MF1 document solutions

B7, Office Technologies Ltd

B11: XRX Technologies Limited.

93. The Evaluation Committee then  proceeded to give reasons  for disqualifying  the  other 8 bidders  B1,B2,B3,B4,B5,B8,B9,B10. Paragraph 1:3:2 at page 6 of the  Evaluation Report  is the Technical Evaluation and the only statement   that qualified  the  interested  party herein is that  “the three  Bidders  who passed  stage 1 ( Mandatory stage) were considered for technical evaluation based on the  evaluation criteria set out in the  tender document.  The bids    were objectively assessed against the set technical criteria and scored.  Two(2)  bids met  the  minimum  score of  80% and above and thus proceeded to state 111 Financial  Evaluation.”  The  two bids  are B6 the  exparte applicant  herein and  B7 Officer Technologies  Ltd  the interested party herein.

94. Despite  awarding  80%  qualifying  marks to  each of the  two bids that graduated to the  Financial  Evaluation  stage,  there is  absolutely  no evidence  that the Evaluation Committee  compared  the interested  party’s  and the exparte  applicant’s  specifications  provided  and those  specifications  required  and  those  specifications  required  or stipulated  on pages  28 and  29  of the  tender document and  neither did the Evaluation Committee weight  the  respective  specifications  before  awarding  the  80%  pass mark to the  two(2)  qualifying  bidders.

95. It is for that reason that the exparte applicant upon being  notified that its bid had been unsuccessful obtained the  interested  party’s  bids  and compared  them with  what  was required  (mandatorily)  as stipulated  on page  29 of the tender  document as against  what  the exparte  applicant  had submitted and  as shown by the table  on page  3  of the exparte applicant’s  submissions, apparently, the items  listed therein a-f are items 3,4,9,10,11 and 12 of the tender document minimum  specifications  which the  bidders  were expected  to meet  or  exceed.   I have already listed the said items above.

96. Again, glaringly clear is that the interested party’s   specifications were far off the required  specifications  compared to the exparte applicant’s yet the Evaluation Committee never mentioned or compared  the same  and  neither did  it  draw any  table  showing  the level  or degree of compliance  as against the  weights given.

97. For example, one would  ask how  many marks did the exparte   applicant  or  the  interested party  score  at item No. 12  on paper  delivery  which carried  the highest  weight  of  20 marks, noting  that the interested  party  provided specification of  4,500 stacking capacity A 4 sheets with ability  of  producing  up to  25   sheets  booklet  and  2/4 holes  punch.  The exparte applicants paper delivery was a stacking capacity of 5,000 maximum required by the Procuring Entity.

98. Equally, the Evaluation Committee report   does not show how many marks/weight was given to item 3-imaging technology with a maximum   of 5 marks/weights whereas the interested party’s specifications were 1,200 x  1200 dp1  x  8  but  the  exparte  applicant’s  machine  could do 2400  x  2400 DPI  with  256  gradations  against  the  minimum  required  2400 x  2400 DPI  with  256  gradations.

99. The same position applies to  all the  other  specifications   which when  compared clearly show that  the interested party’s  six  out of  23   specifications  fell far  below  the  required   specifications  compared  to the exparte applicant’s which  either  met all  the  minimum  specifications  as  required  or exceeded some like in items  9 and  11.

100. It is therefore  baffling to note that the  interested party, though the lowest  financial  bidder, was passed  to go to the  financial stage   evaluation yet technically  it never  qualified  to move  to that  stage.  The tender  documents  require that  bidder’s tenders  must be  compared  as against  each other  and the required  specifications (see paragraph  2:24  of the tender document  at page  12  of the tender  document.)

101.  With the above scenario in mind, it is clear to my mind  that  the Review Board  totally ignored to consider  relevant  factors in arriving at its decision and  took into  account irrelevant   factors  by purporting  to qualify that which  the tender  documents  had made expressly  clear, were mandatory  technical  specifications  requirements.

102. As was correctly submitted by  the exparte  applicant’s  counsel, relying on Blue Sea  Services Ltd  & Another  vs  Public Procurement Administrative and  Review Board  & Another  (supra), it cannot  be denied that  the  tender document  set criterion for  evaluation  and  minimum  required  score  to enable  one proceed  to the next level of evaluation.  Failure  to detect  that  the  interested  party did not  meet the  minimum  requirement at technical  evaluation  stage  was  such a glaring  omission that doesn’t only defeat logic but demonstrates  irrationality  and  unreasonableness.

103. The tender document  is by law required to conform to the legal requirement under the Act and the Constitution on transparency and accountability as the tender  document  is  itself  derivative  of the law  and  Constitution  and  has the  force of  both.

104. Therefore, it follows that a party who flouts or tries to circumvent the tender document, circumvents the law and that circumvention of the law amounts to an outright illegality on the part of the Review Board hence amenable for judicial review. In Republic vs Public Procurement Administrative and  Review Board  & 2  others  exparte  Coast  Water  Services Board & Another (supra)the court citingZakaria  Wagunza  & Another  vs Office  of  the Registrar  Academic Kenyatta  University & 2 Others [2013] e KLRthe court was  categorical  and  I agree  that where  a body takes  account  of irrelevant  considerations, any decision arrived at  becomes  unlawful.  Unlawful behavior might be  constituted  by (1)  an outright  refusal  to consider  the  relevant  matter(11) a misdirection on a point of law,(iii) taking into account some wholly irrelevant or extraneous  considerations.

105. I am in agreement  with the exparte  applicant’s  contention that the  Review Board  is under a legal  duty to  consider all  aspects  of the tender document   and any  deviation  from it ought not to be allowed unless the tender document itself allows such  deviation and  the Procuring  Entity  might explain  the  reasons  for such  deviations  in the Evaluation Report.

106. In this case, page 11 paragraph 2:22  of the tender  document  on preliminary examination and responsiveness at paragraph  2:22:3  provides that the  Procuring Entity  may  waive  any minor informality  or non-conformity  or irregularity  in a  tender which does not constitute  a  material  deviation, provided  such waiver  does not  prejudice  or affect  the relative  ranking  of any tenderer. In this  case there is nothing in the Evaluation Committee  report to  show that  they applied  this aspect  of responsiveness  to  qualify  the interested  party for  financial  evaluation.

107. In addition, paragraph  2:22:4 of the tender document is clear  that “prior to the detailed  evaluation, pursuant  to paragraph  2:23,  the  Procuring  Entity  will determine  the substantial  responsiveness of each tender  to the tender documents.  For purposes of these paragraphs, “a substantially responsive” tender is one, which conforms to all the terms and conditions of the tender documents without material deviation.  The Procuring Entity’s  determination  of a tender’s  responsiveness is to  be based on  the  contents  of the tender itself  without  recourse  to extrinsic  evidence.”

108. In this case, the Procuring Entity  never  provided  the  criteria  upon which it awarded  80%  pass mark  on technical evaluation  to both the  exparte  applicant  and  the  interested party, yet the Review Board  ignored   the requirement.

109. In addition, there  was no evidence  in the Evaluation Committee report to show that it exercised  any discretion with regard to the responsiveness of the two tenderers and or that  it established  that the tender  that passed  to Financial Evaluation stage  was   a substantially  responsive  tenderer  (conformed  to all the terms  and conditions of the tender documents without material deviations), based on the tender  itself  without recourse  to extrinsic evidence.

110. The Review board  ignored  all these  factors  and  proceeded  to interpret  the  outcome  of the evaluation process  contrary to  its own earlier decision in Richardson Company Ltd vs Registrar  High Court of Kenya in Review No.43/2008(Procuring Entity) without distinguishing it and where it held quite correctly that

“……As the Board has held severally, a Procuring Entity can only use the criteria set out in the tender Document for Evaluation.  This is clearly stated in Section 66(2) which states as follows:-

“ The evaluation and  comparison  shall be  done using the   procedures  and  criteria  set out in the  tender documents  and  no other  criteria shall be used.”

111.  As  was held in  the Republic  vs Coast Water Services  Board (supra)  case, Article 227 (1)  of the Constitution is explicit  that when a state organ or any other public entity contracts for  goods and  services, it shall  do so in  accordance with a system that is fair, equitable, transparent, competitive and cost effective.  The court observed:

“ A procurement must therefore, before  any other  consideration is taken into  account whether  in the parent  legislation  or the rules  and  regulations  made there under  or even in the  tender  document, meet  the  constitutional threshold  of fairness, equity, transparency, competitiveness  and cost  effectiveness.  In other words, any other consideration which does not espouse these ingredients can only be secondary to the said constitutional     dictates.  In my view, the consideration  of the lowest tender  as a form  of cost effectiveness 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  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.

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 of price must therefore follow an evaluation in accordance with the tender document.”

112. The above holding was reinforced  by the decision  in Public Procurement  Administrative and Review Board  v Kenya  Revenue Authority HC Miscellaneous  Application  540/2008 [2008]  e KLRwhere the court  observed:

“ 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 than failure by the decision maker to comply with positive 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 respondent’s 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 the reaching there is equally important to this court. In many cases it is procedural propriety which is the stamp of fairness….”

113. I subscribe  to the above  position  by the learned  Judge Odunga  J and  add that  procurement  is not an  event or  an end in itself.  It is a process governed by rules and therefore how that process is conducted matters to this court in exercise of its Judicial Review jurisdiction.

114.  It is my humble view that there was in fact no technical  evaluation  of the subject tender  and that the Procuring Entity used a  short cut   which I find  to be a wrong cut  to arrive at the  lowest  evaluated bidder.  These are the matters which an expert body like Public Procurement Administrative and Review Board ought to have considered in the applications for request for review but which it did not and which amounts to an illegality.

115. I find, that it  was unreasonable  and irrational  for the Review  Board to accept the procedure  adopted  by the Procuring  Entity  in awarding  the interested  party  the  tender.  The Board rubber stamped and adopted the wrong procedure adopted by the Procuring Entity by bypassing the tender documents in the award of the tender.  By so doing, the Board exceeded its lawful authority, which is subject to the review of the court.  In Re Hardial Singh & Others [1979) KLR 18 the court observed inter alia that

“ The  tribunals  or Boards must  act in good faith, extraneous considerations  ought not to  influence   its actions and it must not  misdirect  itself  in fact  or in law.”

116. In this case, by the Board ordering the Procuring Entity to proceed and award the tender to the interested party, the Board was no doubt sanctioning an illegality by compelling the Procuring Entity to ignore the mandatory provisions in the tender documents.  The Review Board has no power to compel the Procuring Entity to act contrary to the tender documents and by doing so, it exceeded its jurisdiction.  The Review Board could only issue directions and make decisions that the Procuring Entity itself was lawfully authorized or permitted to issue or make.

117. On the whole, I find that the  exparte applicant   has made  out a case  on the first  issue which  I find in the affirmative  that  the  1st   respondent’s  decision  was  tainted  with errors  of facts  and law.

118. On the second issue  of whether the  1st respondent  considered  all the documents before it, I find that this issue has been  adequately dealt with  in my assessment  of issue No. 1  that despite the  tender documents  clearly  setting out conditions  for  qualification to the Financial Evaluation, the Review Board  adopted  the  technical  evaluation  that  was  no evaluation at all as there was no evidence  of how the Evaluation Committee  weighted the responsive tenders at the technical evaluation stage.

119. On the third issue of whether the exparte applicant was  afforded  a fair hearing, the exparte applicant  claims that at the hearing of the request for review it requested that the technical  specifications of the machine  submitted  by the interested  party be  availed  for purposes of  challenging  the  2nd respondent’s (Procuring Entity’s) decision before the Review Board.  The request  which is annexed  to the verifying  affidavit on page  554  of the applicant’s documents  was never  acceded  to by the 1st respondent Review Board which the applicant asserts infringed  its constitutional  rights  to information and its rights  to a fair hearing.

120. The 1st respondent never said a thing on this complaint and  neither did the interested party say that it  submitted its technical  specifications  of the machine submitted. Section 67(3) of the Public Procurement and Asset Disposal Act is clear that disclosure of information is permitted for purposes of enforcement of the law.  This is  in line  with Article 34(b) of the Constitution on the right to access information held by  another person  and  required  for the  exercise of or  protection of any right or  fundamental freedom.

121. Section 4(3) of the Fair Administrative Action Act, 2017 is clear that every person has the right to administrative action which is expeditious, efficient, lawful, reasonable and procedurally fair.

(2) Every  person  has  the right  to be  given written  reasons for  any administrative  action that  is taken  against  him

(3)  where an  administrative  action is likely  to adversely affect  the rights or fundamental freedoms of any person, the administrator  shall give  the person  affected  by the decision      ( among other) Information, materials and evidence to be relied upon in making the decision or taking the administrative action.  Under Section 6(1) of the Fair Administrative Action Act, 2015, every person materially or adversely affected by an administrative action has the right to be supplied with such information as may be necessary to facilitate his or her application for an appeal or review in accordance with Section 5.

(2) The information referred d to in Subsection (1) may include:

a)  The reasons  for  which the  action  was taken; and

b)  Any relevant documents relating to the matter.

122. In the instant matter, the exparte applicant made a request before the Review Board for supply of the relevant documents or materials and evidence to be relied upon in making a determination or making an administration action but its request was ignored all together.

123. In my humble view, the Review Board’s  conduct  was  contrary to the   provisions  of Article  50(1)  of the Constitution  on the right  to a fair hearing  and  violated the express  provisions of  the  Fair Administrative  Action Act.

124. The Procuring  Entity  and interested  party herein  did not disclose what aspects  of the interested  party’s  technical  specifications met the  required  specifications  under the  tender documents. There  was  a blanket acceptance of the interested  party’s  technical  specifications  which  were  never availed for  scrutiny.  This court  can only infer  that had such specifications  been availed, they would  have been  adverse  to the interested  party and  Procuring Entity’s  case of awarding  the  tender yet the  Review Board  once again  ignored  this factor  and  hid in the  shadow of the  provisions of  Section 107  of the Evidence Act  that he  who alleges  must prove.

125. In public procurement matters there is the duty to disclose and to be transparent, fair and accountable.  In this  case, it is crystal clear that the Review Board  in refusing to consider  the  request  for submission of the interested party’s technical  specifications  which  qualified  it to move to the  Financial Evaluation  stage  was, in my view, in aid of  the illegality committed by the Procuring Entity  and  consequently shielding the interested party from being   unveiled  as having been technically unresponsive to move to the Financial Evaluation stage. This is evidence of bias undoubtedly and hinges on the integrity of the Board in handling request for review subject of these proceedings.

126. In the end, I find and hold that the exparte applicant was not accorded a fair hearing by the Review Board.  Accordingly, I would  allow the  exparte  applicant’s  notice of motion  dated  22nd March  2017  and make the  following  Judicial Review  orders in line with the  assessment  above:

a.  An order  of certiorari be  and  is hereby  issued directed  at the  1st respondent Public Procurement Administrative  and  Review Board  to bring into  this court  and  quash the  entire decision of the Review Board  delivered on 11th November  2016  in  review case No.88/2016 of 24th October 2016 between MF1 Documents  Solutions  Ltd  and  Kenya Bureau of Statistics.

b.  Consequently, all proceedings including the award of Tender No. KNBS/7/01/2016 -17 to the interested party Office Technologies Ltd in  respect of the supply, delivery, installation, commissioning  and maintenance of A3 full Colour  Digital Printer  at a  price  of shs  11,900,000 be and  is hereby brought  into this  court  and  quashed  and  declared  null and  void.

c.  Having  quashed  the  decision of  the  1st respondent  Review Board  made on  11th November  2016, there is  nothing  left  for  declaration orders to issue  and therefore  the prayers  sought  in prayers 4b,c,d, of  the notice  of motion which  are couched  in the nature  of grounds  in support  of the notice  of  motion are  unnecessary.  The same are declined.

d.  In accordance  with Section  175  (7)  of the Public Procurement and Asset  Disposal  Act, 2015, having  quashed  the decision of the Review Board, I order that  each party  shall bear  their own  costs of  these Judicial Review  proceedings.

Dated, signed and delivered in open court at Nairobi this 10th day of October, 2017.

R.E. ABURILI

JUDGE

In the presence of

Miss Daido h/b for Miss Maina for the 1st respondent

N/A for the exparte applicant

N/A for the 2nd respondent

N/A for the interested party

CA: George

Judgment delivered as the notice for delivery of this judgment was posted on the cause list and LSK website for one week and two days prior to this date notifying parties of the date of judgment and the earlier date fixed fell on a day when the court was on leave.

R.E ABURILI

JUDGE