Case Law[2024] ZAGPPHC 1067South Africa
Fumani Holdings (Pty) Ltd v Minister of Finance and Others (121053/2023) [2024] ZAGPPHC 1067 (4 November 2024)
High Court of South Africa (Gauteng Division, Pretoria)
4 November 2024
Judgment
begin wrapper
begin container
begin header
begin slogan-floater
end slogan-floater
- About SAFLII
About SAFLII
- Databases
Databases
- Search
Search
- Terms of Use
Terms of Use
- RSS Feeds
RSS Feeds
end header
begin main
begin center
# South Africa: North Gauteng High Court, Pretoria
South Africa: North Gauteng High Court, Pretoria
You are here:
SAFLII
>>
Databases
>>
South Africa: North Gauteng High Court, Pretoria
>>
2024
>>
[2024] ZAGPPHC 1067
|
Noteup
|
LawCite
sino index
## Fumani Holdings (Pty) Ltd v Minister of Finance and Others (121053/2023) [2024] ZAGPPHC 1067 (4 November 2024)
Fumani Holdings (Pty) Ltd v Minister of Finance and Others (121053/2023) [2024] ZAGPPHC 1067 (4 November 2024)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAGPPHC/Data/2024_1067.html
sino date 4 November 2024
REPUBLIC
OF SOUTH AFRICA
IN
THE HIGH COURT OF SOUTH AFRICA
(GAUTENG·DIVISION,
PRETORIA)
CASE NO: 121053/2023
(1)
REPORTABLE: NO
(2)
OF INTEREST TO OTHER JUDGES: NO
(3)
REVISED:
DATE:
4 November 2024
SIGNATURE:
In
the matter between:
FUMANI
HOLDINGS (PTY) LTD
Applicant
and
MINISTER
OF FINANCE
1
st
Respondents
35
OTHER
RESPONDENTS
2
nd
-36
th
Respondents
JUDGMENT
(The
matter was heard in open court on 4 September 2024. Having heard
counsel for the parties, judgment was reserved. The reserved
judgment
was handed down by uploading the judgment onto the electronic file of
the matter on Caselines. The date of the judgment
is deemed to be the
date of the uploading thereof onto Caselines)
BEFORE:
HOLLAND-MUTER J:
[1]
The Applicant (referred to as
"Fumani Holdings"
),
seeks to review the decision by Treasury (the organ acting on behalf
of the Minister of Finance), who disqualified the Applicant's
tender
for the supply and delivery of sedan, light and heavy commercial
vehicles, busses, motorcycles, agricultural tractors, construction
plant and equipment to the State for a period of three years under
bid number RT57-2022. Bidders were invited to submit bids in
respect
of nine (9) categories of vehicle, with each category comprised of
multiple subcategories.
[2]
Although 35 other respondents, although not
in nomine
, were
cited in the application, the application only proceeded against the
Minister of Finance (The first respondent referred to
as ''Treasury"
in the judgment).
[3]
The tender was a transversal tender. Transversal contracts are
contracts facilitated by Treasury
on behalf of the State. Treasury
normally issues transversal contracts when there is more than one
Organ of State that requires
the supply of certain services or
vehicles. The participating organs in this instance included national
and provincial departments,
public entities and municipalities.
[4]
The transversal term contract that is the subject of this tender
applies to general purpose pool
vehicles for the State, including
hybrid and electrical vehicles, sedan/hatch vehicles, light
commercial vehicles, high mobility
vehicle trucks, multi-purpose and
or sport utility vehicles, busses, panel vans, motor cycles,
emergency medical response vehicles
and construction plant, equipment
and tractors.
[5]
In light of the vast quantum, scope and length of the advertised
tender, Treasury needed credible
information about the bidders to
ensure that tenderers appointed would be able to execute their
mandates. Treasury accordingly
prescribed expressly mandatory and
material conditions in the
Special Conditions of Contract (SCC)
for the tender.
The prescribed conditions are not disputed.
The interpretation of the contents of
clause 5.3.3 (e)
is the
subject of the dispute. See authority to set requirements, below.
[6]
Clause 5.3.3 (e)
of the SCC has the following express material
terms for the tender:
6.1
Clause 5.3.3 (e)(i)
of the SCC clearly and unambiguously
states that the prescribed letter may
"not be from a
dealership".
6.2
Clause 5.3.3(e)(ii)
provides that the principal manufacturer
must underwrite the warranties for all items offered under the
contract, including warranty
repairs and services through existing
service centres or dealerships.
6.3
Clause 5.3.3(e)(iii)
requires that the letter from the vehicle
manufacturer or importer must be on the third party's letterhead and
originally signed.
6.4
Clause 5.3.3(e)(iv)
states that the letter from the vehicle
manufacturer or importer must list all item numbers and descriptions.
6.5
Clause 5.3.3(e)(vii)
requires that the manufacturer or
importer must note the SCC.
[7]
Clause 5.3.3(f)
of the sec clearly states that the prescribed
requirements in
clause 5.3.3(e)
be confirmed and that a
bidder's bid, other than a manufacturer or importer, who fails to
give the authorisation letter from the
vehicle manufacturer or
importer as required, will be invalidated for the bid for the items
offered if non-compliance occurs.
[8]
It is an established core of tenant procurement that Treasury has
executive authority to prescribe
prerequisites for the validity of
tender submissions and that the failure of a tenderer to comply with
material conditions prescribed
by Treasury would result in the
disqualification of a bid as an unsuccessful tenderer under the
auspices of the
Preferential Procurement Policy Framework Act 5 of
2000 (the "PPPFA").
[9]
If a bidder participating in a transversal tender is successful, the
bidder is included in a pool
of approved bidders and individual
organs of state can contact the approved bidder directly. In this
instance, a pool of approved
bidders has been created for each
sub-category of vehicles or equipment included in the tender.
[10]
Treasury does not have the inherent power to condone a failure by a
bidder to comply with peremptory requirements
if specified in the
SCC, and has not been clothed with the discretion to do so.
BACKGROUND:
[11]
Treasury received 94 bids to this tender. The Applicant (Fumani
Holdings), submitted a bid in respect
of multiple items related to
two main categories. In total Fumani Holdings submitted a bid for 65
sub-categories of items specified
in the tender. Fumani Holding's bid
was largely unsuccessful and its bid was successful in respect of one
category.
[12]
Treasury evaluated the bids over the following three phases:
Phase
1:
Pre-Qualification Criteria: The bids from
tenderers that failed to meet the pre-qualification criteria were
disqualified. Provisional
successful bids are forwarded to Phase 2
for evaluation.
Phase
2:
Fumani Holding's bid was not disqualified
in Phase 1 and together with the other 91 bids, were evaluated during
Phase 2. During
this phase the bids are evaluated based on submitted
documents for administration compliance and mandatory requirements.
56 of
the bidders did not meet the mandatory requirements. Fumani
Holdings was one of the unsuccessful bidders during this evaluation.
Phase
3:
Price and B-BBEE requirements are applied
using the 90/10 points system. It is not relevant because Fumani
Holdings' bid was unsuccessful
during the evaluation in Phase 2.
[13]
Fumani Holdings' bid met the requirements during phase 1 and was
subjected to the phase 2 evaluation to determine
whether the bid
comply with the administrative compliance and mandatory requirements.
[14]
National Treasury requires creditable information about the bidders
and the sec expressly stipulated several
mandatory material
conditions. Should a bidder fail to comply with the mandatory
requirements, the bid will be disqualified.
[15]
One of the mandatory requirements is the "Authorisation
Declaration" as stipulated in clause 5.3.3
of the SCC. The
clause provides that all bidders
must
complete the
authorisation declaration for all services and goods in full, sign
the declaration and submit it together with the
bid response at the
closing date and time for the bid. Failure to submit a duly completed
declaration and signed Authorisation
declaration together with
required annexures, will invalidate the bid.
[16]
The State (Treasury) reserves the right to verify any information
supplied by the bidder and should the information
be found to be
false or incorrect, the State can exercise its remedies, including
disqualifying the bid.
[17]
The SCC further stipulates that should any offer not be that of the
actual manufacturer or the importer of
the vehicle, a letter from the
vehicle principal manufacturer is required to confirm the supply
arrangements between the parties.
The authorisation declaration
must
include inter alia the following:
17.1
A letter confirming supply of vehicles from the manufacturer or
importer, but not from a
"dealership".
17.2
The principal manufacturer should underwrite the warrantees for all
items offered under the contract including
warrantees repairs and
services through existing service centres and dealerships.
17.3
The letter must also be on the Third-Party letter head, dated and
originally signed. Failure to comply with
these mandatory
requirements will invalidate the bid.
[18]
Fumani Holdings's bid failed phase 2 because Fumani Holdings. On its
own submission, Fumani Holdings was
neither a manufacturer nor
importer of the vehicles it tendered to supply. Fumani Holdings did
annex several letters to its bid
purporting to be authorisation
letters from UD Trucks Newcastle, John Deere (Pty) Ltd
-"John
Deere SA"
) and AFGRI (Agri Services (Pty) Ltd -
"Afgri''
).
UD
Trucks Newcastle:
[19]
Fumani Holdings submitted a letter from UD Trucks Newcastle to
confirm the supply arrangements between the
parties. This letter did
not comply with clause 5.3.3 of the SCC because UD Trucks Newcastle
is not the manufacturer or importer
of the vehicles to be supplied.
The principal manufacturer also did not underwrite the warrantees for
all items offered under the
contract.
[20]
Treasury had no discretion to condone the failure by Fumani Holdings
to comply with Clause 5.3.3 (e) (vii).
There was no confirmation from
the manufacturer or importer as required by clause 5.3.3. UD Trucks
Newcastle is a dealership and
the SCC forbids contracts with
dealerships.
John
Deere SA and Afgri:
[21]
Fumani Holdings submitted three purported authorisation letters under
clause 5.3.3 (e) that were sent by
a dealership AFGRI and a
representative, John Deere SA in respect of the applicable items in
the bid. The first letter submitted
on 3 August 2022 was sent by John
Deere SA. The letter had a
heading "AFGRI Sub-dealer
Application for Fumani Holdings"
. This letter claims
that John Deere SA acts on behalf of John Deere Asia (Singapore). The
letter however was not on the letterhead
of John Deere Asia
(Singapore) and also not originally signed by John Deere Asia
(Singapore).
[22]
The letter also did not allege that John Deere SA was the principal
manufacturer or importer of the AFGRI
items. The letter failed to
comply with clause 5.3.3 (e)(i) of the sec as it was neither
manufacturer or importer. The letter further
failed to confirm the
parties' supply arrangements as required in clause 5.3.3(e) of the
sec.
[23]
The letter also mentioned that Fumani Holdings was approved as a sub
dealer of AFGRI to sell John Deere Agricultural &
Turf Equipment.
Fumani Holdings is limited to AFGRl's South Africa's dealer agreement
except for National Government tenders which
will be open to all
dealers to tender. This does not comply with the mandatory material
requirements of clause 5.3.3(e) the SCC
because it describes Fumani
Holdings as a dealer.
[24]
The letter further does not list the list of item numbers and
descriptions and this is a further disqualification
of the bid.
[25]
The follow-up letter of 8 November 2022 submitted by Fumani Holdings
in respect of the AFGRI items was drawn
by John Deere SA. This letter
claims that John Deere SA acts on behalf of John Deere Construction &
Forestry Company in relation
to AFRGI items. This contradicts the
previous letter claiming John Deere SA acts on behalf of John Deere
Asia (Singapore). This
is a clear contradiction. The letter does not
allege that John Deere SA is a manufacturer or importer and fails the
mandatory material
requirements of clause 5.3.3 (e) of the SCC.
[26]
There are further aspects that disqualify the bid. The aspect of
warrantees by the principal manufacturer is absent in this
letter. It
is safe to hold that the bid did not pass the phase 2 evaluation on
the material requirements in the SCC. Treasury had
no discretion to
condone these non-compliances by Fumani Holdings and communicated its
decision to Fumani Holdings.
[27]
Fumani contends that the decision by Treasury is ultra vires and
ought to be reviewed.
[28]
Treasury provided Fumani with reasons for refusing to approve the
other remaining tender items. The reasons why Treasury refused
Fumani's bid on the other items was the non-compliance with clause
5.3.3(e)(i) of the Special Conditions of Contract (SCC), which
required bidders, if the bidder was not a manufacturer or importer of
a vehicle they intended to supply, to provide an
"authorisation
declaration"
from the manufacturer or importer of the
equipment they intend to supply. The issue of manufacturers'
warrantees were also lacking.
[29]
Treasury explained that Fumani Holdings submitted authorisation
declarations from dealerships who are not
manufacturers or importers.
This disqualified Fumani Holding's tender because the bids were
non-compliant with clause 5.3.3(e)
of the SCC.
[30]
Fumani Holdings contends that the decision by Treasury to disqualify
its bid is
"bad at law"
for the following reasons:
•
Treasury treated Fumani
Holding's bid different by subjecting it to a process that was not
applied equally to all bidders. Fumani
Holdings alleges that Treasury
provided other bidders an opportunity to
"clarify"
that bidder's non-compliance with various provisions of section 5.3.3
(e) of the SCC and that Treasury did not provide Fumani Holdings
same
opportunity to
"clarify"
its bid. This resulted in Treasury violating its constitutional
obligation to treat all bidders equally. Fumani Holdings contends
that this is a ground to set aside the decision of Treasury on
review.
•
Fumani Holdings avers
that Treasury failed to appreciate that it did provide valid
authorisation declarations as required. The decision
is therefore
irregular because it was based on a mistaken view that Fumani
Holdings failed to comply with section 5.3.3(e) of the
SCC.
•
Fumani Holdings further
contends that Treasury acted unfairly by disqualifying Fumani
Holding's bid without requiring from Fumani
Holdings to clarity the
alleged problematic areas of concern in the authorisation letters.
Treasury therefore disqualified Fumani
Holding's bid without seeking
clarification although Treasury is empowered by the bid conditions to
do so. This failure amounts
to unfair treatment and renders the bid
procedure followed irregular.
[31]
Although the matter was enrolled for the ordinary opposed motion
court, both parties' counsel in the written
heads of arguments argued
the alleged urgency of the matter. In view thereof that the matter
was enrolled in the normal cause of
practice, it is not necessary to
consider the issue of urgency.
[32]
Fumani Holding's
attack was threefold namely (i) that Treasury
treated Fumani Holding's bid unfair and unequal, (ii) Fumani Holdings
alleges that
there was actual compliance by it with the tender
process, and (iii) Treasury acted irregular by not requesting Fumani
Holdings
for
"clarification"
from Fumani Holdings
regarding the alleged non-compliance held by Treasury.
[33]
Treasury's view of the grounds of review advanced by Fumani Holdings
against the impugned decision are (i)
Fumani Holdings's primary case
for review is that Treasury
"committed a reviewable
irregularity by deciding to disqualify the bids on the basis that
Fumani Holdings
failed
to provide valid
authorisation declarations as required"
, (ii) Fumani
Holdings contended that the impugned decision was unlawful as
Treasury has previously awarded a tender using similar
terms as
submitted in this tender- leading to the inference that Treasury
should have considered to remedy the previous award to
Fumani
Holdings, and (iii) that Treasury treated Fumani Holdings
unfairly
by not requesting Fumani Holdings to clarify certain aspects while
Treasury requested other bidders to clarify certain aspects
in their
bids.
[34]
It is clear that the authorisation declaration letters submitted by
Fumani Holdings failed to meet the mandatory
requirements of clause
5.3.3(e) as discussed supra where UD Trucks Newcastle and AFGRI and
John Deere were dealt with. It need
not be repeated here.
[35]
The second ground that Treasury has awarded tenders to other bidders
and also in the past on similar authorising
declaration letters.
Treasury denies this allegation and it must be bourne in mind that
alleged previous irregular action, if such
exists, does not permit it
to be continued. A previous wrong can never justify that mandatory
and material requirements must be
overlooked to allow invalid
applications.
[36]
Treasury can request clarification from bidders on non-mandatory and
material aspects, as it did with other bidders and with
Fumani
Holdings. Non compliance with mandatory and material
requirements cannot be clarified. Fumani Holdings' non-compliance
with mandatory and material requirements falls beyond the
clarification permitted in terms of the SCC.
RELEVANT
LEGAL PRINCIPLES:
[37]
Section 217
of the
Constitution
is the source of
Treasury's powers and functions when engaging with the public
procurement of goods or services as an organ of
State. See
AllPay
Consolidated Investment Holdings (Pry) Ltd v Chief Security Agency
2014 (1) SA 604
CC at [32].
Section 217 (1) provides that an
organ of State, when contracting on behalf of government must act
fair, equitable, transparent,
competitive and cost-effective.
[38)
It was held in
Steenkamp N O v Provincial Tender Board of the
Eastern Cape
2007 (3) SA 121
CC at [33]
that Treasury must take
into account efficient, economic and effective use of resources and
provide impartial, fair and equitable
service without any bias.
[39]
Section 217 (2) of the Constitution provides that organs of State are
not precluded from implementing a procurement
policy providing for
preference in the allocation of contracts protecting persons or
categories of persons disadvantaged by unfair
discrimination.
[40]
In terms of section 217(3) of the Constitution the framework for
preferential procurement must comply with
PPPFA. The procurement
policy may contain a framework which disqualifies tenders which do
not comply in all respects complies with
specifications and
conditions. The sec in clause 5.3.3(e) is therefore justified and
Treasury has to follow such.
[41]
This was confirmed in
Chairperson: Standing Tender Committee and
Others v JFE Sapela Electronics (Pty) Ltd 2008(2) SA 638 SCA at [14]
holding that tenders must be judged against the values set out in
procurement policies and specific specifications and conditions
contained in the tender. Treasury followed these conditions and
mandatory material requirements when considering the tender by
Fumani
Holdings.
[42]
Treasury, like all other Organs of State, may not in general deviate
from the mandatory requirements and
conditions specified in the
tender document. There are a series of case law in this regard
ranging from
Millennium Waste Management (Pty) Ltd v Chairperson
of the Tender Board: Limpopo Province 2008(2) SA 481 CC; SA Eagle Co
Ltd v Bavuma
1985(3) SA (A) at [16] & [19].
THE
GROUNDS FOR REVIEW:
[43]
Fumani Holdings primary ground of review is that the reasons provided
by Treasury are "bad' in law. Fumani Holdings avers
that in
rejecting the bids for UD Trucks Newcastle items and AFGRI items,
Treasury failed to take into account relevant considerations
and made
a decision that is arbitrary and capricious. It further avers that
the decision was not rational based on the provided
information,
unreasonable and irrational.
[44]
The above averments made are founded that Treasury committed
irregularity and disqualified bids on the basis
that Fumani Holdings'
authorisations failed to comply with the requirements.
[45]
It is clear from above why Treasury disqualified Fumani Holdings' bid
for non-compliance with mandatory and
material requirements. Treasury
is further not permitted to condone failure to comply with mandatory
requirements. There is further
no foundation laid or specified
considerations by Fumani Holdings' what Treasury failed to take into
account.
[46]
I could find no justification for the alleged ground that Treasury
made any unreasonable decision or failed
to consider relevant
information. Fumani Holdings failed to set out why it alleges that
the decision taken was irrational or why
the decision amounts to an
unreasonable decision. The decision can never be irrational if
Treasury considered the prescribed requirements.
[47]
Fumani Holdings did not challenge the validity of the mandatory
requirements stipulated in clause 5.3.3 (e)
of the SCC. Treasury has
the necessary authority to lay down requirements. The issue of the
exclusion of
dealership status
from bidding is also not
challenged.
[48]
Having considered all relevant arguments and perusing the contents of
all the affidavits and annexures, the court is of the
view that the
application cannot succeed.
COSTS:
[49]
Treasury seeks a cost order on a punitive scale, including the costs
of counsel. Costs are always within
the discretion of the court. When
awarding costs, the court takes into consideration various factors.
See
Herbstein & Van Winsen, The Civil Practice of the Supreme
Court of South Africa 4
th
Ed p 701-717.
[50]
The purpose of an award of costs is to a successful litigant, is to
indemnify the party for the expense incurred to initiate
or defend
litigation. The normal rule is that costs normally follow success.
The respondent was successful in this matter and should
be awarded
costs.
[51]
Ordinarily a court will award costs on a party-and-party scale unless
there are reasons justifying deviating from the normal
award. When
considering the scale on which costs be awarded, the court will take
into account the conduct of the parties, whether
a party should
display its dissatisfaction with the conduct of a party by awarding
costs on a punitive scale such as on an attorney-
and-client scale.
The court will consider whether the litigation was vexatious or
unreasonable or that the party against whom such
costs order is made
conducted itself improper.
ORDER:
The
following order is made:
1.
The application is dismissed
2.
The Applicant is to pay the Respondent's costs on a party-and-party
scale including the costs
of counsel. The appropriate scale will be
Scale "C".
HOLLAND-MUTER
J
Judge
of the Pretoria High Court
4
November 2024
APPEARANCES:
Applicant:
Adv C Seape with
Adv M Kritzinger
Respondent:
Adv D Sive
Matter heard on 4
June 2024
Judgment delivered
on 4 November 2024
sino noindex
make_database footer start
Similar Cases
Fumani Holdings (Pty) Ltd v Minister of Finance and 35 Others (121053/2023) [2024] ZAGPPHC 835 (26 July 2024)
[2024] ZAGPPHC 835High Court of South Africa (Gauteng Division, Pretoria)100% similar
Fiamme Holdings (Pty) Ltd v Dikhutlo Enterprises (Pty) Ltd and Another (5757/17) [2025] ZAGPPHC 1175 (31 October 2025)
[2025] ZAGPPHC 1175High Court of South Africa (Gauteng Division, Pretoria)98% similar
F.A.C and Another v Road Accident Fund (55375/2015) [2024] ZAGPPHC 1292 (27 November 2024)
[2024] ZAGPPHC 1292High Court of South Africa (Gauteng Division, Pretoria)98% similar
Iman Prop Holdings (Pty) Ltd v Knowledge Objects Healthcare (Pty) Ltd (2024-014083) [2025] ZAGPPHC 71 (24 January 2025)
[2025] ZAGPPHC 71High Court of South Africa (Gauteng Division, Pretoria)98% similar
F.H v S.F.H (126003/2023) [2024] ZAGPPHC 346 (8 April 2024)
[2024] ZAGPPHC 346High Court of South Africa (Gauteng Division, Pretoria)98% similar