Case Law[2023] ZAGPPHC 2064South Africa
Mabotwane Security Services CC v Madibeng Local Municipality and Others (116843/2023) [2023] ZAGPPHC 2064 (8 January 2023)
High Court of South Africa (Gauteng Division, Pretoria)
8 January 2023
Headnotes
which it deems necessary to establish if the requirements in section 23(2)(b) have been met. The only certificate provided for in the PSIRA Act relates to a certificate as proof of registration as a service provider. There is nothing in the PSIRA Act referring to a control room certificate.
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
>>
2023
>>
[2023] ZAGPPHC 2064
|
Noteup
|
LawCite
sino index
## Mabotwane Security Services CC v Madibeng Local Municipality and Others (116843/2023) [2023] ZAGPPHC 2064 (8 January 2023)
Mabotwane Security Services CC v Madibeng Local Municipality and Others (116843/2023) [2023] ZAGPPHC 2064 (8 January 2023)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAGPPHC/Data/2023_2064.html
sino date 8 January 2023
REPUBLIC OF SOUTH AFRICA
IN THE HIGH COURT OF
SOUTH AFRICA
GAUTENG DIVISION,
PRETORIA
CASE
NO: 116843/2023
(1)
REPORTABLE: NO
(2)
OF INTEREST TO OTHER JUDGES: NO
(3)
REVISED: NO
Date:
8 January 2023
In
the matter between:
MABOTWANE
SECURITY SERVICES CC
Applicant
and
MADIBENG
LOCAL MUNICIPALITY
First
Respondent
MUNICIPAL
MANAGER, JK MASHIGO N.O.
Second Respondent
HWIDIDU
GROUP (PTY) LTD
Third Respondent
MTUNGWA
TLASEGO PROJECT JV
Fourth
Respondent
TRIOTIC
(PTY)
LTD
Fifth Respondent
MOKGANYA
SUPPLY AND PROJECTS CC
Sixth Respondent
ANY
RESPONDENT WHO WAS AWARDED A
TENDER
UNDER RFT BIDS 62,63,
64 OR 65/2022/23
Seventh
Respondent
JUDGMENT
# DE VOS AJ
DE VOS AJ
[1]
The applicant seeks the urgent review of a tender. The relief is for
a final order reviewing
and setting aside the tender awarded by the
first respondent (“the Municipality”) to the third,
fourth, fifth and sixth
respondents (“successful bidders").
In addition, the applicant seeks an order for substitution in terms
of section 8(1)(c)(ii)
of the Promotion of Administrative Justice Act
that it be declared the successful bidder. The Municipality opposes
the relief.
Its position is that the successful bidders scored the
highest points.
[2]
The tender relates to an invitation to bid extended by the
Municipality to provide physical
security services at various sites.
The Municipality received multiple bids. It followed an evaluation
and adjudication process.
It organised its sites into four clusters
and awarded the tender to the highest bidder for each cluster. The
fourth respondent
was the highest-scoring bidder in Cluster 1, the
sixth respondent was awarded Cluster 2, and for Cluster 4, the third
respondent
was the highest scorer. For cluster 3, the bidder with the
highest score was already appointed for cluster 1. The Municipal
Manager
then decided to appoint the bidder with the second highest
points scored, the fifth respondent, as the successful bidder.
[3]
The central controversy is whether the successful bidders met the
mandatory requirements
of the Bid Evaluation Document. The tender was
regulated by a Bid Evaluation Document, which marked the award with
three phases.
The first is administrative compliance, the second is
evaluation of functionality, and the third is price and specific
goals. The
document contains a warning in bold: "N.B. Bidders
who fail to comply with the requirements of Phase 1 and 2
respectively
will not proceed to the next stage of evaluation".
The bid document then lists 27 items which a bidder must submit as
part
of the administrative compliance phase. If the bidder fails to
submit these documents, it is disqualified from progressing to the
next phase of the process.
[4]
The applicant contends that the successful bidders did not provide
the documents listed
under items 16, 23 and 25 of the submission
document. Item 16 is proof of registration with the Bargaining
Council, item 23 is
quality system approval, and item 25 is proof of
a control room approval by PSIRA. The applicant’s case is that
the successful
bidders did not submit these documents, and therefore,
they should have been disqualified, should not have proceeded to the
next
stage of the process and could not have been awarded the
tenders.
[5]
The case requires the Court to test whether the successful bidders
complied with items 16,
23 and 25. The contentious item is item 25,
and I will deal with it last.
Item
23: Proof of compliance with ISO 9001: 2015
[6]
Item 23 states –
"Proof of compliance
with ISO 9001: 2015, which sets out the criteria for a quality
management system in an entity. NB, Poof
of an externally audited
system (ISO 9001: 2015) is mandatory in conjunction with accredited
personnel in the employ of the bidder
Security service provider.”
[7]
The applicant contends that the third respondent did not comply with
this requirement as
it should failed to submit proof of compliance
with ISO 9001:2015.
[8]
The Municipality alleges that the third respondent did submit proof
of compliance with ISO
9001 and that this proof formed part of the
documents considered by the Municipality. However, when preparing the
record for purposes
of the hearing, the officials at the
Municipality’s Supply Chain Management Unit accidentally left
the proof out when compiling
the record for this hearing. The
Municipality supplied the certificate, and the third respondent's bid
is attached to its answering
affidavit. On the Municipality's
version, the third respondent did submit the proof, and the
Municipality had regard to it. However,
it was erroneously left out
when the Municipality prepared the record for this review.
[9]
The applicant cannot deny this version. Even if it could, and the
Court was presented with
a dispute of fact in this regard, the
Municipality would benefit from the
Plascon-Evans
rule. The
facts before this Court, properly considered, are that the third
respondent did submit the necessary proof.
[10] If
proof of ISO 9001 had not been part of the documents considered by
the Municipality and it was being added
to the documents the
Municipality considered in making its decision, ex post facto, that
would be a different situation. That is
not what happened in this
case. The document did serve before the Municipality, and it did form
part of the Municipality’s
decision-making process. However, it
was left out of the formal compilation of the record.
[11]
The applicant has not proven the factual basis to sustain this ground
of review.
25
Proof of Control Room registration issued by PSIRA
[12]
Item 25 requires proof of control room registration issued by the
Private Security Industry Regulation Agency
(“PSIRA”).
PSIRA is regulated by the Private Security Industry Regulation Act 56
of 2001.
[13]
The applicant contends that item 25, properly interpreted, requires
proof of control room registration in
the form of a certificate. The
applicant contends that not one of the successful bidders presented
such a certificate.
[14]
The Municipality argues that item 25 must be interpreted in line with
the provisions of the PSIRA Act. The
Municipality points out that the
PSIRA Act contains no provisions which empower PSIRA to issue a
control room certificate. While
the PSIRA Act contains provisions
dealing with the registration as a security service provider
(sections 20 – 27), it
does not make provision for the
registration of a control room or for the issuance of a certificate
for control room registration.
[15]
The PSIRA Act, in section 23(2)(b), provides that a business can
apply for registration as a service provider
if such a security
business meets the prescribed requirements with respect to the
infrastructure and capacity necessary to render
a security service.
To determine if a business meets the requirements, PSIRA may, in
terms of section 23(3), cause an inspection
to be held, which it
deems necessary to establish if the requirements in section 23(2)(b)
have been met. The only certificate provided
for in the PSIRA Act
relates to a certificate as proof of registration as a service
provider. There is nothing in the PSIRA Act
referring to a control
room certificate.
[16]
The Municipality contends that the only interpretation of item 25
which makes sense is one that relies on
section 23(3) of the PSIRA
Act, which allows PSIRA to inspect a service provider's premises for
purposes of establishing infrastructure
suitability and capacity.
However, as the PSIRA Act does not empower PSIRA to issue a control
room certificate, item 25 could not
demand such a certificate. The
only requirement, read with the enabling legislation, is that of
inspection conducted by the inspectors
appointed by PSIRA.
[17] In
compliance with its interpretation of item 25, the Municipality has
attached the inspection reports of
the successful bidders. This, the
Municipality contends, complies with item 25, as read with the
enabling legislation.
[18]
The applicant, itself did not submit a control room certificate
issued by PSIRA. The applicant submitted
a letter confirming that an
inspection was conducted to assess the control room infrastructure at
the applicant's office in Johannesburg.
This, of course, is in line
with the clear provisions of the PSIRA Act and in harmony with the
Municipality's interpretation of
item 25 of the PSIRA Act.
[19]
The Court concludes that item 25 must be read with the PSIRA Act.
When read together, item 25 cannot demand
a certificate that the
PSIRA Act does not authorise PSIRA to issue. The only requirement
that item 25 could impose, properly interpreted
in line with the
empowering legislation, would be a successful proof of inspection of
the control room. The successful bidders
complied with this
requirement. Whilst these inspection reports provided requests for
further information, there is nothing on
the face of these reports
that could be interpreted as anything other than proof of a
successful inspection.
[20]
This ground of review is dismissed as the applicant's interpretation
of item 25, requiring the submission
of a certificate relating to the
control room, is not supported by the PSIRA Act.
Item 16: Proof of
registration with the Bargaining Council
[21]
Item 16 of the submission of required “proof of registration
with the Bargaining Council”. The
applicant contends that the
fourth respondent did not submit proof of its registration with the
Bargaining Council. It is, however,
common cause that its J.V.
partner did submit proof of registration with the Bargaining Council.
The applicant contends that based
on this, the fourth respondent’s
bid should have been disqualified.
[22]
The Municipality contends that joint venture bids were not required
to submit a document evidencing proof
of registration with the
Bargaining Council separately. The Municipality contends that one
partner in a joint 50/50 venture partnership
meets the requirement if
it is registered with the Bargaining Council. The Municipality's case
is that there was, in fact, no deviation
from the requirements, but
even if there was, there is substantial compliance as the one partner
did provide proof of registration
with the Bargaining Council.
[23]
The purpose of registration with the Bargaining Council is to ensure
the employees gain the advantage of
the main collective agreement
that applies within the Council. The absence of such proof means that
there is no assurance that
the employees are receiving employment
conditions in line with industry standards set by the Council, except
if the main agreement
has been extended to non-parties.
[24]
The
Municipality has referred the Court to the judgment in
Allpay
Consolidated Investment Holdings (Pty) ltd v Chief Executive Officer,
S.A. Social Security Agency
(“
All-Pay”)
[1]
as authority for the
proposition that substantial compliance is sufficient.
[25]
All-Pay
is not the authority for the proposition that a Court will take a
relaxed approach to procedural requirements in the context of
tender
reviews. On the contrary,
All-Pay
identifies the three-fold purpose of compliance with the process: (a)
it ensures fairness to participants in the bid process; (b)
it
enhances the likelihood of efficiency and optimality in the outcome,
and (c) it serves as a guardian against a process skewed
by corrupt
influences.
[2]
Rather than introducing a lax approach to procedural requirements,
the Court sets the test as one requiring a principled evaluation
of
whether the decision accords with section 217 of the Constitution,
which demands that the decision is expected to be made “in
accordance with a system which is fair, equitable, transparent,
competitive and cost-effective”.
[3]
The approach is not to set aside instances of deviations but rather
to assess the tender process in light of the principles espoused
in
section 217 of the Constitution. Deviations that do not materially
impact the fairness, lawfulness or reasonableness of the
process
cannot serve to vitiate the decision.
[4]
Deviations from the procedure will be assessed in terms of those
norms of procedural fairness. That does not mean that administrators
may never depart from the system put into place or that deviations
will necessarily result in procedural unfairness.
[5]
[26]
The Court
is required to, based on the facts of each case, determine what any
shortfall in the requirements of the procurement system
–
unfairness, inequity, lack of transparency, lack of competitiveness
or cost-inefficiency – may lead to procedural
unfairness,
irrationality, unreasonableness or any other review ground under
PAJA. The judicial task,
[6]
set
by the Constitutional Court, is to assess whether the evidence
established justifies the conclusion that any one or more of
the
review grounds do, in fact, exist.
[27]
In
accordance with the approach set out above, it is now necessary to
consider whether the evidence on record establishes the factual
existence of any irregularities and, if so, whether the materiality
of the irregularities justifies the legal conclusion that any
of the
grounds for review under PAJA exist. The Constitutional Court
requires this Court to consider whether the “materiality
of
irregularities is determined primarily by assessing whether the
purposes the tender requirements serve have been substantively
achieved.”
[7]
[28]
The purpose of requiring Bargaining Council registration is to
protect employees from exploitation. The purpose
is laudable.
[29]
There is nothing in the bid document which indicates that both J.V.
partners need to submit proof of registration.
This, the Municipality
contends, is sufficient. The Court rejects this submission. It is a
deviation from the bid document if a
J.V. partner does not comply
with the bid requirements. If not, then it permits bidders to avoid
certain obligations in the bid
process.
[30]
The question, accepting that there is an irregularity, is whether it
is material or not. There is nothing
before me to indicate that the
applicant was placed in an unfair competition as it was registered
with the Bargaining Council whilst
only one of the J.V. partners was
registered with the Bargaining Council. There is also nothing before
me to indicate that the
J.V. partner who did not submit proof of
registration is not, in fact, registered, that it has employees or
even if so –
that it is providing conditions of employment
lower than that prescribed by the main agreement of the Bargaining
Council.
[31]
The materiality of the irregularity has, therefore, not been
established. For these reasons, the Court concludes
that there was an
irregularity but that it is not sufficiently material to set aside
the award.
Substitution
[32]
Having concluded that the grounds of review have not been
established, the Court need not consider the issue
of remedy.
However, as final relief is being sought and the Court wishes to
place the parties in a position to exercise their rights
of appeal,
the Court will follow a belt and braces approach. The Court,
therefore, sets out why, even if the applicant had established
its
grounds of review, the Court could not grant the substitution relief
that is being requested.
[33]
The Municipality determined specified goals upon which different
points were allocated. Specifically, a person
historically
disadvantaged based on race with at least 51% = 3 points. Persons
historically disadvantaged based on gender with
at least 51%
ownership = 1 point. Persons with at least 51% ownership who are
youth = 2 points. Persons historically discriminated
against based on
disability with at least 51% ownership = 2 points. Local Economic
Development companies with directors/shareholders
with at least 51%
ownership residing within the jurisdiction of the Municipality = 2
points.
[34]
All bidders were then allocated preferential points, out of a maximum
of 10, premised on the individual specific
goals that were
pre-determined by the Municipality. The Court has been provided with
specific goals, the points allocated for each
goal, and the outcome
of this process in the form of the score sheet.
[35]
The score sheet shows that another bidder, Mamyila Trading, scored
better than the applicant. In other words,
even if the applicant is
correct – and the successful bidders were excluded – the
applicant would still not be the
successful tenderer. This is a
common cause and is supported by objective evidence in the form of
the scoresheets.
[36]
The applicant has not joined or served Mamyila. It has not been heard
in these proceedings at all. The applicant
contended that
substitution is appropriate as it is a foregone conclusion that it
ought to have received the tender. The Court
cannot draw that
conclusion in light of the scoring of Mamyila, and certainly not in
the absence of Mamyila.
[37]
Even if the applicant was successful in proving its grounds of
review, the relief it sought cannot be granted.
Urgency
[38]
The applicant sought relief on an urgent basis. The Municipality
opposed the urgency of the matter.
[39]
The
applicant relies on the limited duration, 36 months, of the contract
awarded to the successful bidders. The applicant's concern
is one
which is often raised in urgent Court: the nature of tender reviews
is that, frequently, the contract is served to completion
before the
review proceedings are finalised. The concern is that the applicant
might be in a position where, due to the effluxion
of time, even an
invalid administrative act will be permitted to stand.
The
scope of granting effective relief to vindicate the infringed rights
becomes drastically reduced.
The
judgments in
Steenkamp
[8]
and
Pipeline
[9]
indicate the limited scope for a successful attempt to obtain
monetary relief in the normal course.
[40]
The Court
also weighs
the
Supreme Court of Appeal’s view that “it may help if the
High Court, to the extent possible, gives priority to these
matters.”
[10]
Whilst this may not always be possible, in this particular case, the
Court was able to allocate most of the day to the hearing
of this
matter. The parties were well prepared, had delineated the issues
into essentially three issues, and provided concise and
helpful
written submissions. The Court also has been presented with a record
of the decision-maker. The matter was, therefore,
ripe for hearing.
[41] In
addition, it would not be the best use of judicial resources if this
Court - already having considered
the submissions and read the 3000
pages of pleadings and records – burden another court with the
same matter.
[42]
For all these reasons, the Court concluded that the matter was
urgent.
Costs
[43] As
to the issue of costs, the general rule is that costs must follow the
result. However, Biowatch provides
that if a party wishes to litigate
a fundamental right, it must not be mulcted in costs. The applicant
has asserted its rights
under section 34 of the Constitution. The
Municipality has not provided any reason not to apply Biowatch in
these circumstances.
In these circumstances, the Court does not award
any costs.
Order
[44] As
a result, the following order is granted:
a) The
application is dismissed.
I de Vos
Acting Judge of the High
Court
Delivered:
This judgment is handed down electronically by uploading it to the
electronic file of this matter on CaseLines.
As a courtesy gesture,
it will be sent to the parties/their legal representatives by email.
Counsel for the
applicant:
W. Maodi
Instructed by:
M.L. MATEME
INCORPORATED
Counsel
for the first and
second respondents:
OK Chwaro
Instructed by:
ME TLOU ATTORNEYS
Date of the
hearing:
14 December 2023
Date of judgment:
8 January 2023
[1]
2014 (1) SA 604 (CC)
[2]
Id
at para 27
[3]
Millennium
Waste (above) para 4
[4]
MEC
for Education, Gauteng Province and Others v Governing Body, Rivonia
Primary School and Others 2013 (6) 582 (CC) at para 49(c).
[5]
All-Pay
para 40
[6]
All-Pay
para 44
[7]
All-Pay
para 58
[8]
Steenkamp N.O. v Provincial Tender Board of the Eastern Cape
[2005]
ZASCA 120
at
para 33
[9]
Esorfranki Pipelines (Pty) Ltd v Mopani District Municipality (CCT
222/21)
[2022]
ZACC 41
;
2023
(2) BCLR 149
(CC);
2023
(2) S.A. 31
(CC)
(“Pipeline”)
[10]
Millennium Waste Management (Pty) Ltd. v Chairperson of the Tender
Board: Limpopo Province and Others (31/2007)
[2007]
ZASCA 165
;
[2007] SCA 165 (RSA);
[2008]
2 All SA 145
;
2008
(2) SA 481
;
2008
(5) BCLR 508
;
2008
(2) SA 481
(SCA)
(29 November 2007)
sino noindex
make_database footer start
Similar Cases
Mabotwane Security Services CC v Madibeng Local Municipality and Others (116843/2023) [2024] ZAGPPHC 528 (28 May 2024)
[2024] ZAGPPHC 528High Court of South Africa (Gauteng Division, Pretoria)100% similar
Smada Security Services (Pty) Ltd v Department of Justice and Constitutional Development (081565/2023) [2025] ZAGPPHC 311 (26 March 2025)
[2025] ZAGPPHC 311High Court of South Africa (Gauteng Division, Pretoria)99% similar
M T Makhubele Enterprises CC and Others v Business Partners Limited and Others [2023] ZAGPPHC 166; 11789/19 (6 March 2023)
[2023] ZAGPPHC 166High Court of South Africa (Gauteng Division, Pretoria)99% similar
Umlindi Security Services (Pty) Ltd v National Commissioner of the South African Police Services General KJ Sithole N.O. and Others (42824/2021;44969/2021;43855/2021) [2022] ZAGPPHC 434 (15 June 2022)
[2022] ZAGPPHC 434High Court of South Africa (Gauteng Division, Pretoria)99% similar
Mabasa v Minister of Police and Another (60522/2017) [2024] ZAGPPHC 234 (11 March 2024)
[2024] ZAGPPHC 234High Court of South Africa (Gauteng Division, Pretoria)99% similar