Case Law[2023] ZAGPPHC 2067South Africa
Mapitsi Civil Works (Pty) Limited and Another v MEC for Roads and Transport for the Gauteng Provincial Government and Others (28418/22) [2023] ZAGPPHC 2067 (2 November 2023)
High Court of South Africa (Gauteng Division, Pretoria)
2 November 2023
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 2067
|
Noteup
|
LawCite
sino index
## Mapitsi Civil Works (Pty) Limited and Another v MEC for Roads and Transport for the Gauteng Provincial Government and Others (28418/22) [2023] ZAGPPHC 2067 (2 November 2023)
Mapitsi Civil Works (Pty) Limited and Another v MEC for Roads and Transport for the Gauteng Provincial Government and Others (28418/22) [2023] ZAGPPHC 2067 (2 November 2023)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAGPPHC/Data/2023_2067.html
sino date 2 November 2023
IN
THE HIGH COURT OF SOUTH AFRICA
GAUTENG
DIVISION, PRETORIA
CASE
NO:
28418/22
(1) REPORTABLE:
Yes/No
(2)
OF INTEREST TO OTHER JUDGES: Yes/No
(3)
REVISED.
SIGNATURE:
DATE:
02 Nov. 2023
In the matter between:
MAPITSI CIVIL WORKS
(PTY) LIMITED
First
Applicant
MECSA CONSTRUCTION
(PTY) LIMITED
Second
Applicant
and
MEC FOR ROADS AND
TRANSPORT FOR
THE GAUTENG
PROVINCIAL GOVERNMENT
First
Respondent
DITSHIMEGA
PROJECTS & TRAINING (PTY) LTD
Second
Respondent
##### JUDGMENT
JUDGMENT
MBONGWE
J:
INTRODUCTION
[1]
This application for the review and setting aside
of the decision of the first respondent to award a tender to the
second respondent
forms Part B of a two-part application and is a
sequel to an earlier urgent court application, Part A, the applicant
had instituted
against the respondents. In Part A, the applicants had
sought seeking the following interdictory orders:
1.1
Interdicting, prohibiting and restraining the
first and second respondents from:
a.
finalising and signing the formal agreement, to
the extent that such formal agreement had not been finalised and
signed; and/or;
b.
implementing a formal agreement, to the extent
that such formal agreement had not been finalised and signed,
including commencing
site establishment and/or commencing
construction or continuing with construction work in respect of the
tender, pending the final
determination of an application the
applicants were to launch, Part B, against the respondents and
wherein the applicants would
seek an order in terms of which the
impugned decision of the first respondent to award the tender
concerned to the second respondent
is reviewed and set aside.
BACKGROUND FACTS
[2]
On or about the 23 April 2021 the first respondent
published an invitation to bid for a tender to wit, DRT03/09/2020,
for the construction
of Vaal River City Interchange (K174/R42 with
Vaal River City link road measuring 1.37 kilometres and the upgrading
and construction
of intersections on Ascot on Vaal Road (“
the
tender
”
).
[3]
The invitation to tender contained terms and
conditions, the fulfilment of which would qualify a bidder to be
awarded the tender.
The published terms and conditions were
,
inter alia
, that:
3.1
the first respondent would apply the 90/10
preference point system in terms of the Preferential Procurement
Regulations of 2017.
Bidders who did not meet the pre-qualifying
criteria would be disqualified and would not be considered in the
further stages of
the evaluation process;
3.2
It is important to note that the pre-qualifying
criteria referred to were contained in the Minister’s
Regulations of 2017
made under the PPPFA and have since been declared
unconstitutional by the SCA in
Afribusiness
CIP v Minister of Finance
(1050/2019)
[2020] ZASCA 140
; a decision that was confirmed by the Constitutional
Court in an appeal against the decision of the SCA in
Minister
of Finance v Afribusiness NPC
(CCT
279/20)
[2022] ZACC 4
2022.
3.3
functionality would be scored out of 100 (one
hundred) points and the attainment of the minimum threshold of 70
points was a necessary
qualification for further consideration of the
bid in the evaluation process. It was recorded that the evaluation
for functionality
included the assessment of the company’s
experience in rehabilitation/ road construction category;
3.4
the bidder who obtained the highest number of
points, including in the price and preference evaluation, will be the
one recommended
to be awarded the tender.
CERTIFICATION
[4]
The published invitation to bid required that
bidders attach,
inter alia
,
to the returnable bid documents the following certificates of
completion:
4.1
certificates of completion of relevant and similar
projects to the tender project as per the tender specifications;
4.2
where functionality points were claimed, the
bidders were required to attach certificates of completion of prior
relevant and similar
projects signed by all relevant parties, that
is, the employers and the bidder: -
4.2.1
Certificates that were not signed by all relevant
parties will result in the bidder forfeiting points.
4.2.2
The evaluation of functionality shall include the
assessment of the company’s experience and in the
Rehabilitation/ Road Construction
category.
4.2.3
A bidder who failed to submit the required
completion certificate(s) would get zero points.
4.3
A certificate of completion certifying the
completion of a project(s) that are relevant and similar to the
tender project concerned
herein.
[5]
The applicants have annexed to their founding
affidavit a portion of the extract of the invitation to tender (Part
T1.2) which clarifies
the requirements in respect of the first
certificate and sets out the consequence(s) of non-compliance as
follows;
Key Personnel
(Max 30 points)
Bidders must complete
T2.3 (forms B1 and B2) and attach to the bid documents the key
personnel that will be involved with the project
and must clearly
indicate the personnel’s road construction experience, project
description, duration and contactable references.
NB
:
Failure to complete T2.3 and submit certified qualifications will
result in the bidder getting zero points
Company Experience in
Rehabilitation / Road Construction
(Max 25 points)
(Failure to submit the
required Completion certificates will result in the bidder getting
zero points)
NB
:
Completion certificates must be signed by all relevant parties
[Certificate that is not
signed by all relevant parties will result in the bidder forfeiting
points]
NB
:
Practical completion certificate will not be accepted.’’
LEGISLATIVE FRAMEWORK
[6]
Prior to considering the impugned evaluation
process of submitted bids, I deem it necessary to traverse the
applicable legislative
framework and the open tender framework.
THE CONSTITUTION
[7]
In terms of section 217 of the Constitution of the
Republic of South Africa: -
“
(1)
when an organ of state in the national, provincial or local sphere of
government or any other institution identified in national
legislation, contracts for goods or services, it must do so in
accordance with a system which is fair, equitable, transparent,
competitive and cost effective”.
THE PUBLIC FINANCE
MANAGEMENT ACT 1 OF 1999 (“PFMA”)
[8]
The Public Finance Management Act 1 of 1999
(“PFMA”) provides the framework within which the
executive authority must
maintain the applicable procurement system.
Section 38 of the PFMA sets out the general responsibilities of an
accounting officer
and provides that an accounting officer for a
department must adopt and maintain an appropriate procurement and
provisioning system
which is fair, equitable, transparent,
competitive and cost effective.
THE SUPPLY CHAIN
MANAGEMENT POLICY
[9]
The Supply Chain Management Policy is a policy the
first respondent has adopted in compliance with legislative
instruments applicable
in the procurement of services or goods by
organs of state (SCM). The SCM recognises that the
Public Finance
Management Act requires
that the first respondent maintains an
appropriate procurement and provisioning system which is fair,
equitable, transparent, competitive
and cost effective.
[10]
The SCM policy also sets out the procurement
principles the first respondent has adopted and is bound to adhere
to. The principles
include;
10.1
open and effective communication, being;
10.1.1
the presence of and accessibility to the framework
of procurement policies, rules and procedures that are transparent
and accessible
to all parties;
10.1.2
openness and fairness in the procurement process;
10.1.3
integrity in the procurement process and;
10.1.4
the elimination of bias and favouritism;
10.1.5
that the first respondent be; -
10.1.6
ethical and fair in its dealings and;
10.1.7
conducts its business in a fair, transparent and
reasonable manner;
10.1.8
ensures that its procurement processes are
conducted with integrity;
10.1.9
is fair and impartial when performing bid
specifications and evaluations;
10.1.10
ensures proper assessment and adjudication
procedures and that approval procedures are adhered to at all times
to ensure the highest
quality and cost effectiveness in the
procurement of goods and appointment of service providers;
10.1.11
ensure that the assessment of all open tender
projects is audited by independent quality auditors prior to approval
of the specifications
and terms of reference and the adjudication of
the tender bids. The audit constitutes part of a quality assurance
process to certify
that a fair and transparent process was followed
leading to the final award of the tender.
THE
PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT (“PPPFA”)
[11]
The Preferential Procurement Policy Framework Act
5 of 2000 (PPPFA)
is the legislative instrument created in
terms of the PFMA to give effect to the fundamental objective set out
in the provisions
of section 217(2) and (3) of the Constitution Act.
The relevant objectives are the facilitation of the participation of
previously
disfranchised persons mentioned in section 2(d) of the
PPPFA in economic activities in the country. The provisions of
section 2(d)
make it mandatory for government service providers to
contract with one or more of the previously disfranchised category or
categories
of persons and, for the purpose mentioned therein, to
qualify for consideration and selection as such. The only
exceptions
section 3 of the PPPFA recognises are in respect of
instances where the tenderer is a foreign entity or where it is in
the interest
of national security or public interest to deviate from
the mandatory provisions of section 2(d).
[12]
The PPPFA defines an acceptable tender as;
“
Any
tender which, in all respects, complies with the specifications and
conditions of tender as set out in the tender document
.”
[13]
In terms of the Minister’s Preferential
Procurement Regulations of 2017 made under the PPPFA, GN R32 of 20
January 2017, where
tenders are to be evaluated on functionality in
terms of Regulation 5 –
“
(1)
An organ of state must state in the tender documents if the tender
will be evaluated on functionality’’
(2) ……
(3) The tender
document must specify –
(a)
the evaluation criteria for measuring
functionality;
(b)
the points for each criteria and, if any, each
sub- criterion; and
(c)
the minimum qualifying score for functionality.
(4) …
(5) …
(6) A tender that
fails to obtain a minimum qualifying score for functionality as
indicated in the tender documents is not an acceptable
tender.”
[14]
It is to be noted that the Regulations of 2017
have since been declared unconstitutional by the Supreme Court of
Appeal; a decision
that was confirmed by the Constitutional Court in
Minister of Finance v Afribusiness NPC
(CCT 279/20)
[2022] ZACC 4
2022 in a judgment
dated 16 February 2022
.
It
is further to be borne in mind that the tender process in the present
matter was commenced prior to the declaration of invalidity
of the
Regulations of 2017 which means that the provisions of the
regulations played a role in particularly the eliminations of
a vast
majority of the 23 initial bidders for the tender concerned in these
proceedings.
OPEN TENDER FRAMEWORK
[15]
The Gauteng Finance Management Supplementary
Amendment Act (“GFMSAA”) was enacted to promote and
enforce transparency
and effective management in order to eliminate
corruption, unethical practices, prevention of irregular expenditure
and to restore
confidence in public procurement in respect of
revenue, expenditure, assets and liabilities for provincial
departments and provincial
entities. It was also enacted to give
effect to certain provisions of the Public Finance Management Act,
1999 (“the PFMA”)
in the Gauteng Province.
[16]
Hereunder is a discussion of bodies/ formations
created in terms of the Gauteng Finance Management Supplementary
Amendment Act that
are tasked with different yet intrinsic
responsibilities in the process of the evaluation of bids leading to
the awards of tenders
in the Gauteng Province and to do so in a
manner that is compliant with the provisions of applicable
legislative measures and other
relevant prescripts.
THE BID EVALUATION
COMMITTEE (“BEC”)
[17]
The Bid Evaluation Committee (BEC) is a body
established in terms of the
Public Finance Management Act 1 of 1999
,
read with the Treasury Regulations issued thereunder and whose
function is to evaluate the bids submitted, through all stages
of the
evaluation process, with a view to identifying and recommending the
qualifying successful bidder to whom a tender may be
awarded.
[18]
According to the applicants the BEC assessed a
total of twenty-three (23) bids submitted for the tender. This number
was reduced
to five (5) consequent to eighteen (18) bidders being
disqualified for failure to meet pre-requisites ostensibly in terms
of applicable
laws and regulations. The number of bids was further
reduced to four (4) owing to one bid being disqualified for failure
to comply
with further mandatory requirements.
[19]
The four bidders who had up to this stage of
assessments complied and, therefore, qualified for the next stages of
evaluation and
consideration, were the applicants who had submitted
two bids – one each in individual capacities and the second as
a joint
venture. They made it to the final four in their capacity as
a joint venture. The other three remaining bidders were Ditshimega
Projects & Training (PTY) Ltd (the second respondent), T c T
Civil and Construction and King Civil Engineering Contractors.
The
four bidders were found to have scored above the prescribed minimum
70 points for functionality and qualified for further consideration
for Price and Preference Points Evaluation. Two of these bidders were
also eliminated living the applicants and the second respondent
as
the ultimate contestants for the tender and were asked to
individually confirm in writing that they would be able to carry out
the project within their respective tendered amounts.
[20]
In February 2022 the first respondent awarded the
tender to the second responded for an amount of R316 305 434.32,
including
VAT.
THE BID SPECIFICATIONS
COMMITTEE AND THE PROBITY AUDITOR
[21]
GFMSA provides for the auditing of bid
specifications prior to publication of the invitation to tender when
contracting for goods
or services. It provides also that the
accounting officer of the department concerned must ensure that
meetings of the Bid Specification
Committee (‘’the BSC’’)
and the BEC are attended by probity auditors (“PA”)
designated by the
Provincial Treasury. The PA is tasked with probing
the bid specifications and bid evaluation process to ensure equitable
and fair
treatment of all bidders and compliance with legislation and
other relevant prescripts.
PROBITY AUDITORS’
REPORT AND THE BID ADJUDICATION COMMITTEE (BAC)
[22]
The PA must provide a report to the accounting
officer or accounting authority concerned giving an assurance that
the process of
evaluation was compliant with the relevant laws prior
to the BAC considering the recommendation of the BEC.
[23]
The report of the PA must,
inter
alia
, also give assurance that the
evaluation process was free of corruption and unethical practices.
REJECTION OF PA REPORT
[24]
Where an accounting officer or authority rejects
the report of the probity auditor, he or she must report the
rejection, giving
reasons therefor, to the provincial treasury before
a decision to award the tender is made by the accounting authority.
[25]
Upon considering the accounting authority’s
rejection of the probity auditor, the provincial treasury must
investigate the
matter and advise the accounting authority of its
findings and recommend a manner the authority should deal with the
matter before
a tender is awarded.
THE BID APPEALS
TRIBUNAL
[26]
The GFMSA also provides for the establishment of
the Gauteng Bid Appeals Tribunal [“the Appeals Tribunal”]
which is
an independent and impartial tribunal consisting of not less
than three and not more than five members appointed by the MEC on a
part time basis. One member must be a legal practitioner in practice,
one member must have extensive knowledge, experience and
qualification in the field of economics and finance, and one member
who has extensive knowledge and suitable qualifications in
the
practice of supply chain management, including related legislation
and processes.
INTERNAL DISPUTE
RESOLUTION
[27]
Any bidder who is aggrieved by or dissatisfied
with a procedural aspect in the evaluation process resulting in an
impugned decision
of the Bid Adjudication Committee of a Provincial
Department of Provincial Entity when contracting for goods or
services must,
within ten (10) days after the decision has been made;
28.1
file a notice of its intention to appeal with the
designated office at the Department or Public Entity;
28.2
The Department or Public Entity concerned must
upon receipt of the notice of intention to appeal and within ten (10)
days furnish
the bidder, the Provincial Treasury and any interested
party with a transcript of the evaluation processes which has been
certified
as accurate regarding the proceedings before the Bid
Adjudication Committee; and
28.3
in a prescribed form and manner and within thirty
(30) days of the date of the decision, appeal such decision to the
Appeals Tribunal.
28.4
The Tribunal must make a finding on the appeal
within sixty (60) days from the date of lodgement of the appeal and
may confirm the
decision of the BAC or the appeal against the
decision.
NATURE OF FIRST
RESPONDENT’S POWERS
[28]
In carrying out his/her duties and engaging with
service providers in the procurement of goods or services for the
provincial organ
of state, the first respondent performs
administrative action which includes the exercise of discretionary
powers in making a decision.
[29]
Section 217 of the Constitution requires that
administrative action and the exercise of discretionary powers be
lawful, procedurally
fair and equitable,
inter
alia
, to ensure utmost compliance with
these constitutional imperatives and to protect members of the
public, the PFMA provides for
a procedure by which members of the
public whose rights have been materially and adversely affected and
are aggrieved by an administrative
decision may lawfully challenge
same in review proceedings in terms of the legislative provisions of
PAJA dealt with hereunder.
Review proceedings may also be instituted
in terms of the common law grounds of legality and /or irrationality.
REVIEW
THE PROMOTION OF
ADMINISTRATIVE JUSTICE ACT 3 OF 2000 (PAJA)
[30]
The
Promotion of Administrative Justice Act (PAJA
)
is the legislative instrument that lays the procedure(s) to be
followed in the challenge of administrative actions and the exercise
of discretionary powers. Important in the proceedings in terms of
PAJA is the caveat in the provisions of
section 7(2)(a)
read with
section 7(2)(c).
The relevant provisions of
section 7(2)
read thus:
“
7(2)(a
)
Subject to paragraph (c), no court or tribunal shall review an
administrative action in terms of this Act unless any internal
remedy
provided for in any other law has been exhausted
.”
It is necessary to state
that sub- paragraph 7(2)(c) referred in section 7(2)(a) provides for
a direct approach to the court or
any appropriate tribunal for the
review of an administrative action only in exceptional circumstances.
THE APPLICANTS’
APPROACH
A. THE URGENT
APPLICATION
[31]
Aggrieved by the decision of the first respondent,
the applicants engaged the services of attorneys who wrote to the
first respondent
requesting a transcript of the evaluation processes.
The first respondent delayed in providing the applicants with the
requested
transcript resulting in the applicants’ attorneys
sending another communication to the demanding that they be given an
undertaking
by 10 May 2022 that the first respondent’s decision
to award the tender to the second respondent will not be acted upon
pending
the determination of the review proceedings the applicants
intended to launch against the first and second respondents.
[32]
The first respondent communicated the award of the
tender to the second respondent on 18 February 2022 despite the
failure to provide
the applicants with he requested undertaking. This
resulted in the applicants launching an urgent application under case
number
32776/22 against the first and second respondents seeking the
orders stated in para 1, above.
[33]
The first respondent did provide the applicants
with the transcript in two parts, in June 2022 and the second in
August 2022, but
after the applicants had launched the urgent
application on 17 June 2022.
[34]
The applicants’ urgent application was
motivated by the insinuation in the report of the probity auditors
that the first respondent
ought not to have awarded the tender to the
second respondent and that the decision to make the award resulted
in:
35.1
the PA’s reluctance to give the assurance
that the bids evaluation process had been compliant with the
provisions of applicable
legislation and the supply chain management
policy which the first respondent had adopted and was bound to adhere
to. The said
assurance is a required verification of scrutiny of the
bid evaluation processes in terms of the GFMSA. In particular, the PA
reported
that the second respondent:
35.1.1
failed to submit certificates of completion of
projects that were relevant and similar to the tender specifications
as per the invitation
to tender concerned herein;
35.1.2
submitted uncertified completion certificates,
despite Part T2.3 of the published tender invitation making it
mandatory for bidders
to attach certified completion certificates
signed by all relevant parties if functionality points were to be
claimed.
[35]
The PA report stated, in respect of the BEC’s
points allocation, that the BEC has incorrectly allocated 87 points
to the second
respondent in respect of the functionality assessment
despite the second respondent’s failures stated in paras 28,
above
and the explicit warning in the published invitation to tender
that ‘
failure to attach the
required certificates will result in the bidder getting zero points
.’
ANALYSIS
[36]
The first misstep in the applicants’
approach was their failure to follow and adhere to the process
discussed under the heading
“BID APPEALS TRIBUNAL”, an
internal dispute resolution formation created for the resolution of
disputes emanating from
the evaluation of open tender bids. Upon the
first respondent’s communication of his/her decision to award
the tender to
the second respondent, the applicants ought to have
followed the procedure set out in para 27, above. That procedure is
prescribed
in the open tender framework to quickly and inexpensively
resolve tender disputes internally. By following the prescribed
procedure
in para 27 it will not have been necessary for the
applicants to bring the urgent court application. The applicants’
deviation
formed one of the basis for the first respondent’s
prayer for the dismissal of the urgent application: - the second
being
the applicants’ seeking of the interdict without having
simultaneously launched a review application and secured a return
date.
[37]
The applicants’ procedural misstep resulted
in the urgent court issuing an order for the applicants to bring this
review application
as Part B, Part A being the urgent application and
setting out time frames for the parties’ exchange of papers and
reserving
costs.
B. THE REVIEW
PROCEEDINGS
[38]
Armed with the record of the evaluation process
and particularly relying on the report of the probity auditors
stating the deficiencies
in paras 34 and 35, supra, the applicants
brought this review application on 24 May 2022 seeking first, in
terms of section 6 of
PAJA, an order reviewing and setting aside the
first respondent’s decision to award Tender DRT03/09/2020 to
the second respondent
and, second, in terms of section 8 of PAJA, an
order directing the first respondent to award the tender to them
(applicants).
[39]
Once again the applicants, in bringing the review
application without first exhausting internal dispute resolution
procedures, had
unwarrantedly overlooked and disregarded a prescribed
procedure and approached the court without regard to the provisions
of section
7(2)(a) read with section 7(2)(c) of PAJA.
MERITS OF APPLICANTS’
CASE
[40]
The applicant, relying on the final report of the
probity auditors, contends that the award of 87 points to the second
respondent
for functionality was irregular and so was the BEC’s
acceptance of the second respondent’s alleged non –
compliant
certificates of completion. The conduct of the BEC, the
applicants surmise, resulted in it improperly recommending that the
tender
be awarded to the second respondent and ultimately in the
first respondent’s impugned decision to award the tender to the
second respondent. The applicants contend that the alleged failures
of the second respondent effectively disqualified it, in terms
of the
published invitation, from claiming an award of functionality points
and, ultimately, of the tender.
APPLICANTS’ CASE
ON SECOND RESPONDENT’S CERTIFICATES OF COMPLETION
A. REQUISITE
EXPERIENCE AND TECHNICAL EXPERTISE
[41]
The applicants have contended that by the failure
to provide the certified certificate of completion required in T2.3,
the second
respondent had deprived the BEC of a fair evaluation of
the second respondent’s experience and possession of technical
expertise
to execute the tender project. It is noted that the
applicants have given detailed information, mostly technical,
necessary for
the execution of the tender project.
B. FUNCTIONALITY
[42]
The second respondent, the applicant’s
surmised, ought not have been considered in the evaluation stage(s)
beyond functionality
evaluation or, put differently, the second
respondent should have been disqualified and not progressed to the
stage of evaluation
for Price, for example, for failure to submit
certified copies of completion certificates of current and previously
completed project(s)
that were relevant and similar to the tender
project. The achievement of a minimum of 70 points was set for
functionality with
a condition that failure to submit the relevant
certificate(s) will result in the bidder getting zero points
(disqualified). The
applicants argued that the BEC’s allocation
of 87 functionality points to the second respondent in the
circumstances was
in conflict with the explicit conditions in the
published invitation to tender and devoid of any justification.
[43]
The disqualification of the second respondent at
the stage of functionality evaluation would have left the applicants
as the only
bidders for evaluation for price and preference points.
C. CONSIDERATION OF
RELEVANT AND SIMILAR CURRENT AND PREVIOUSLY COMPLETED PROJECTS
(VALIDITY)
[44]
The applicants alleged that the certificate of
completion that was submitted by the second respondent was
uncertified, not for a
project that was relevant and similar to the
tender project and bore an adverse qualification in respect of both
the quality of
the work and delayed completion requiring the
extension of time.
ENCHORE OF APPLICANTS’
SOUGHT REMEDY
[45]
The applicants’ case and contention is that
the first respondent’s decision to award the tender to the
second respondent
in circumstances where the latter had not complied
with the mandatory requirements was a deviation from the published
conditions
for bids and, consequently not authorised by the
applicable enabling statutory provisions and thus rendering the
decision susceptible
to be reviewed in terms of section 6(2) of PAJA.
The applicants have amplified their contention by further stating
that the first
respondent’s decision was, in terms of section
6(2): -
- ·biased or suspected of bias in terms of section
6(2)(a)(i) and (iii);
·
biased or suspected of bias in terms of section
6(2)(a)(i) and (iii);
- ·procedurally unfair and/or materially influenced
by an error of law (section 6(2)(c) and (d));
·
procedurally unfair and/or materially influenced
by an error of law (section 6(2)(c) and (d));
- ·was taken for reasons not authorised by the
empowering provisions (section 6(2)(e)(i));
·
was taken for reasons not authorised by the
empowering provisions (section 6(2)(e)(i));
- ·was taken because irrelevant considerations were
taken into account or relevant considerations were not considered
(section 6(2)(e)(iii));
·
was taken because irrelevant considerations were
taken into account or relevant considerations were not considered
(section 6(2)(e)(iii));
- ·was not rationally connected to the purpose of
the empowering provisions and/or the information at the disposal of
the first respondent,
and/or, the reasons provided by the first
respondent (section 6(2)(f)(ii) (bb), (cc) and (dd) of PAJA).
·
was not rationally connected to the purpose of
the empowering provisions and/or the information at the disposal of
the first respondent,
and/or, the reasons provided by the first
respondent (section 6(2)(f)(ii) (bb), (cc) and (dd) of PAJA).
[46]
The applicants impugned the first respondent’s
decision to award the tender to the second respondent alleging that
the decision
was a deviation from the published requirements and,
therefore, a violation of enabling legislative measures and the
supply chain
management policy referred to above. In particular, the
decision of the first respondent constituted and unwarranted
disregard
of the report of the independent Probity Auditors.
[47]
Based on the above grievances the applicants, in
addition to the prayer for the review and setting aside of the first
respondent’s
decision, seek an order directing the first
respondent to award the tender concerned to the applicants in terms
of section 8(2)
of PAJA.
[48]
In their amended notice of motion, the applicants
also seek an order that the first respondent pays the costs,
including the costs
of the urgent application.
THE FIRST RESPONDENT’S
DEFENCES AND CASE
POINT
IN LIMINE
[49]
The first respondent has raised the point
in
limine
that the applicants are not
entitled to the relief sought in terms of the provisions of PAJA for
two reasons, namely; that the applicants
have approached the court
prematurely without first exhausting the established internal dispute
resolution procedures as required
in section 7(2)(a) read with
section 7(2)(c) of PAJA and, secondly, for failure to demonstrate, in
an application for the indulgence
of the court, exceptional
circumstances in terms of section 7(2)(c) justifying the granting of
exemption from the operation of
the provisions of section 7(2)(a).
The provisions of the latter section preclude the court or other
tribunal from entertaining
the review of a decision in a dispute in
respect of which another law applies and provides for the resolution
of a dispute within
established internal structures prior to a party
approaching the courts.
In casu
,
the Bid Appeals Tribunal is such structure or formation.
[50]
It is noted that the applicants have made a bold
assertion in their heads of arguments that the internal dispute
resolution forum
that ought to have been established in the Gauteng
Province was never established. Even if this contention was correct
and to the
extent that the applicants rely thereon, the applicants
have not brought an application to this court, as required by the
law,
demonstrating this allegation and seeking an order invoking the
application of the provisions of section 7(2)(c) of PAJA (see
Gavric
v Refugee Status Determination Officer & Others
2019
(1) SA 21
(CC).
[51]
The first respondent, at Paras 8 and 21 of its
heads of argument states in the above regard;
“
The
Gauteng Finance Management Supplementary Amendment Act (GFMSA) was
enacted to promote and enforce transparency and affective
management
in order to eliminate corruption, unethical practices, prevention of
irregular expenditure and to restore confidence
in the public
procurement in respect of revenue, expenditure, asset and liability
for provincial departments and provincial entities.
It was also
enacted to give effect to certain provisions of the Public Finance
Management Act 1999 (‘’the PFMA’’)
in the
Gauteng Province
,”
and;
at para 21:
“
The
GFMSA establishes a Bid Appeals Tribunal (“the Appeal
Tribunal”).
The
Appeal Tribunal consists of no less than three (3) and no more than
five (5) members appointed by the Member of the Executive
on a part
– time basis
and
who must, inter alia, include a legal practitioner practicing
administrative, a member knowledgeable in economics and finance
and,
lastly, a supply chain management practitioner
.”
(own emphasis)
[52]
In the matter of
Koyabe
and others v Minister of Home Affairs and others
2010
(4) SA 327
(CC) (25 August 2009) the Constitutional Court said the
following regarding the role of internal remedies:
“
Internal
remedies are designed to provide immediate and cost-effective relief,
giving the executive the opportunity to utilise its
own mechanisms,
rectifying irregularities first, before aggrieved parties resort to
litigation. Although courts play a vital role
in providing litigants
with access to justice, the importance of more readily available and
costs –effective remedies cannot
be gainsaid.
[36]
…
approaching a court before
the higher administrative body is given an opportunity to exhaust its
own existing mechanisms undermines
the autonomy of the administrative
process. It renders the judicial process premature, effectively
usurping the executive roll
and function. The scope of administrative
action extends over a wide range of circumstances, and the crafting
of specialist administrative
procedures suited to the particular
administrative action in question enhances procedural fairness as
enshrined in our Constitution.
Courts have often emphasised that what
constitutes a ‘fair’ procedure will depend on the nature
of the administrative
action and circumstances of the particular
case. Thus the need to allow executive agencies to utilise their own
fair procedures
is crucial in administrative action….
[37] … Once an
administrative action is completed, it is then for the court to
perform its review responsibility, to ensure
that the administrative
action or decision has been performed or taken in compliance with the
relevant constitutional or other
legal standards.
“
Internal
administrative remedies may require specialised knowledge which may
be of a technical and/or practical nature. The same
holds true for
fact- intensive cases where administrators have easier access to the
relevant facts and information. Judicial review
can only benefit from
a full record of an internal adjudication, particularly in the light
of the fact that reviewing courts do
not ordinarily engage in
fact-finding and hence require a fully developed factual record.”
(paras
[35] to [37])
[53]
The Constitutional Court in the matter of
Allpay
Consolidated Investment Holdings (Pty) Ltd and Others v Chief
Executive Officer of the South African Social Security Agency
and
Others
2014 (1) BCLR 1
(CC) found, in
relation to open tenders, that;
54.1
the role of procedural requirements was to ensure
even treatment of all bidders and the purpose of a fair process is to
ensure the
best outcome (para 24).
54.2
Assessing the materiality of compliance with legal
requirements in our administrative law is, fortunately, an exercise
unencumbered
by excessive formality. The central element is to link
the question of compliance to the purpose of the provision by asking
whether
what the bidder did constituted compliance with the statutory
provision viewed in light of its purpose. This is not the same as
asking whether compliance with the provisions will lead to a
different result (para 30) and, at para 43;
54.3
The facts of each case will determine whether any
shortfall in the requirements of the procurement system, be it
unfairness, inequality,
lack of transparency, lack of competitiveness
or cost-inefficiency, may lead to: procedural unfairness,
irrationality, unreasonableness
or any other review ground under PAJA
and that;
54.4
The judicial task is to assess whether the
evidence justifies the conclusion that any one or more of the review
grounds do in fact
exist.
[54]
The court emphasised that the duty to exhaust
internal remedies is a necessary requirement in our law.
[55]
The court further stated, however, that the
requirement to exhaust internal remedies should not be rigidly
imposed and that it should
not be used to frustrate the efforts of an
aggrieved person, or to shield the administrative process from
judicial scrutiny –
hence the provision for the courts to
condone non-exhaustion of internal remedies
in
exceptional circumstances
[own
emphasis].
ANALYSIS
[56]
As pointed out earlier, the applicants’
launching of the urgent application was an unwarranted deviation from
the prescribed
procedure stated earlier to challenge the decision of
the first respondent and the judicial review application demonstrate
a lack
of appreciation of the purpose for which the dispute
resolution procedure was put in place or an oblivion to the existence
thereof.
I cannot, but agree with the first respondent’s
contention that the applicants’ failure to comply with the
prescribed
procedures can only result from their failure to attend
indicated mandatory meetings wherein pertinent aspects of the tender
were
explained to prospective bidders, including the resolution of
disputes emanating from the bid evaluation process and decisions.
[57]
In my view, nothing in both instances of the
applicants’ failures constitutes warrants an exemption of the
applicants’
application for review from the application of the
provisions of section 7(2)(a) and, furthermore, the applicant has not
demonstrated
the existence of exceptional circumstances justify the
entertainment of this application by the court in terms of section
7(2)(c)
of PAJA. The applicants’ unwarranted deviation from
prescribed procedures is, in my view, fatal to the present review
application.
[58]
While it is not necessary to consider the merits
in this case in light of the findings on the first respondent’s
point
in limine
,
I deem it necessary to state that it is not in dispute that the
adverse findings in the report of the probity auditors on which
the
applicants’ case is founded were legitimately rejected by the
first respondent, as he/ she was entitled to do and having
followed
due process set out in para 27, above, and on the grounds of
confirmation by the Construction Industry Development Board
(CIDB)
that the impugned first and third certificates of completion that
were submitted by the second respondent were, contrary
to the
applicants’ assertions, in fact relevant and similar to the
tender project and, therefore, compliant with the tender
specifications (see paras 24 and 25, supra). It is also necessary to
state that it is not in dispute that the probity auditors
were
involved together with the BEC in the discussions with the CIDB that
informed the first respondent’s decision to reject
the PA’s
findings. It is worth of note that the CIDB is a creature of statute
charged with the responsibility to lead the
development of and
advised government and/or stakeholders on best practice and the
implementation of a uniform strategy within
the construction
industry.
CONCLUSION
[59]
It follows from the afore-stated that the
applicants’ jurisdictional grounding for this review
application crumbled into dissipation
in the face of the advice of
the CIDB leading to the decision of the first respondent. On the
basis of this finding and that in
respect of the point
in
limine
, this review application stands
to be dismissed.
COSTS
[60]
It is a general principle that costs follow the
result. However, it has to be noted that despite its unwarranted
deviation from
prescribed procedures, the applicants’ decision
to engage in this litigation was informed by the report of a
legislatively
engaged independent probity auditor. It will
consequently not accord with justice to mulct the applicants with the
costs of the
ill-advised review application.
ORDER
[61]
Resulting from the findings and conclusion in this
judgment, the following order is made:
1.
The application for the review of the first
respondent’s decision is dismissed with no order as to costs.
2.
The applicant is ordered to pay the costs of the
urgent application under case number 32776/22 which costs shall
include the costs
consequent upon the first respondent’s
employment of two counsel.
MPN MBONGWE
JUDGE OF THE HIGH
COURT
GAUTENG DIVISION
PRETORIA
APPEARANCES
For
the applicants
Adv
S Strydom
Instructed
by
Botha
Attorneys
For
the first respondent
Adv
JA Motepe SC; Adv S Manganye
Instructed
by
Malatji
& Co. Attorneys
THIS JUDGMENT WAS
HANDED DOWN ELECTRONICALLY BY EMAILING TO THE PARTIES’
ATTORNEYS AND UPLOADING ONTO CASELINES ON 02 NOVEMBER
2023.
sino noindex
make_database footer start
Similar Cases
Maponya and Another v South African Legal Council [2023] ZAGPPHC 144; 48141/21 (27 February 2023)
[2023] ZAGPPHC 144High Court of South Africa (Gauteng Division, Pretoria)99% similar
South African Civil Aviation Authority v Civil Aviation Appeal Authority and Others (66128/2020) [2024] ZAGPPHC 988 (27 September 2024)
[2024] ZAGPPHC 988High Court of South Africa (Gauteng Division, Pretoria)99% similar
AL Mphago Civil Construction CC v HM Eyethu Construction & Plant Hire CC (22283/2019) [2022] ZAGPPHC 231 (11 April 2022)
[2022] ZAGPPHC 231High Court of South Africa (Gauteng Division, Pretoria)98% similar
Mapisa-Nqakula v S (CC33/2024) [2025] ZAGPPHC 371 (4 April 2025)
[2025] ZAGPPHC 371High Court of South Africa (Gauteng Division, Pretoria)98% similar
Mapisa-Nqakula v National Director of Public Prosecutions and Others (B9/2024) [2024] ZAGPPHC 357 (16 April 2024)
[2024] ZAGPPHC 357High Court of South Africa (Gauteng Division, Pretoria)98% similar