Case Law[2025] ZAWCHC 582South Africa
TMT Services and Supplies (Proprietary) Ltd t/a Traffic Management Technologies v City of Matlosana and Another (21070/2024) [2025] ZAWCHC 582 (10 December 2025)
Headnotes
that:
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: Western Cape High Court, Cape Town
South Africa: Western Cape High Court, Cape Town
You are here:
SAFLII
>>
Databases
>>
South Africa: Western Cape High Court, Cape Town
>>
2025
>>
[2025] ZAWCHC 582
|
Noteup
|
LawCite
sino index
## TMT Services and Supplies (Proprietary) Ltd t/a Traffic Management Technologies v City of Matlosana and Another (21070/2024) [2025] ZAWCHC 582 (10 December 2025)
TMT Services and Supplies (Proprietary) Ltd t/a Traffic Management Technologies v City of Matlosana and Another (21070/2024) [2025] ZAWCHC 582 (10 December 2025)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAWCHC/Data/2025_582.html
sino date 10 December 2025
IN
THE HIGH COURT OF SOUTH AFRICA
(WESTERN
CAPE DIVISION, CAPE TOWN)
JUDGMENT
Case
no: 21070/2024
Not
Reportable
In
the matter between:
TMT
SERVICES AND SUPPLIES (PROPRIETARY) LTD Applicant
t/a
TRAFFIC MANAGEMENT TECHNOLOGIES
(Registration
number: 2000/022850/07)
and
CITY
OF MATLOSANA
First Respondent
SYNTELL
(PROPRIETARY) LTD
Second Respondent
Coram
:
Miller AJ
Heard
:
16 September 2025
Delivered
:
10 December 2025
ORDER
1.
Declaring that the bid submitted by the second respondent in Tender
No: COM/SCM/T/09/2023/24
("
the Tender
") is invalid.
2
The decision of the first respondent taken on 5 February 2024 to
award the
Tender to the second respondent is reviewed and set aside.
3.
Any contract(s) concluded between the first respondent and the second
respondent
pursuant to the first respondent's decision to award the
Tender to the second respondent is/are reviewed and set aside with
effect
from 31 March 2026.
4.
The first respondent is liable for the costs of this application,
such costs
to include the costs of counsel on scale C.
JUDGMENT
Miller,
AJ
Introduction
[1]
This application relates to the decision of the first respondent
("
the Municipality
'') to award a public tender to the
second respondent ("
Syntell
") on 5 February 2024 for
the provision of traffic management services to the Municipality.
[2]
The applicant ("
TMT
") seeks a declarator that
Syntell's bid was non-responsive and therefore invalid and an order
reviewing and setting aside
the decision to award the tender to
Syntell and any contract(s) awarded under the tender.
[3]
Syntell did not participate in this application. It abides this
court's decision.
[4]
The Municipality opposes the application on two grounds: first, that
TMT lacks
locus standi
to bring this application because its
bid was non-responsive (i.e. non-compliant) and second, that the
review should fail on the
merits.
[5]
After setting out the material facts, which were common cause, I deal
with each of
the grounds of opposition.
The
facts
[6]
The Municipality called for tenders for the provision of traffic
management services
with a closing date of 16 November 2023. These
services relate to capturing and processing traffic violations for
speeding.
[7]
The tender was governed by a document titled "Evaluation Process
and Criteria"
("
the Bid Criteria Document
").
[8]
The Bid Criteria Document contained the following mandatory term:
"Bidders must
initial each page of the Tender Document, including all returnable
documents submitted as part of this bid. Failure
to Initials [sic]
the Bid Document along with all the returnable documents will lead to
the immediate disqualification of the Bidder
...".
[9]
I shall call this term of the Bid Criteria Document "
the
mandatory provision
".
[10]
The Municipality received bids from TMT, Syntell and Dunamis Emporium
Services (Pty) Ltd.
[11]
TMT was told informally by the Municipality that Syntell's bid was
successful.
[12]
TMT then tried to obtain written reasons from the Municipality as to
why its bid was not successful.
Despite demand, the Municipality
failed to give TMT these reasons. TMT then launched an urgent
application to obtain these reasons.
The Municipality initially
opposed this application, but then conceded it by providing TMT with
the BEC and BAC minutes of its
decision.
[13]
Dunamis Emporium Services (Pty) Ltd's bid was disqualified as it
failed to initial the majority
of its bid document.
[14]
TMT's bid was also disqualified. One of the reasons for such
disqualification was that TMT failed
to initial 3 out of the 550
pages comprising its bid document.
[15]
The Municipality awarded the tender to Syntell and concluded a
contract with it for the provision
of the traffic management
services.
[16]
TMT's bid price of R125.35 was the lowest. Syntell's bid price was
R174.80.
[17]
The BAC stated in its minutes that the bids of TMT and Dunamis
Emporium Services (Pty) Ltd were
fairly disqualified and that it
"
applied due diligence on the bid tender document of
Syntell... and confirmed that the bidder was compliant as per the Bid
Evaluation
Report
".
[18]
TMT noticed that certain pages from Syntell's bid were missing from
the Rule 53 record furnished
to it. TMT called for these missing
pages. The Municipality subsequently supplemented the Rule 53 record
with the missing pages.
It was then that TMT learned that despite
what was stated in the BAC minutes, Syntell's bid contained 39 pages
that were not initialled
(and in some instances were not certified).
[19]
Thereafter, TMT launched the present application.
Locus
standi
[20]
The Municipality contends that TMT lacks
locus standi
to
challenge the award of the tender to Syntell because its own bid was
disqualified.
[21]
Counsel for the Municipality argued that once TMT fell out of the
race it no longer had any rights
that were adversely affected by the
decision to award the tender to Syntell and that there was therefore
no legally relevant administrative
action for it to review.
[22]
Counsel for TMT contended that the Municipality's position is
contrary to the authorities referred
to below.
[23]
In
WDR
Earthmoving Enterprises
the SCA overturned the decision of the court
a
quo
that a non-responsive bidder lacked
locus
standi
to challenge the award of the tender in question. It did so on the
basis that the non-responsive bidder's rights were directly
affected
by the decision to exclude that bid. This was because setting aside
the award of the tender would require the tender process
to be
re-commenced and the non-responsive bidder would be entitled to
compete for the tender.
[1]
[24]
In
Mojojobela
the court held that:
"On the issue of
legal standing, the applicant does not have to make out a case that
the bid would have been granted to it,
or that it was poised for
success in respect thereof, if the tender process had run its course
but for the untimely cancellation
thereof It establishes such
standing instead in my view on the basis of its legitimate
expectation to a fair outcome in the tender
process which, after the
bids were closed, left it and its co-bidders in a race to the
conclusion entailing an evaluation of the
competing compliant bids in
due course and a proper adjudication thereof, even if the
recommendation flowing from such process
was going to be that the
tender should be re-advertised."
[2]
[25]
The Constitutional Court in
Allpay
entertained
a review at the instance of a bidder who did not qualify for an
assessment on finance and preference points.
[3]
[26]
With reference to
Giant
Concerts
[4]
,
this division in
Syntell
(Pty) Ltd
held
that because a losing bidder participated in the tender process by
submitting a bid, its commercial interest is direct and
real and not
hypothetical or academic.
[5]
[27]
These authorities make it clear that TMT has
locus standi
in
this application. This ground of the Municipality's opposition to the
application must therefore fail.
Merits
The
law
[28]
Section 217(1) of the Constitution requires organs of state
contracting for goods and services
to do so in accordance with a
system that is fair, equitable, transparent, competitive and
cost-effective.
[29]
The Constitutional Court in
Allpay
held that:
"Compliance with
the requirements for a valid tender process, issued in accordance
with the constitutional and legislative
procurement framework, is
thus legally required. These requirements are not merely internal
prescripts that SASSA may disregard
at whim. To hold otherwise would
undermine the demands of equal treatment, transparency and efficiency
under the Constitution.
Once a particular administrative process is
prescribed by law, it is subject to the norms of procedural fairness
codified in PAJA."
[6]
[30]
The court in
Allpay
also cited with approval that principle in
Steenkamp
that
tender processes require "
strict
and equal compliance by all competing tenderers ...
".
[7]
[31]
The award of a public tender is obviously administrative action that
must, in terms of section
33 of the Constitution, be lawful,
procedurally fair and reasonable. PAJA gives contents to these
requirements. I deal with the
relevant provisions of PAJA in the
following section.
[32]
The import of what Froneman J in
Allpay
called the "
proper
legal approach
" to assessing irregularities in public
tenders is as follows:
32.1
First, the court must determine whether there has been an
irregularity in the sense that there has been a
contravention of a
legal requirement of the tender process.
32.2
Second, the court must determine whether this irregularity gives rise
to a recognized ground of review under
PAJA. In determining this
issue, the court should, where appropriate, take into account the
materiality of any deviance from the
legal requirements by linking
the question of compliance to the purpose of that provision.
32.3
Third, if the irregularity is material, section 172(1)(a) of the
Constitution requires the decision to be
declared unlawful.
[8]
[33]
The Preferential Procurement Policy Framework Act, 5 of 2000 ("
the
PPPFA
") supplements section 217 of the Constitution. It is
clear from section 2 of the PPPFA that it is aimed at regulating what
it describes as an "
acceptable tender
". An
"
acceptable tender
" is defined in section 1 as being
"
any tender which, in all respects, complies with the
specifications and conditions of tender as set out in the tender
document
".
[34]
The SCA in
JFE
Sapela Electronics
held that the
"...
acceptance of a tender which is not 'acceptable' within meaning of
the Preferential Act is therefore an invalid act that
falls to be set
aside. In other words, the requirement of acceptability is a
threshold requirement.
"
[9]
[35]
The SCA in
Dr
JS Moroka Municipality
held that
"...
a failure to comply with prescribed conditions will result in a
tender being disqualified as an 'acceptable tender' under
... the
Procurement Act unless those conditions are immaterial, unreasonable
or unconstitutional
.
"
[10]
[36]
In a similar vein, the SCA in
Overstrand
Municipality
held
that a tender was
"...
not an 'acceptable' one in terms of the Procurement Act, in that it
did not 'in all respects' comply with the specifications
and
conditions set out in the RFP
".
[11]
Applied
[37]
I turn now to apply the abovementioned legal principles to the facts
of this application.
Materiality
[38]
I deal first with the question of the materiality of the mandatory
provision.
[39]
TMT's counsel submitted that the mandatory provision is material. In
essence, this is because
it ensures the following: that the bidder
acknowledged the contents of each page; a reduced risk of the bid
document being tainted
by fraud or tampering; contractual certainty;
that the bidder attests to the truth and correctness of the
information contained
in the bid document; and the authenticity of
the returnable documents.
[40]
For the reasons advanced by TMT's counsel, the mandatory provision is
material. The Municipality's
counsel correctly conceded in argument
that this is so.
[41]
For the same reasons, the mandatory provision is not immaterial,
unreasonable or unconstitutional.
Irregularity
[42]
The next issue is whether there was an irregularity in Syntell's
tender or, more specifically,
whether Syntell's offer complied with
the mandatory provision.
[43]
The Municipality accepts that Syntell's bid contained 39 pages that
were not initialled.
[44]
The Municipality attempted to escape the obvious conclusion that
Syntell's bid was irregular
as a result of non-compliance with the
mandatory provision by contending that:
44.1 On
its proper construction, the mandatory provision only applied to
those items or documents that appeared
above it on the Bid Criteria
Document and not to those items that appeared below it.
44.2
The pages that were not initialled formed part of the "Product
Brochure", which appeared below
the mandatory provision on the
Bid Criteria Document.
44.3 As
a result, the mandatory provision did not apply to the pages that
were not initialled and Syntell's tender
did not contain any
irregularity.
[45]
It is settled that interpretation is a unitary exercise requiring the
consideration of text,
context, and purpose.
[12]
The approach is objective: it entails the attribution of meaning to
the words used by the parties as they would be understood in
context
by a reasonable reader.
[13]
[46]
In my view, there is no merit in the Municipality's argument. This is
for the reasons that follow.
[47]
First, there is nothing in the plain wording of the mandatory
provision to sustain the contention
that it applies only to those
items that appear above it on the Bid Criteria Document. On the
contrary, the express requirement
that each tenderer was required to
initial "
each page of the Tender Document, including all
returnable documents submitted as part of this bid
"
indicates that each page forming part of the tender must be
initialled regardless of whether they formed part of a document
that
appeared above or below the mandatory provision.
[48]
Second, the mandatory provision expressly states that the failure to
initial the "
Bid Document along with all the returnable
documents will lead to the immediate disqualification of the Bidder
."
There is no definition of "
Bid Document
". In my
view, there is no basis, and none was suggested to me in argument, to
interpret this term other than to include all
the pages forming part
of the tender regardless of whether they formed part of a document
that appeared above or below the mandatory
provision.
[49]
Third, it would be insensible to interpret the Bid Criteria Document
in the manner contended
for by the Municipality as this would mean
that important documents forming part of the tender would not need to
be initialled.
If this was so, it would undermine the purpose of the
requirement that the tender documents be initialled. For example, the
"
Product Brochure
", which appears below the
mandatory provision, includes verification that all the equipment can
perform in full compliance
with specification or better. This is
clearly a critical document in the tender. There is no reason that I
can discern, and none
was suggested to me, why the remaining
documents below the mandatory provision are not similarly important
and therefore should
also be initialled.
[50]
For these reasons, I conclude that on its proper construction the
mandatory provision required
Syntell to initial all the pages forming
part of its tender regardless of whether they formed part of a
document that appeared
above or below the mandatory provision.
[51]
Syntell's failure to do so meant that Syntell's bid breached the
mandatory provision and was
therefore irregular.
Grounds
for review
[52]
Once it is established that Syntell's bid contains an irregularity,
it follows that TMT has established
the grounds to set aside the
decision to award the tender to Syntell. In essence, this is on one
or more of the following bases:
52.1
The Municipality made a material error of fact and/or law by failing
to conclude that Syntell's bid was irregular
either because it
overlooked the relevant facts or incorrectly concluded that the
failure to initial all the pages of the tender
was a legal
requirement. The Municipality's decision to award the tender to
Syntell falls to be set aside in terms of sections
6(2)(e)(iii)
[14]
,6(2)(d)
and/or 6(2)(f)(i) of PAJA.
52.2 By
disqualifying TMT's bid on the basis that it did not comply with the
mandatory provision and by failing
to disqualify Syntell's bid for
the same non-compliance, the Municipality failed to treat TMT and
Syntell equally. Such equal treatment
is the cornerstone of
procedural fairness in tenders. The unequal treatment also rendered
the Municipality's decision arbitrary
and capricious. The
Municipality's decision to award the tender to Syntell therefore
falls to be set aside in terms of section
6(2)(c) and/or section
6(2)(e)(iv) of PAJA.
52.3
Syntell's non-compliance with the mandatory provision meant that its
bid was not an "
acceptable tender
'' in terms of the PPPFA
and was thus unlawful. The Municipality's decision to award the
tender to Syntell therefore falls to be
set aside in terms of section
6(2)(i) of PAJA.
[53]
Although there are other grounds upon which the Municipality's
decision falls to be set aside,
it is not necessary to canvass them
as the grounds for review set out above have been clearly
established.
[54]
Those grounds are sufficient to sustain the applicant's cause of
action for the declaratory relief
that it seeks and to set aside the
Municipality's decision to award the tender to Syntell and to
conclude a contract or contracts
with it for the traffic services. As
the Constitutional Court held in
Allpay
, "
[o]nce a
ground of review under PAJA has been established there is no room for
shying away from it. Section 172(1)(a) of the Constitution
requires
the decision to be declared unlawful
."
Conclusion
[55]
For these reasons, the application must succeed.
[56]
As there were no other compliant bids, the question of remitting the
decision back to the Municipality
or the substitution thereof does
not arise.
[57]
The appropriate order is to declare that Sytnell's bid was
non-compliant and to set aside the
Municipality's decisions to accept
Syntell's tender and award any contract(s) to it for the provision of
traffic services.
[58]
This means that the tender process must start afresh.
[59]
Counsel for both TMT and the Municipality accepted that it will take
the Municipality some time
to complete that process and that I must
therefore allow the existing contract(s) to remain in place to
accommodate that process.
In my view, allowing the Municipality time
until the end of March 2026 to complete a new tender process is
sufficient.
[60]
In respect of costs, they must follow the result.
Order
[61]
In the circumstances, I make the following Order:
61.1
Declaring that the bid submitted by the second respondent in Tender
No: COM/SCM/T/09/2023/24 ("
the Tender
") is invalid.
61.2
The decision of the first respondent taken on 5 February 2024 to
award the Tender to the second respondent
is reviewed and set aside.
61.3
Any contract(s) concluded between the first respondent and the second
respondent pursuant to the first respondent's
decision to award the
Tender to the second respondent is reviewed and set aside with effect
from 31 March 2026.
61.4
The first respondent is liable for the costs of this application,
such costs to include the costs of counsel
MILLER
AJ
Acting
Judge of the High Court, Cape Town
APPEARANCES
Counsel
for the Applicant:
Adv LW Ackerman
Instructed
by:
Pepler O' Kennedy Attorneys
Counsel
for the First Respondent:
Adv Jaco van Rooyen
Instructed
by:
VA Mazabane Attorneys Inc.
[1]
WDR
Earthmoving Enterprises CC v Joe Gqabi District Municipality
(392/2017)
[2018] SASCA (30 May 2018) at paras 12 to 17.
[2]
Mojojobela
v MECfor the Rural Development and Agrarian Reform, Eastern Cape
[573/2017 ZAECBHC 8 (6 October 2017) at para 26.
[3]
Allpay
Consolidated Investment Holdings (Pty) Ltd v Chief Executive Officer
of the South African Social Security Agency
2014 (1) SA 604
(CC) at para 13.
[4]
Giant
Concerts CC v Rinaldo Investments (Pty) Ltd
[2012] ZACC 28.
[5]
Syntell
(Pty) Ltd v Department of Community Safety, Security, and Liaison,
Mpumalanga Provincial Government and Others
11988/2024 (19 May 2025) paras 28 to 38.
[6]
Allpay
supra
at para 40.
[7]
At para 39, citing
Steenkamp
NO v Provincial Tender Board, Eastern Cape
2007 (3) SA (CC) at para 60.
[8]
Allpay
supra
at paras 22 to 30.
[9]
Chairperson,
Standing Tender Committee v JFE Sapela Electronics (Pty) Ltd
2008 (2) SA 638
(SCA) at para 11.
[10]
Dr JS
Moroka Municipality v Betram (Pty) Ltd
[2014] 1 All SA 545
(SCA) at para 10.
[11]
Overstrand
Municipality v Water Sanitation Services South Africa (Pty) Ltd
[2018] 2 All SA 644
(SCA) at para 50.
[12]
Natal
Joint Municipal Pension Fund v Endumeni Municipality
2012 (4) SA 593
(SCA) at para 18.
[13]
Endumeni
(supra) at para 19. See, too, more recently
University
of Johannesburg v Auckland Park Theological Seminary
2021 (6) SA 1
(CC) at paras 64-66.
[14]
Chairman,
State Tender Board v Digital Voice Processing (Pty) Ltd
2012 (2) SA 16
(SCA) at para 34.
sino noindex
make_database footer start
Similar Cases
TMT Services & Supplies (Pty) Ltd v City of Johannesburg Metropolitan Municipality and Another (1365/23) [2024] ZAWCHC 93 (27 March 2024)
[2024] ZAWCHC 93High Court of South Africa (Western Cape Division)100% similar
Inospace Services (Pty) Ltd v Morris and Another (2025/124057) [2025] ZAWCHC 414 (8 September 2025)
[2025] ZAWCHC 414High Court of South Africa (Western Cape Division)99% similar
South African Legal Practice Council v Beukman (17538/24) [2025] ZAWCHC 284 (11 July 2025)
[2025] ZAWCHC 284High Court of South Africa (Western Cape Division)99% similar
South African Legal Practice Council v Engelbrecht (23138/2023) [2025] ZAWCHC 468 (10 October 2025)
[2025] ZAWCHC 468High Court of South Africa (Western Cape Division)99% similar
Technical Systems (Pty) Ltd and Another v RTS Industries and Others (17470/2014) [2024] ZAWCHC 2 (2 January 2024)
[2024] ZAWCHC 2High Court of South Africa (Western Cape Division)99% similar