Case Law[2024] ZAWCHC 93South Africa
TMT Services & Supplies (Pty) Ltd v City of Johannesburg Metropolitan Municipality and Another (1365/23) [2024] ZAWCHC 93 (27 March 2024)
Headnotes
with a variety of roleplayers
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
>>
2024
>>
[2024] ZAWCHC 93
|
Noteup
|
LawCite
sino index
## TMT Services & Supplies (Pty) Ltd v City of Johannesburg Metropolitan Municipality and Another (1365/23) [2024] ZAWCHC 93 (27 March 2024)
TMT Services & Supplies (Pty) Ltd v City of Johannesburg Metropolitan Municipality and Another (1365/23) [2024] ZAWCHC 93 (27 March 2024)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAWCHC/Data/2024_93.html
sino date 27 March 2024
FLYNOTES:
ADMINISTRATIVE – Tender – Unfairness –
Applicant’s
principal complaint that it had not been provided with traffic
infringement statistics – If it was
unfair for applicant not
to have been in possession of current traffic infringement
statistics when tender was advertised,
it was equally unfair
towards its competitors and City for it to have acquiesced in the
tender process instead of challenging
it on this basis, and only
seeking to raise the unfairness after the award went against it –
Application for review
dismissed.
IN
THE HIGH COURT OF SOUTH AFRICA
[WESTERN
CAPE DIVISION, CAPE TOWN]
Case
no: 1365/23
In
the matter between:
TMT
SERVICES & SUPPLIES (PTY) LTD
t/a
TRAFFIC MANAGEMENT TECHNOLOGIES
Applicant
(Reg
no. 2000/022850/07
and
CITY
OF JOHANNESBURG
METROPOLITAN
MUNICIPALITY
First
respondent
SYNTELL
(PTY) LTD
Second
respondent
(Reg
no. 2003/022275/07)
JUDGMENT
DELIVERED (VIA EMAIL) ON 27 MARCH 2024
SHER,
J:
1.
This
is an application to review and set aside an award by the City of
Johannesburg (‘the City’) to the 2
nd
respondent
(‘Syntell’) on 2 December 2022, of a three-year tender to
the value of R 177.1 million odd, for the provision
of advanced law
enforcement and ‘crash’ management services.
2.
The
applicant was one of 3 bidders for the tender. It was disqualified by
the City’s bid evaluation committee (‘the
BEC’) on
6 May 2022 on the grounds that its bid was non-responsive, as it had
failed to file certified copies of license
certificates for the
equipment it was to supply. A second bidder was disqualified for the
same reason. According to the BEC, Syntell
was the only compliant and
responsive bidder.
The
background
3.
The
applicant is in the business of providing traffic management services
to state entities such as municipalities and provincial
governments.
These services comprise both so-called ‘front’ and ‘back’
office services. Front-office services
involve capturing traffic
violations or ‘infringements’ with fixed or mobile
cameras and equipment. Back-office services
consist of processing and
analysing the data captured and issuing fines and court process. The
applicant supplied these services
to the City between 2015 and 2017
in terms of a previous tender which was awarded to it. The subsequent
3-year tender which ran
from 2018 to 2021 was awarded to Syntell.
4.
In
2018-2019 the City decided to review the operating model in terms of
which these services were provided, whereby the City acquired
the
hardware and equipment which the service provider who was awarded the
tender would operate, for which it would be remunerated
on the basis
of the number of traffic violations that it captured and processed,
utilizing the City’s equipment.
5.
Due
to financial constraints the City proposed that in future the
hardware and equipment should be supplied by the service provider,
who would provide both front and back-office services for the period
the tender was to run, for a ‘flat’ i.e. fixed
monthly
fee. As before, the services would include the capturing, processing
and analysis of traffic infringement and accident
data (which would
be in photographic, digital and/or documentary form), and would have
to interface with several electronic platforms
including eNatis (the
National Traffic Information System which contains the national
register for all motor vehicle licences and
registrations), AARTO
(the Administrative Adjudication of Road Traffic Offences system
which provides for the administration and
collection of fines related
to road traffic infringements), and the City’s Ops Centre.
6.
To
develop and compile the requisite specifications for the new
operating model consultations were held with a variety of roleplayers
and technical experts and a bid specifications committee (‘BSC’)
was established, which met on numerous occasions during
2021 to
formulate specifications for a new tender. Once these were compiled,
they were reviewed, before being approved by the City
Manager.
7.
On
15 February 2022 the City advertised a new 3-year tender, which
required bids to be submitted by 22 March 2022. The tender documents
contained detailed specifications for the ‘front-office’
equipment which was to be supplied by the successful bidder,
which
included a number of fixed and mobile cameras with automatic number
plate recognition, identity, photo scanning and data
capturing
facilities, as well as other devices. The back-office system
specifications included electronic data and traffic violation
related
processing (including notices, summonses and warrants), and payment
systems. The bid specifications also made provision
for a host of new
services to be provided in relation to the capturing, processing and
analysis of accident and vehicle impounding
related data.
8.
The
tender documents specified a list of returnable documents which had
to be submitted by bidders which included valid, certified
copies of
OEM (‘original equipment manufacturer’) license
certificates for all cameras and devices which were to be
used,
issued by ICASA, the Independent Communications Authority of SA.
These certificates were necessary to ensure that the hardware
which
was to be provided would be compatible with the radio and
telecommunications systems which were used by the City’s
law
enforcement. The tender documents clearly stipulated that a failure
to provide these certificates would result in disqualification.
9.
To
qualify for the tender bidders were also required to attend a
compulsory briefing session, which took place on 25 February 2022.
During the session the applicant’s General Manager François
Du Toit enquired whether an indication could be given
of the current
monthly volume of traffic infringements that were being processed.
The presiding official intimated that a ‘figure’
could be
provided but that he would have to consult his colleagues, upon which
he immediately indicated that the information would
not be supplied
as it would not be ‘useful’ for the tender. The City’s
head of ICT infrastructure confirmed that
the information would not
be provided. He pointed out that some of those who were in attendance
had previously provided the services
which were on tender, and if
they considered the bid specifications they would be able to ‘come
up with something’
i.e. to put in a bid. He said the City did
not wish to entertain the request for information as it would delay
the process.
10.
At
the conclusion of the session bidders were invited to submit any
further questions they might have, in writing. On 2 March 2022
Du
Toit submitted a detailed list of questions in relation to several
aspects of the bid specifications. At the end thereof he
asked the
City to indicate the ‘amount of mobile, fixed-site and
handwritten’ infringements which were currently being
generated
on a monthly and/or annual basis, as this information would
‘significantly influence’ the price which would
be
submitted. In a note on the side, he said that it was the duty of the
invitee to ensure that the tender was not void for vagueness
and that
all participants were placed on an ‘equal footing’.
11.
On
22 March 2022 bidders who had attended the briefing were informed
that the bid specifications had been amended in some respects
and. as
a result, the closing date would be extended to 13 April 2022.
12.
On
16 March 2022 the applicant sent an email to City officials in which
it pointed out that a response to the questions which had
been
submitted by bidders had not yet been provided. On the same day the
City addressed a letter to all prospective bidders in
which it sought
to supply the requisite answers. The letter did not pertinently deal
with the questions which had been posed by
the applicant in its list,
or its request for information pertaining to the volume of traffic
infringements. The applicant noted
this in a response which it sent
the following day, in which it enquired whether there was a reason
for this and whether an answer
would be provided to it. The City
never responded to this communication.
13.
Notwithstanding
the City’s failure to do so and its failure to provide any data
pertaining to traffic infringement volumes,
the applicant nonetheless
proceeded to submit a bid before the closing date of 13 April 2022.
14.
The
first meeting of the BEC (which consisted of 9 officials from various
departments/sections of the municipality including the
Metro Police
Department, Public Safety, Group Legal, and Group Strategic Supply
Chain Management (GSSCM)), took place on 5 May
2022, at which time it
was noted that 3 bids had been received, which had been opened in
public on 13 April 2022.
15.
The
BEC then dealt with several preliminary issues before adjourning to
the following day, at which time it proceeded to go through
the bids
to determine whether they were responsive i.e. whether they complied
with the qualifying criteria which had been stipulated.
During this
process it found that only Syntell’s bid was properly
compliant, and the bids of the remaining bidders were not,
as they
had supplied copies of ICASA license certificates for their equipment
which were not certified. As a result, they were
treated as
non-responsive and were disqualified.
16.
The
BEC thereafter met on a further 5 occasions between 9 May and 23 June
2022 to consider various aspects and after attending a
‘live
simulated’ demonstration of Syntell’s systems it
concluded that the tender should be awarded to it. At
the instance of
the Head: Group Internal Audit Services an independent firm of
attorneys, Prince Mudau & Associates, was commissioned
to conduct
a probity assessment into whether there had been compliance by the
BEC with the requisite legal prescripts during the
evaluation
process, and whether the preferred bidder had been correctly
selected. As part of their assessment the attorneys reviewed
the
tender and bid documents. After doing so they were satisfied that two
of the bids had been correctly disqualified as non-responsive,
for
their failure to file certified copies of the required licence
certificates.
17.
After
reviewing the process that had been followed in evaluating the
remaining bidder’s submission, they concluded that it
had been
correctly and fairly scored by the BEC, and accordingly advised that
it should proceed with its recommendation that the
tender be awarded
to Syntell. The BEC met on 2 further occasions thereafter: on 7
November to consider the probity report and again
on 22 November
2022, at which time it formally resolved to recommend that the tender
be awarded to Syntell.
18.
Pursuant
to this GCSCM gave notice that a meeting of the executive
adjudication committee (‘the EAC’) was to take place
on
24 November 2022 for the purpose of the adjudication, in public, of
the award of the tender. To this end the BEC provided a
detailed
report to the EAC in support of its recommendation that the bid
should be awarded to Syntell for its bid price of R177.1
million odd.
In the report it confirmed that the other bidders had been
disqualified because they had not complied with the qualifying
criteria, as they had not supplied certified copies of their licence
certificates.
19.
After
considering the report which had been submitted to it the EAC duly
resolved, on 2 December 2022, to recommend that the tender
should be
awarded to Syntell, and the Head: Public Safety in consultation with
Group Legal Services should be authorized to negotiate,
conclude, and
sign the necessary service level agreement (‘SLA’) with
Syntell. The Acting City Manager duly accepted
these recommendations
and awarded the tender on the same day.
20.
On
13 December 2022 the Group Head: GSSCM sent a letter of ‘regret’
to the applicant’s tender email address advising
it that its
bid had been unsuccessful. The applicant claims not to have received
this notification and avers that it was ‘oblivious’
to
the steps that were taken by the City prior thereto, in the process
leading up to the award, even though, as previously pointed
out the
adjudication of the tender took place in public on 24 November 2022.
The applicant avers that it only heard about the award
of the tender
from a newspaper report that was published on 22 December 2022.
According to it, at that stage it had ‘absolutely
no knowledge
of anything concerning’ its bid. Notably, in its founding
affidavit it did acknowledge that it was aware of
the announcement
that was made when the bids were opened on 13 April 2022 that
Syntell’s bid was R 177 109 884, which was
lower than its bid
of R 190 720 851. As the 3
rd
bidder’s
announced price was R508.1 million odd the applicant must have known
that as Syntell’s bid was the lowest of
the three it was
therefore in ‘pole position’ to be awarded the tender.
Curiously, despite this the applicant made
no attempt to communicate
with the City thereafter, in order to ascertain what was going on and
whether the tender had been awarded
to Syntell. Instead, it remained
supine until publication of the report in the newspaper, in which it
was reported not only that
the tender had been awarded to Syntell,
but that it was in the process of being implemented.
21.
On
the same day, 22 December 2022, the applicant’s attorney
addressed a letter to the City Manager in which he sought
confirmation
that the tender had been awarded to Syntell and
requested certain information, including copies of Syntell’s
bid and the
decisions of the BSC, BEC and EAC.
22.
The
City responded on 24 December 2022 in a letter in which it confirmed
that Syntell had been awarded the tender and pointed out
that the
decision to recommend the award to it was made at the adjudication
which had taken place in public a month earlier. It
also indicated
that an SLA had been entered into with Syntell the same day.
23.
In
response to a request from applicant’s attorney on 10 January
2023 the City indicated that it was not prepared to halt
the
implementation of the SLA, as this would be detrimental to residents
and would impact negatively on service delivery.
The
applicant’s case
24.
The
applicants entire 40-page founding affidavit was devoted to setting
out its case for urgent interim relief (whereby immediate
implementation of the award was to be interdicted pending the outcome
of the review), and the requirements for such relief.
25.
The
applicant contended that its clear
alternatively
prima
facie
right
to procedural fairness in terms of s 6(2) of the Promotion of
Administrative Justice Act
[1]
(‘PAJA’) had been infringed in a variety of ways. The
City had allowed Syntell to compete against other bidders with
an
unfair advantage, as the bid specifications favoured it over other
bidders. The City had treated the applicant unfairly and
in a biased
manner during the course of the briefing, as a bidder who was seeking
merely to delay the process, when it had fairly
sought information
pertaining to infringement volumes. The City’s failure to
provide the information because it thought it
was unimportant or
irrelevant resulted in it acting in an arbitrary fashion and taking
irrelevant considerations into account.
And not providing the
applicant with the infringement ‘numbers’ had resulted in
an irrational process which undermined
the constitutional
requirements of transparency, competitiveness, fairness,
equitableness and cost effectiveness.
26.
No
case was set out or pleaded by the applicant in respect of the
principal relief which was sought in terms of part B of the notice
of
motion i.e. the review. Notwithstanding this deficiency a month later
the applicant filed a supplementary founding affidavit
in which it
sought to supplement the grounds of review it claimed to have set out
in its founding affidavit, by the addition of
a further ground which
it said had become apparent after it had considered the record which
had been filed by the City, in terms
of rule 53. In this regard it
said that it was evident from the copies of the licence equipment
certificates which had been filed
that those which belonged to
Syntell had also not been certified, contrary to the BEC minutes of 6
May 2022. Thus, Syntell had
also been non-responsive and should also
have been disqualified.
The
respondents’ case
27.
In
its answering affidavit the City’s Acting Group Head: Legal
Services contended that the review had no basis in law and
the City
had scrupulously followed the requisite legal prescripts.
28.
He
detailed the process that had been followed by the City and
emphasised that the tender sought to introduce a new model for the
provision of the required services whereby the equipment, including
both hardware and software, was to be acquired by the service
provider and not the City, which would effectively remunerate the
provider for the services which were rendered on a monthly basis,
in
contrast to the previous model where its remuneration was based on
the number of infringements which were captured and processed.
29.
He
explained what transpired at the compulsory briefing session and how
bidders were given an opportunity to submit any further
questions
they may have had, in writing. He pointed out that it had been made
clear to the applicant at the briefing that the infringement
information it sought would not be provided as it was considered to
be irrelevant, and that is why the City did not respond to
the
applicant’s request for the selfsame information in its email
of 16 March 2022. In requesting this information for the
2
nd
time the applicant
clearly still laboured under the misapprehension that traffic
infringement volumes were critical for the provision
of the services
which were the subject of the tender. This was not correct, as the
tender envisaged a complete shift from the former
operating model
which had been followed in previous tenders.
30.
The
Acting Head reiterated that when the bid was evaluated by the BEC it
was apparent that both the applicant and a 2
nd
bidder had failed to
comply with the qualifying criteria as they had failed to submit
certified copies of the licence certificates
for their equipment, and
they had therefore been correctly and properly disqualified on the
grounds that their bids were non-responsive.
As to the contention, in
the supplementary founding affidavit, that Syntell should also have
been disqualified on this basis as
its certificates were also not
certified, he explained that there had been a mix-up in the filing of
the record, which had caused
confusion. The City’s attorneys
had been provided by City officials with files containing hard copies
of the bid documents.
As the files had gone through various processes
and committees for evaluation and adjudication, they had been jumbled
up, and the
papers had not been properly ‘repackaged’ in
the correct order in which they had originally been submitted, before
they were provided to the attorneys, and in certain instances the
contents of the files were incomplete. It appeared that, as the
licence certificates were all issued by ICASA and bore the names of
common equipment providers, when compiling the rule 53 record
the
clerks had simply made copies of one of the sets of certificates
which had been submitted (by a non-compliant bidder), instead
of
copies of the actual certificates which had been lodged by each of
the 3 bidders.
31.
After
a query was raised about the certificates the City’s attorneys
attended on the City’s offices where they were
furnished with
the original, complete bids which had been lodged by the 3 bidders,
in their proper order, together with digital
copies which had been
made thereof. From these documents they were able to draw the actual
certificates which had been filed by
each bidder, which were then
filed as a supplementary record, on 6 March 2023. From these
documents it was clear that the ICASA
certificates which had been
filed by Syntell had been certified, whereas those which had been
filed by the other 2 bidders had
not. In support of these averments
reference to the actual certificates that were filed in the
supplementary record was made in
confirmatory affidavits which were
lodged by the City’s attorneys.
32.
As
to the applicant’s principal complaint that it had not been
provided with traffic infringement statistics the Acting Group
Head:
Legal Services restated that whilst the previous model was based on a
fee per infringement that was captured, the tender
proposed a service
contract in terms of which a flat monthly service fee would be paid
by the City, irrespective of the number
of infringements captured and
processed, or the fines generated pursuant thereto. Thus, as far as
the City was concerned the information
that was sought by the
applicant in relation to the volume of infringements was unnecessary
and irrelevant.
33.
In
the answering affidavit which Syntell filed, it too contended that
historic traffic infringement data was irrelevant for the
tender and
its pricing, although it could serve as an estimation of future
traffic infringement volumes. It pointed out that during
2 of the 3
years between 2018 and 2021 when it had been the incumbent service
provider, traffic volumes and infringements had been
significantly
depressed because of the COVID-19 pandemic, and the number of traffic
infringements during this period could accordingly
not serve as an
accurate basis to forecast infringement volumes for the following 3
years. If anything, the data for the previous
3-year period up to
2018, when the applicant was the service provider, would provide a
more accurate and realistic picture of the
volume of infringements
that could be expected for the 2022-2025 period. What further skewed
the potential value of any historic
data was that the tender
specifications envisaged the deployment of a significantly higher
number of infringement ‘capturing
devices’ than had
previously been deployed. In this regard, as at May 2021 only 33
‘speed’ cameras (fixed and
mobile) were deployed whereas
the tender envisaged the deployment of 110 such cameras. In addition,
the tender specifications provided
for an additional 6
average-speed-over-distance cameras, 1500 handheld camera units, and
5 portable weighbridge instruments/devices,
the use of which would
result in a significant increase in the volume of recorded
infringements for the 2022-2025 period. The tender
specifications
also required new service modules to be supplied as part of the
back-office services, which pertained to statutory
contraventions,
accidents and impounds, which were not dependent on traffic volumes.
34.
Lastly,
Syntell submitted that if the applicant had an issue with the lack of
infringement information which it had requested it
should have
launched a challenge in this regard at the time i.e. in
February-March 2022 and should not have waited until after
the tender
had been awarded in December 2022, 4 months later than the 6
months/180 days period provided for in PAJA, to do so.
Its review was
accordingly out of time.
The
applications to strike out
35.
Syntell
made application to strike out certain material in the applicant’s
replying affidavit, on the grounds that it had
sought to make out a
new case in reply. In the alternative, it contended that it should be
allowed to file a further affidavit
in relation to traffic
infringement statistics which, it said, were publicly available in
annual reports which were filed by the
Road Traffic Infringement
Agency (‘RTIA’), from 2015 onwards. The statistics for
the 2020-2021 year were contained
in a report dated 31 October 2021.
36.
The
applicant opposed the striking out application and the introduction
of a further affidavit in relation to the RTIA reports,
on the basis
that they were not part of the rule 53 record, and it similarly made
application to strike the further affidavit out.
It contended that
any new material which was contained in its replying affidavit was
occasioned by the contradictory and deficient
supplementary rule 53
records which had been filed by the City on 14 and 21 February 2023,
and 6 March 2023, and was aimed at responding
thereto.
37.
At
the commencement of argument, I was informed that the parties had
agreed to withdraw their respective striking applications on
condition that both the applicant’s replying affidavit and the
respondent’s further affidavit were before the Court.
An
assessment
38.
Section
217(1) of the Constitution provides that when an organ of state
contracts for goods or services it must do so in accordance
with a
system which is fair, equitable, transparent, competitive, and
cost-effective. The express inclusion of these principes
is aimed at
safeguarding the integrity of state procurement processes, the
prudent use of public resources and the prevention of
corruption.
[2]
These constitutional imperatives are reiterated and given substance
to in several legislative instruments, including the Preferential
Procurement Policy Framework Act,
[3]
the Public Finance Management Act,
[4]
the Local Government: Municipal Systems Act
[5]
and the Local Government: Municipal Finance Management Act
[6]
and various regulations which have been promulgated in terms
thereof.
[7]
39.
In
Tetra
Mobile
[8]
the Supreme Court of Appeal emphasised the importance of fairness and
transparency and how these values ‘permeate’
the entire
tender process.
40.
In
assessing whether the award of a tender has been fair the primary
focus is on the process and not on the substantive outcome
i.e. the
result.
[9]
The purpose of having
a fair process is to arrive at the ‘best’ outcome.
[10]
41.
Thus,
fairness is a procedural requirement which is aimed at ensuring the
‘even’ treatment of all bidders to a tender.
[11]
As they are competitors, they are required to be treated equally.
[12]
In
Firechem
[13]
the SCA held that bidders should all be entitled to tender for the
‘same thing’ and competitiveness is not served by
only
one or more of them knowing what the ‘true subject’ of
the tender is.
42.
Whether
a tender process has been fair is a matter that must be determined on
the facts of each case.
[14]
The facts will determine whether any ‘shortfall’ in any
of the constitutional requirements listed in s 217 of the
Constitution establishes procedural unfairness, irrationality,
unreasonableness, or any of the other review grounds set out in
PAJA.
[15]
43.
The
applicant contends that even though the tender is predicated on an
operating model which differs from the one which was previously
in
place, the information which it sought pertaining to traffic
infringement volumes was still relevant for the purpose of the
bid it
wished to submit. The fact that the successful bidder would no longer
be remunerated on a per infringement basis and would
instead be paid
a fixed monthly fee to provide the services did not render such
information meaningless. The information was necessary
for the
applicant so that it could properly price its bid, given that it
would be required to acquire the equipment specified in
the bid
specifications. It needed the infringement statistics as these would
enable it to arrive at a determination of what it
should charge as a
monthly fee in order not only to cover its running and operational
expenses but also to make a reasonable profit.
The greater the number
of infringements the higher the running costs (including staff,
software and printing costs).
44.
The
historic data which it had in respect of traffic infringements during
the time that it had been the service provider, was 5
years old. It
needed the current data as the COVID-19 pandemic had ‘radically
altered socio-economic patterns of movement’,
and had vastly
reduced traffic volumes, as many people had resorted to working from
home and it was difficult to know whether drivers
had returned to
pre-COVID patterns.
45.
I
have my doubts about whether the applicant really required or needed
the information it sought in relation to the current traffic
infringement volumes and whether it was materially prejudiced in any
way, by not having them, at the time when it put in its bid.
I say
this because despite not having this information the bid price which
the applicant put up was, remarkably, only R 13.6 million
or 7.6%
more than that which was put by Syntell. Given the numbers involved
that indicates a very accurate pricing, which was very
close to that
which Syntell adopted, with the benefit of up-to-date information, as
the incumbent service provider.
46.
Be
that as it may, for the purposes of the judgment I accept the
applicant’s submissions as to why it required the information
it sought. That said, it does not necessarily follow that the City’s
refusal/failure to provide the information qualifies
as unfairness,
so as to allow for the process to be set aside on review, on one or
more of the established grounds set out in PAJA,
on which the
applicant seeks to rely.
47.
It
is not only the applicant’s simple complaint of unfairness that
is to be put into the scale and weighed. As the respondents
point
out, annual traffic infringement statistics were publicly available
from the RTIA, and its latest report of October 2021
reflected
figures for the 2020-2021 years. The applicant does not deny that it
could have obtained these statistics from the RTIA
reports and it
does not say whether it did, or did not, do so and if not, why not.
In addition, the applicant has not provided
any explanation for why,
in the event that it required statistics/figures from the City
instead of, or in addition to those from
the RTIA, in order to submit
a properly competitive bid, it failed either to take any steps to
compel the City to provide or disclose
them or to challenge the
tender specifications, or the process whereby the matter was put out
to tender without such information
being supplied, before submitting
its bid.
48.
As
was pointed out by in
Airports
Company
[16]
where a bidder considers that a decision to go out to tender was
taken was on terms which were unlawful or unconstitutional, in
that
they were in breach of the prescripts of s 217 of the Constitution,
or the tender specifications are assailable on the grounds
that they
are unlawful or unfair, or irrational or unreasonable, they may be
challenged on review. In
SMEC
[17]
Rogers J expressed the view (
obiter
)
that in such cases it is, in principle, undesirable that a bidder
should be at liberty not to do so and should take a chance in
the
hope that it will be awarded the tender, and thereby keep ‘in
reserve’ an attack on the validity of the tender
or its
specifications, should it be unsuccessful in winning the bid. These
comments were endorsed
en
passant
by
the Gauteng full court in
IN2IT
Tech.
[18]
49.
In
my view in such circumstances unless the process can otherwise be
found to have been unlawful a bidder should not be allowed
to
participate in a tender only to challenge it when the decision goes
against it. I say this because, to my mind, the need to
be fair is a
requirement of the process that cuts both ways: it applies not only
to the state organ which puts out a tender but
also to the bidders
who participate therein. If it was unfair for the applicant not to
have been in possession of the current traffic
infringement
statistics at the time when the tender was advertised it was equally
unfair towards its competitors and the City for
it to have acquiesced
in the tender process instead of challenging it on this basis, and
only seeking to raise the unfairness after
the award went against it.
In my view, bidders who adopt such a strategy must not be allowed to
raise unfairness as a ground by
way of a subsequent challenge which
is brought more than the PAJA requirement of 180 days i.e. 6 months
after the time when they
first became aware of the unfairness in the
basis of a tender or its specifications.
50.
I
share the respondent’s sentiments that the time for raising a
challenge based on unfairness in relation to the playing field
on
which bidders are to compete, is when the tender is advertised, and
in my view the applicant’s failure to take up the
challenge at
the time is good and sufficient reason not to allow it to do so now.
Insisting that a bidder should raise any issue
it may have pertaining
to an alleged unfairness, before a tender process unfolds, will
ensure that it is resolved for the benefit
of all bidders before they
gird up and compete with one another, thereby avoiding the incurring
of unnecessary expense and effort
in relation to the preparation and
submission of bids, their laborious evaluation and adjudication by
committees of state officials,
and a subsequent legal challenge after
the tender has been awarded and is in the process of being
implemented, when services are
being delivered in terms thereof. The
prejudice which is suffered by all parties (including taxpayers),
when a legal challenge
is brought after a tender has been awarded,
which may result in the award thereof being set aside, is manifestly
greater than any
prejudice which might eventuate were the challenge
to be brought to the basis of the proposed tender or its
specifications, before
it is awarded. Insisting that any challenge to
the basis of a tender or its specifications on the grounds of
unfairness is brought
at the time when it is advertised will promote
and foster adherence to the other constitutional values of
transparency, cost-effectiveness,
competitivity and equitableness, as
required by s 217 of the Constitution. Allowing it to be brought
after a tender has been awarded
defeats the objective of ensuring
that effect is given to these values
during
the process.
Conclusion
51.
For
these reasons the application must fail. I point out, in closing,
that although other grounds of review were raised in the founding
papers (which were largely procedural in nature) they were rightly
not proceeded with during argument, and it is accordingly not
necessary for me to traverse them.
52.
As
far as costs are concerned the applicant conceded that, save for one
caveat, there was no reason why, in accordance with accepted
principles, these should not follow the event as this was essentially
a commercial dispute and not an instance where the
Biowatch
exception applied.
53.
Both
the applicant and Syntell complained that the City’s failure to
file a proper record at the outset as required in terms
of rule 53
had increased costs unnecessarily, as it only managed to have a
complete and true record before the Court on its 3
rd
attempt, in March
2023, when it filed a further supplementary record. As a result of
the City’s remissness both parties had
lodged unnecessary
interlocutory striking out applications - Syntell in response to the
applicant’s additional contentions
as to the state of the
record in its replying affidavit, and the applicant in response
thereto, in respect of its alternative prayer
for the admission of an
additional affidavit (albeit that it dealt primarily with the RTIA
reports, a new issue which had not been
dealt with in Syntell’s
answering affidavit). Both parties contended that the City should pay
for its failures by being mulcted
for the costs of these
applications. The City’s counsel conceded that it had made a
hash, initially, of its duty to file
a proper record which had
increased the costs unnecessarily.
54.
In
the circumstances, I make the following Order:
54.1 The
application for the review of the decision by the City of
Johannesburg on 2 December 2022, to award
tender A907 for the
provision of advanced law enforcement and ‘crash’
management services for a period of 3 years,
to the second
respondent, is dismissed.
54.2 Save
for the costs referred to in paragraph 54.3 the applicant shall be
liable for the costs of the
application, including the costs of two
counsel where so employed.
54.3 The
first respondent shall be liable for the costs of the striking out
applications which were lodged
by the applicant and the second
respondent, including the costs of two counsel where so employed.
M
SHER
Judge
of the High Court
(Signature
appended digitally)
Appearances
:
Applicant’s
counsel: LW Ackermann
Applicant’s
attorneys: Pepler O’Kennedy (Tygervalley)
First
respondent’s counsel: F Nalane SC & N Ralikhuvhala
First
respondent’s attorneys: Mncedisi Ndlovu & Sedumedi
(Johannesburg)
Second
respondent’s counsel: M O’Sullivan SC & T Sarkas
Second
respondent’s attorneys: Hayes Inc (Cape Town)
[1]
Act 3 of 2000.
[2]
Bolton
The
Law of Government Procurement in South Africa
(2007) at 57.
[3]
Act 5
of 2008.
[4]
Act 1
of 1999.
[5]
Act
32 of 2000.
[6]
Act
56 of 2003.
[7]
These
include the Preferential Procurement Regulations promulgated in
terms of the PPFA, the Treasury regulations promulgated
in terms of
the PFMA, and the
Municipal Supply Chain Management Regulations
promulgated
in terms of the MFMA.
[8]
Tetra
Mobile Radio (Pty) Ltd v MEC, Department of Works & Ors
2008
(1) SA 438
(SCA) para 10.
[9]
AllPay Consolidated
Investment Holdings (Pty) Ltd & Ors v Chief Executive Officer,
South African Social Security Agency &
Ors
2014 (1) SA 604
(CC)
para 42.
[10]
Id, para 24.
[11]
Id.
[12]
Id, para 40.
[13]
Premier,
Free State & Ors v
Firechem
Free State (Pty) Ltd
2000
(4) SA 413
(SCA) para 30.
[14]
Metro Projects CC &
Ano v Klerksdorp Local Municipality & Ors
2004
(1) SA 16
(SCA) para 13.
[15]
AllPay
n
9 para 43.
[16]
Airports Company
South Africa SOC Ltd v Imperial Group Ltd
2020
(4) SA 17 (SCA).
[17]
SMEC South Africa
(Pty) Ltd v The City of Cape Town & Ors
(WCD
8277/21,14097/21)
[2022] ZAWCHC 131
para 92.
[18]
IN2IT Tech (Pty) Ltd
v Gijima Holdings (Pty) Ltd & Ors
[2023]
ZAGPJHC 478 para 39.
sino noindex
make_database footer start
Similar Cases
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)
[2025] ZAWCHC 582High Court of South Africa (Western Cape Division)100% 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
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 Nonxuba and Another (16777/2023) [2024] ZAWCHC 410 (4 December 2024)
[2024] ZAWCHC 410High Court of South Africa (Western Cape Division)99% similar
South African Legal Practice Council v Gonzales (1949/2024) [2024] ZAWCHC 412 (6 December 2024)
[2024] ZAWCHC 412High Court of South Africa (Western Cape Division)99% similar