Case Law[2024] ZAWCHC 329South Africa
H & I Civil & Building (Pty) Ltd and Another v City of Cape Town and Others (59/24) [2024] ZAWCHC 329 (18 October 2024)
Headnotes
by three shareholder groups. One of these is the H&I Broad Based Employee Trust (‘HIBBET’). HIBBET is an employee share incentive trust formed in 2006 when a portion of HIG’s shares were sold to HIBBET at par value for an amount of R33.9 million. The beneficiaries of HIBBET are permanent employees of the Applicants and other subsidiaries in the HIG group with more than two years’ service.
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 329
|
Noteup
|
LawCite
sino index
## H & I Civil & Building (Pty) Ltd and Another v City of Cape Town and Others (59/24) [2024] ZAWCHC 329 (18 October 2024)
H & I Civil & Building (Pty) Ltd and Another v City of Cape Town and Others (59/24) [2024] ZAWCHC 329 (18 October 2024)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAWCHC/Data/2024_329.html
sino date 18 October 2024
FLYNOTES:
ADMINISTRATIVE – Tender –
Scoring and B-BBEE
–
Lawfulness of new preferential procurement scoring system –
Alleged non-compliance with implementation guideline
meritless –
Decisional rationality challenge misplaced – City was
empowered to determine and implement its own
procurement policy
and specific goals for system of preference – No basis
established to set aside new scoring system
nor for directing City
to return to and implement previous system – Application
dismissed.
IN
THE HIGH COURT OF SOUTH AFRICA
WESTERN
CAPE DIVISION, CAPE TOWN
Case
No.: 59/24
In
the matter between:
H & I CIVIL &
BUILDING (PTY) LTD
First
Applicant
H & I
CONSTRUCTION (PTY) LTD
Second
Applicant
and
THE CITY OF CAPE
TOWN
First
Respondent
WILSON BAYLY HOLMES
– OVCON LIMITED
Second
Respondent
CVS CONSTRUCTION
(PTY) LTD
Third
Respondent
ASLA CONSTRUCTION
(PTY) LTD
Fourth
Respondent
BASELINE CIVIL
CONTRACTORS (PTY) LTD
Fifth
Respondent
MARTIN & EAST
(PTY) LTD
Sixth
Respondent
POWER CONSTRUCTION
(PTY) LTD
Seventh
Respondent
RUWACON
(PTY) LTD
Eighth
Respondent
JUDGMENT
DATED 18 OCTOBER 2024
Delivered
Electronically
MAGARDIE,
AJ
Introduction
[1]
This application requires us to decide whether a
new preferential procurement scoring system introduced by the City of
Cape Town
(‘the City’) in relation to bids for tenders in
the construction sector and its application to two construction
tenders
advertised by the City, is lawful and consistent with the
Constitution.
[2]
The City’s new scoring system allocates
preference points to bidders based on ownership of the bidding entity
by women, Black
people, disabled people and the extent to which the
bidding entity has promoted small and micro enterprises.
[3]
The Applicants have brought a wide-ranging
substantive and procedural challenge to the legality of the new
scoring system. Their
central complaint is that it is not only
irrational and unconstitutional but exclusionary in both its form and
effect. The Applicants
contend that given what they say are the
already small margins in construction work, the City’s new
scoring system establishes
an insurmountable threshold to their
participation in bids for tenders to which the new scoring system
applies.
[4]
The relief sought by the Applicants is first and
foremost for the City’s decision to introduce the new scoring
system to be
declared unlawful, invalid and reviewed and set aside.
In addition, the Applicants seek relief directing the City to
implement
its previous scoring system, which allocated preference
points exclusively on the basis of a bidder’s Broad-based Black
Economic
Empowerment (‘B-BBEE’) contributor status level,
in respect of all construction work which the City has and will in
future be putting out to tender.
[5]
The evaluation of public tenders and
implementation of procurement policies by organs of state are
exercises of public power constrained
by the principle of legality.
Public procurement processes are also required to serve wider
societal and economic transformation
goals. These goals include
providing economic redress for persons disadvantaged by unfair
discrimination and historically excluded
from economic opportunities
in the public procurement sector. Legality and the promotion
substantive equality through public procurement
are however not
mutually exclusive. Our Constitution requires a commitment to and
compliance with both.
The
parties
The applicants
[6]
The First Applicant (H & I Civils’) and
the Second Applicant (‘H & I Construction’) are
private companies
and contractors in the
building
and construction industry. They are engaged in the construction of
buildings, public roads and bridges and large scale
complex civil
engineering projects throughout the country, but primarily in Cape
Town. The Applicants are level 1 Broad-Based Black
Economic
Empowerment (‘B-BBEE’) contributors in terms of the
scorecard provided for by the Broad-based Black Economic
Empowerment
Act 53 of 2003 (‘B-BBEE Act’) and registered members of
the Construction Industry Development Board (‘CIDB’),
which regulates and promotes the South African construction industry.
[7]
H & I Civils specializes in the
the
construction of commercial, industrial and residential buildings,
schools, hospitals and other large building infrastructure.
It often
operates in joint ventures with the Second Applicant, H & I
Construction, which is a multi-disciplinary construction
company
operating in the areas of transportation, energy, mining, marine and
water infrastructure construction.
[8]
The Applicants are wholly owned
subsidiaries
of H&I Group (Pty) Ltd (‘HIG’), a privately owned
engineering company engaged in the fields of engineering
and
infrastructure development. The shareholding of HIG is held by three
shareholder groups. One of these is the H&I Broad
Based Employee
Trust (‘HIBBET’). HIBBET is an employee share incentive
trust formed in 2006 when a portion of HIG’s
shares were sold
to HIBBET at par value for an amount of R33.9 million. The
beneficiaries of HIBBET are permanent employees of
the Applicants and
other subsidiaries in the HIG group with more than two years’
service.
[9]
HIG is the sole shareholder of the Applicants. The
total shareholding in HIG held by Black people is 36.83%. Of this,
the employee
share incentive trust, HIBBET, holds 25.29%. The
remaining 11.54% shareholding is owned by Black shareholders in their
own capacity.
[10]
According to the Applicants, they are largely
dependent for their survival on public procurement work derived from
various government
agencies, including local government agencies such
as the City. The Applicants have in this regard been awarded several
multi-million
rand construction tenders by the City between 2009 and
2023. The contract value of construction tenders awarded by the City
to
H & I Civils amounts to approximately R538 206 312.
The combined contract value in respect of two construction tenders
which the City has awarded to H & I Construction, with contract
start dates of February 2022 and May 2023, is approximately
R
1 619 469 428.44 (approximately R1.6 billion).
The Respondents
[11]
The First Respondent is the City of Cape Town
(“the City”). The City is an organ of state in the local
sphere of government
and a metropolitan municipality established in
terms of
section 12
of the
Local Government: Municipal Structures Act
117 of 1998
.
[12]
This application relates to two construction
tenders which have been advertised by the City.
[13]
The first was tender no. 54Q/2023/24 (‘Tender
54Q’) published by the City on 15 September 2023. Tender 54Q is
a tender
for the redecoration, alteration,
construction of new buildings and maintenance of structures for
Safety & Security and other
City facilities.
[14]
The second tender at issue is Tender no.
91Q/2023/24 (‘Tender 91Q’) advertised by the City on 27
October 2023. This
tender is for the construction of the City’s
Integrated Road Transport (“IRT”) Metro South-East
Corridor (Phase
2A) Stations infrastructure. Both tenders are
administered by the City’s Supply Chain Management (“SCM”)
Department.
[15]
The Second to Eighth respondents are construction
companies and bidders for the two tenders. No relief is sought
against these respondents.
Constitutional
and legislative framework regulating public procurement
Section 217 of the
Constitution
[16]
What
follows is a discussion of the framework in which, in my view, this
application should be considered. Public procurement by
organs of
state is regulated by section 217 of the Constitution. Organs of
state at all levels of government are required to contract
for goods
and services in accordance with a system w
hich
is fair, equitable, transparent, competitive and cost effective.
[1]
[17]
In
terms of section 217(2), organs of state are entitled to implement a
procurement policy which provides for categories of preference
in the
allocation of contracts and the protection or advancement of persons
or categories of persons who have been subjected to
historical
disadvantage due to unfair discrimination.
[2]
Preferential
procurement is the implementation of such procurement policies by
organs of state. It is the mechanism utilised by
organs of state to
advance the objectives set out in section 217(2) of the Constitution.
[18]
The purpose of section 217(2) of the Constitution
is both remedial and transformative. That purpose is the use of
public procurement
to promote economic transformation, substantive
equality and to address our country’s history of racially based
economic
exclusion. The legacy of
colonialism,
apartheid and racial discrimination is the economic exclusion of many
of South Africa’s people from ownership
of productive assets
and possession of advanced skills.
[19]
Section
217(2) therefore expressly permits the use of public procurement as a
transformational instrument which may not be prevented
or stultified
by appeals to the guarantee of non-discrimination in section 9 of the
Constitution.
[3]
As the
Constitutional Court held in
Allpay,
providing
economic redress for
previously
disadvantaged people lies at the heart of our constitutional and
legislative procurement framework
.
[4]
[20]
In
Afribusiness
,
the Constitutional
Court
recognised that the implementation of public procurement with no
recognition of our country’s history of economic disadvantage
experienced by the majority of its people, would mean not only
the
perpetuation of this disadvantage but possibly the widening of its
gap.
[5]
Madlanga J observed
that:
“
What section
217(2) seeks to achieve is consonant with the transformative nature
of our Constitution. And its provisions dovetail
with those of
section 9(2) of the Constitution. Without provisions of this
nature, true or substantive equality would forever
be pie in the sky
for the vast majority of South Africans and the transformative agenda
of the Constitution would be unrealisable
.”
[6]
[21]
Substantive
equality encompasses both equality of opportunity and equality of
results. In this way, it is a concept different to
formal equality
which assumes that the playing field for all participants, is level
to begin with. Our Constitution therefore embraces
the concept of
substantive equality, which includes restitution measures aimed at
addressing existing inequality, emphasizes a
commitment to eliminate
barriers to equality and the taking of positive steps to root out of
systematic or institutionalised under-privilege.
[7]
The
obligation of the state to take positive action to advance
substantive equality is in my view a relevant factor when assessing
the lawfulness of remedial measures which are implemented as a
public procurement policy objective. This applies with particular
force in a case such as the present where a procurement mechanism
implemented by an organ of state to give preference to categories
of
persons historically disadvantaged by unfair discrimination, is
challenged on the basis that it is irrational.
Procurement Act and
Regulations
[22]
Section 217(3) of the Constitution requires the
enactment of legislation which provides the framework within which a
preferential
procurement policy envisaged by section 217(2) of the
Constitution is to be implemented. Parliament has enacted the
Preferential
Procurement Policy Framework Act 5 of 2000 (‘Procurement
Act’) as the specific legislation designed to provide this
framework. The purpose of the Procurement Act is clear from its
preamble. It states that the purpose of the Act is to give effect
to
section 217(3) of the Constitution by providing a framework for the
implementation of the procurement policy contemplated in
section
217(2) of the Constitution.’
[23]
Section 2(1) of the Procurement Act requires an
organ of state to determine its preferential procurement policy and
to implement
it within the framework set out in the Act. Section 2(1)
of the Procurement Act is obligatory and does not provide for organs
of
state a discretion to decide whether or not to develop and
implement a preferential procurement policy.
[24]
The Procurement Act establishes a preference point
system for the award of contracts by an organ of state. The
preference point
system provides for the award of points not only on
the basis of the price tendered by bidders for a public procurement
contract
but also for the achievement of specific goals provided for
in section 2(1)(d) of the Act. In terms of section 2(1)(d), these
specific
goals may include contracting with persons or categories of
persons historically disadvantaged by unfair discrimination on the
basis of race, gender or disability. Section 2(1)(d)(ii) provides for
further specific goals for which points may be awarded to
contractors. The specific goals catered for by the Procurement Act
also include implementing programmes of the Reconstruction and
Development Programme (“RDP”) as published in Government
Gazette No. 16085 of 23 November 1994.
[25]
In terms of section 2(1)(e) of the Procurement
Act, any specific goal for which a preference point can be awarded,
must be clearly
specified in the invitation to submit a tender.
Section 2(2) in turn provides that such specific goals must be
measurable, quantifiable
and monitored for compliance.
[26]
The preference point system created by the
Procurement Act distinguishes the allocation of preference points
based on the value
of a specific contract. A maximum of 100 points
may be awarded to contractors. The primacy of obtaining the best
price for goods
and services subject to public procurement, is
recognized by the scheme established for the award of preference
points. That scheme
in essence allocates more preference points for
lower value contracts below a prescribed Rand value (‘the 80/20
preference
point system’) and less preference points in respect
of higher value contracts above a prescribed amount (‘the 90/10
preference point system’).
[27]
In terms of regulations gazetted by the Minister
of Finance under section 5(1) of the Procurement Act (‘the 2022
Procurement
Regulations’), the 80/20 preference point system
applies in respect of tenders for the acquisition of goods and
services
with a Rand value equal to or below R50 million. The 90/10
preference points system on the other hand, applies to tenders for
the
acquisition of goods and services with a Rand value above R50
million. The preference point system also applies to tenders for
income generating projects. This includes public procurement
processes relating to concessions and the leasing of government
assets.
Broad-Based Black
Empowerment Act and
Codes
[28]
The commitment embodied in the Procurement Act to
address historic unfair discrimination and economic exclusion through
the use
of preferential measures in government procurement processes,
finds similar expression in the B-BBEE Act.
[29]
The preamble to the B-BBEE Act states that the
purpose of the BBBEE Act is to ‘…promote the achievement
of the constitutional
right to equality, increase broad-based and
effective participation of black people in the economy and promote a
higher growth
rate, increased employment and more equitable income
distribution.’
[30]
Section 9 of the B-BBEEE Act empowers the Minister
of Trade and Industry (‘the Minister’) to issue codes of
good practice
on Black economic empowerment, which may, in terms of
section 9(1)(b), include qualification criteria for preferential
purposes
for procurement and other economic activities. In terms of
section 10, every organ of state and public entity must apply any
relevant
code of good practice issued in terms of the B-BBEE Act in
inter-alia, developing and implementing a preferential procurement
policy.
Construction Sector
Charter and Construction Sector B-BBEE Codes
[31]
In terms of section 12 of the B-BBEE Act, the
Minister is empowered to publish in the Gazette, transformation
charters for particular
sectors of the economy. Such transformation
charters must be developed by major stakeholders in that sector and
advance the objectives
of the B-BBEE Act. Pursuant to section 12 of
the B-BBEE Act, the Minister issued the Construction Sector Charter
in Government
Notice 11 Government Gazette 29616 of 19 February 2007.
The Construction Sector Transformation Charter (‘Construction
Sectoral
Charter’ or ‘the Charter’), in section 1.5
thereof, committed the parties to the Charter to actively promote a
vibrant, transformed and competitive construction sector that would
not only provide adequate services to the domestic economy,
but would
also be reflective of the South African nation as a whole and
contribute to the establishment of an equitable society.
[32]
Section 2 of the Construction Sectoral Charter
recognizes a number of challenges facing the construction sector.
These challenges
are stated to include the inadequate addressing of
B-BBEE and a narrow focus on equity ownership due to inconsistent
interpretation
of preferential procurement policy. Additional
challenges identified in section 2.4 of the Charter include the
sector reflecting
‘vast inequalities in ownership, with little
transformation having taken place, little penetration of black
enterprises in
capital and knowledge intensive components of the
sector’ and the ‘…absence of adequate financial
and other
support mechanisms for SMMEs.’ The challenges noted
in the Charter also include ‘limited numbers of Black people,
especially
Black women, in controlling positions, managerial
positions and in the specialized professions in the larger
enterprises in the
sector.’
[33]
Section 3 of the Construction Sectoral Charter
sets its objectives. Foremost amongst these is to ‘achieve a
substantial change
in the racial and gender composition of ownership,
control and management of the sector.’ Given the vast ownership
inequalities
in the construction sector, the parties to the
Construction Sectoral Charter committed themselves to making far
reaching and substantial
changes in the racial and gender composition
of ownership and control in the construction sector.
[34]
Section 5.1.3 of the Charter committed the parties
to achieve a number of ownership targets by December 2013. These
included a target
of 30% economic interest held by Black people, 30%
participation by Black people in voting rights, 10% economic interest
held by
Back women and 10% participation by black women in voting
rights.
[35]
The Charter recognizes that black people and black
women in particular continued to be under-represented at board level
and executive
management level in the sector. Enterprises in the
construction sector therefore committed themselves to achieve, by
December 2013,
a target of 40% Black people at board level and 20%
Black women at board level.
[36]
Additional commitments reflected in the Charter
include those relating to employment equity, skills development,
procurement, enterprise
development of micro, small and medium
enterprises and corporate social investment. Following the
publication of the Charter, the
Minister issued in terms of section
9(1) of the B-BBEE Act, codes of good practice for the construction
sector on 5 June 2009 in
Government Notice Government Gazette 3205
and on 1 December 2017 in Government Notice 931 Government Gazette
41287. The latter,
being the Code of Good Practice on Broad Based
Black Economic Empowerment: Amended Construction Sector Code (‘the
Construction
Sectoral Code’) is the currently applicable B-BBEE
sectoral code for the construction sector.
[37]
As a point of departure, the Construction Sectoral
Code notes in section 1.3.1 thereof, that the Construction Sector
Transformation
Charter is the basis for the development of the
Construction Sectoral Code. Section 1.4.2 of the Construction
Sectoral Code records
the stated commitment in the Charter to far
reaching changes to the racial and gender inequalities in the
construction sector.
Section 1.4.1 states that the Construction
Sectoral Code in particular aims to ‘…achieve a
substantial, meaningful
and accelerated change in the racial and
gender composition of ownership, control and management in the
sector’ while section
1.4.2.6 records that a further objective
of the Code is ‘enhancing transformation by ensuring that the
Construction Sector
creates productive assets in the hands (actual
control and ownership) of black people.’
[38]
The Construction Sectoral Code sets out a detailed
framework and mechanisms for measuring B-BBEE initiatives under the
code at all
the levels of the balanced scorecard for B-BBEE, these
being management and ownership control, skills development,
enterprise and
supplier development and socio-economic development.
[39]
Section 9.3 of the Code provides for enhanced
recognition of certain categories of Black people in the measurement
of an entity’s
B-BBEE score in terms of the code. These
categories include Black people with disabilities,
Black
youth,
Black People living in rural areas and
Black unemployed people.
The
City’s previous scoring system and subsequent regulatory
developments
[40]
Before concluding this overview of the various
legislative instruments giving effect to the economic transformation
imperatives
of section 217(2) of the Constitution, it is necessary to
outline certain regulatory developments in the public procurement
sector
which impacted on the City’s previous preferential
procurement scoring system.
[41]
Prior to the gazetting of the 2022 Procurement
Regulations, procurement by organs of state was regulated by
regulations under the
Procurement Act which came into effect on 1
April 2017 (‘the 2017 Procurement Regulations’). In terms
of Regulation
6 and Regulation 7 of the 2017 Procurement Regulations,
the 80/20 preference point system applied to tenders with a rand
value
between R30 000.00 and R50 million. The 90/10 preference
point system applied to tenders with a Rand value above R50 million.
[42]
The 2017 Procurement Regulations prescribed a
mechanism for the allocation of preference points to be awarded to a
bidder based
on their B-BBEE contributor status level. In short, the
scheme designed by the 2017 Procurement Regulations provided that the
higher
that bidders B-BBEE contributor status level, the higher the
number of preference points awarded to that bidder for preferential
procurement. A bidder with a Level 1 B-BBEE contributor status, i.e.
the highest obtainable B-BBEE contributor status level based
on the
balanced scorecard provided for in the B-BBEE Codes, would therefore
be awarded a maximum 20 points in tenders to which
the 80/20
preference point system applies and a maximum of 10 points in a
tender to which the 90/10 preference point system applies.
[43]
The number of points awarded to a bidder would
reduce in accordance with the bidder’s B-BBEE level contributor
status, with
a non-compliant contributor being awarded zero points.
The 2017 Procurement Regulations did not afford organs of state a
discretion
to implement a preference point system advancing specific
goals other than those provided for in the regulations. A bidder’s
B-BBEE contributor status level was the sole consideration to be
determined in the allocation of preference points in terms of
the
2017 Procurement Regulations. The City’s previous scoring
system for the determination and award of tenders was based
on the
scheme set out in the 2017 Procurement Regulations and allocated
preference points on the basis set out in the following
table:
B-BBEE
Level status of contributor
Number
of points for financial value up to and including R50 000 000
Number
of points for financial value above R50 000 000
1
20
10
2
18
9
3
14
6
4
12
5
5
8
4
6
6
3
7
4
2
8
2
1
Non-compliant
contributor
0
0
The Afribusiness
Judgment
[44]
During 2017, an organization known as Afribusiness
NPC (‘Afribusiness’), applied to the High Court, Gauteng
Division,
Pretoria for orders inter-alia reviewing and setting aside
the 2017 PPPFA Regulations on the basis that the Minister had acted
beyond the scope of the powers conferred on him by the PPPFA when he
made the regulations.
[45]
The High Court dismissed the application with
costs and concluded that the promulgation of the 2017 Procurement
Regulations was
rational, reasonable, and fair.
[46]
A
subsequent appeal by Afribusiness succeeded in the Supreme Court of
Appeal (‘SCA’)
[8]
.
Aggrieved by the judgment of the Supreme Court of Appeal, the
Minister then appealed to the Constitutional Court.
[47]
On 16 February 2022 the Constitutional Court handed down judgment, in
which the majority of the court concluded
that the
2017
Procurement Regulations were ultra vires the Procurement Act because
they usurped a power vested with organs of state to devise
their own
policy for preferential procurement.
[48]
The effect of the Constitutional Court’s
judgment in
Afribusiness
was
to uphold the order of the Supreme Court of Appeal’s order
declaring the 2017 Procurement Regulations unconstitutional
and
invalid. The declaration of invalidity was suspended for 12 months,
thus requiring the Minister to make new regulations on
or before
January 2023 in order to avoid a situation where no valid regulations
governing public procurement were in effect.
The 2022 Procurement
Regulations
[49]
Following the
Afribusiness
judgment of the Constitutional Court and on 10
March 2022, the Minister published the draft Preferential Procurement
Framework Act
regulations for public comment in Government Notice No.
R1581 Government Gazette 46026. The closing date for the submission
of
comment on the draft regulations was stipulated to be 22 April
2022.
[50]
On 20
June 2022 the Acting Chief Procurement Officer of the National
Treasury issued PPPFA Circular 1 of 2022/23 regarding the
implications of a second judgment of the Constitutional Court handed
down on 30 May 2022, which dismissed with costs an application
by the
Minister for variation of its previous order in
Afribusiness
.
[9]
The
circular recorded that the 2017 PPPFA Regulations would remain in
place until 26 January 2023 and that organs of state should
ensure
that by 27 January 2023, procurement policies were in in line with
the Constitutional Court’s judgment in
Afribusiness
.
[51]
On 4 November 2022 the Minister of Finance
gazetted the 2022 Procurement Regulations, which were to take effect
from 16 January
2023.
[52]
The key difference between the 2022 and 2017
Procurement Regulations, is that the 2022 regulations do not regulate
how organs of
state are required to award the 10 or 20 preference
points for specific goals. Regulation 3 of the 2022 Procurement
Regulations
records that it is for an organ of state to stipulate in
its tender documents the applicable preference point system as
envisaged
in regulations, 4, 5, 6 or 7.
Development
of the City’s new scoring system
[53]
After the judgment of the Constitutional Court in
Afribusiness
and
the publication of the new 2022 Procurement Regulations in November
2022, the City embarked on a process to amend its SCM Policy
in the
light of these developments in the public procurement sector. At
this stage, the City’s SCM Policy reflected
the scoring system
and regulatory approach provided for by the 2017 Procurement
Regulations, which allocated preference points
solely and
automatically on the basis of a bidders B-BBEE contributor status
level.
[54]
The City states that following the publication of
the 2022 Procurement Regulations in November 2022, its SCM Department
convened
immediately to address the impact of the regulations on the
City’s SCM policy, which required amendment to address the
changes
in the regulatory landscape. The SCM Department commenced
working on amendments to the SCM Policy in November 2022 by
considering
the kinds of specific goals that it intended advancing
through the award of preference points. According to the City,
in
the course of this process it consulted broadly and internally
with other City Departments in the consideration of the specific
goals to be advanced. The consultation process also included meetings
with officials in the Mayor’s office.
[55]
Towards the end of November 2022, the City’s
legal advisors briefed senior and junior counsel to advise and
provide legal
opinion on a range of matters relating to the impact of
the 2022 Procurement Regulations on the City’s SCM policy. The
legal
advice and opinion were sought from counsel on an urgent basis,
given that time was of the essence in the light of the pending coming
into effect of the 2022 Procurement Regulations on 16 January 2023.
To illustrate the expedition with which it acted in this regard,
the
City in its answering affidavit annexed the brief to counsel
instructed by the City’s attorneys. It is apparent therefrom
that counsel was briefed to urgently advise on a comprehensive range
of matters relevant to the implications of the 2022 Procurement
Regulations on the City’s SCM policy.
[56]
The matters on which counsel’s advice were
sought included the
extent to which the
City's SCM Policy was consistent with the 2022 regulations, specific
clauses in the 2022 policy that may be
regarded as inconsistent with
the 2022 regulations and the consequences of non - compliance with
the 2022 regulations.
[57]
On 1 December 2022 the City consulted with senior
and junior counsel to discuss the issues on which counsel had been
briefed. Counsel
thereafter and on 14 December 2022 and 12 January
2023, provided the City with two legal opinions on whether the City’s
SCM
Policy was compliant with the new 2022 PPPFA Procurement
Regulations. Further legal opinion was sought from counsel on 18
January
2023 on the issue of functionality and the interpretation of
the specific goals’ as defined in the PPPFA and the 2022
Procurement
Regulations.
[58]
On 17 January 2023 the City’s Chief
Financial Officer and Mayoral Committee (‘Mayco’) member
for Finance, signed
a report to the City’s Mayco and Council
submitting a revised
SCM policy for their
consideration. The 17 January 2023 report noted that the amendments
to the City’s SCM Policy were necessary
in order to ensure
alignment of the City’s SCM Policy with the new 2022 PPPFA
Regulations. The report recorded that the revisions
to the 2022 SCM
policy mirror the prescripts of the 2022 PPPFA Regulations and were
in line with the judgment of the Constitutional
Court in
Afribusiness
.
[59]
On 26 January 2023 the City Council approved the
amendments proposed in the 17 January 2023 report and adopted the
City Amended
Supply Chain Management Policy (‘ASCMP’),
which was to be implemented with effect from 26 January 2023.
The
ASCMP at pages 94 to 97 sets out the City’s Preferential
Procurement Policy. The policy largely incorporates the
provisions
of the 2022 PPPFA Regulations. Paragraph 455 of the ASCMP states that
where the preferential procurement policy does
not provide for a
matter regulated in the 2022 Procurement Regulations, the provisions
of those regulations will prevail in respect
of a tender’ as
defined in the regulations.
Following the
adoption of the ASCMP on 26 January 2023, the City then continued
with a process of developing a guideline to implement
preferential
procurement in the City.
[60]
The City states that where it was uncertain of any
aspect and when it required guidance on the legal landscape, it
adopted a conservative
and careful approach and only made decisions
after seeking legal advice. According to the City, it appreciated the
importance of
developing a guideline that would be both lawful and
accessible and that an overly complicated system would create greater
room
for tender irregularities and undermine the procurement process.
The aspects on which the City sought counsel’s advice included
the interplay between the B-BBEE Act and the PPPFA as well as other
legislation relevant to the B-BBEE Codes. The City states that
the
process of obtaining continuous legal input from counsel lasted for
four months.
[61]
The City’s SCM Department then developed a
binding implementation guideline for preferential procurement in
terms of the new
2022 Procurement Regulations (‘the
Implementation Guideline’). The purpose of the Implementation
Guideline was to determine
how preferential procurement would work in
the City. The Implementation Guideline became effective on 1 July
2023 and sets out
the City’s new scoring system. The new
scoring system and the manner in which it allocates preference points
applies to all
preferential procurement by the City and competitive
bids to which the 80/20 or 90/10 preference point system applies. The
City
states that the purpose of the guideline is to ensure uniformity
in procurement processes by the City. According to the City, he
preference points allocation system in the guideline is binding on
City officials and that they do not have the discretion to depart
from the new scoring system and the specific goals which the City has
identified for allocation of preference points.
[62]
The full title of the Implementation Guideline is
‘Preferential Procurement Regulations, 2022: Implementation
Guideline for
Specific Goals.’ Chapter 1 of the Implementation
Guideline records that the guideline ‘…
serves
to ensure that procurement processes comply with the changes to the
Preferential Procurement Regulations, 2022 (PPR), under
the
Preferential Procurement Policy Framework Act, 2000 (PPPFA), and that
such processes are conducted in a simplified and controlled
manner
and in line with all applicable prescripts including the SCM Policy.’
[63]
Chapter 4 of the Implementation Guideline is
titled ‘Setting and Evaluating Specific Goals.’ Referring
to the provisions
of section 2(1)(d) of the PPPFA which refers to
specific goals including implementing the programmes of the
Reconstruction and
Development Programme (RDP’) and contracting
with
with persons, or categories of
persons, historically disadvantaged by unfair discrimination on the
basis of race, gender or disability,
the
Implementation Guideline states ‘…
A
goal that clearly stands out is the promotion of micro and small
enterprises, which the City adopted for implementation. HDI
[historically disadvantaged individuals] however, is clearly defined
and contains only three considerations, namely race, gender
and
disability.’
[64]
The Implementation Guideline then sets out the
City’s new scoring system. The guideline provides that in
respect of tenders
with a rand value above R50 million, these being
tenders to which the 90/10 preference point system applies, the 10
points for
preferential procurement are awarded in accordance with
the following table:
#
Specific
goals allocated points
Preference
Points (90/10)
Persons,
or categories of persons, historically disadvantaged- (HDI) by
unfair discrimination on the basis of
1
Gender are women (ownership)*
>75% - 100% women ownership:
3 points
>50% - 75% women ownership: 2
points
>25% - 50% women ownership: 1
point
>0% - 25% women ownership:
0.5 point
0% women
ownership = 0 points
3
2
Race are black persons
(ownership)*
>75% - 100% black ownership:
3 points
>50% - 75% black ownership: 2
points
>25% - 50% black ownership: 1
point
>0% - 25% black ownership:
0.5 point
0% black
ownership = 0 points
3
3
Disability are disabled persons
(ownership)*
WHO disability guideline
>2% ownership: 1 point
>0% - 2% ownership: 0.5 point
0% ownership
= 0 points
1
Reconstruction
and Development Programme (RDP) as published in Government Gazette
4.
Promotion of Micro and Small
Enterprises
Micro with a turnover up to
R20million and Small with a turnover up to R80 million as per
National Small Enterprise Act, 1996
(Act No.102 of 1996)
SME
partnership, sub-contracting, joint venture or consortiums
3
Total points
10
*Ownership: main
tendering entity
[65]
The Implementation Guideline records at page 12
that ‘…
The City regards the
above activities as a contribution towards achieving the goals of the
HDI and RDP, and as such grant preference
points in the adjudication
of tenders.’
[66]
In respect of tenders with a value between
R200 000 and R50 million (VAT inclusive) i.e. tenders subject to
the 80/20 preference
point system, the Implementation Guideline
provides that a maximum of 5 points are awarded for women ownership,
5 points for ownership
by Black persons, 3 points for ownership by
disabled persons and 7 points for the promotion of small, medium and
micro enterprises.
[67]
Chapter 5 of the Implementation Guideline sets out
the documents which the City would require from bidders in order to
confirm the
specific goals claimed by a bidder.
In
relation to the specific goals relating to gender, race, disability
and micro and small enterprises, these documents are listed
to
include company registration certification, Central Supplier Database
report, B-BBEE certificate and in relation to micro and
small
enterprises, financial statements and the B-BBEE contribution level
status of the bidder.
[68]
Chapter 4 of the Implementation Guideline sets out
the roles and responsibilities of the City’s Bid Specification
Committee
(BSC’) and Bid Evaluation Committee (“BEC”).
The role of the BEC is stated to be to ‘evaluate the tender
in
accordance with the HDI/Specific Goals outlined in the tender
document advertised.’ The role of the BSC is recorded as
being
to ‘…determine which HDI or Specific Goal will be best
suited for that specific tender based on market research,
analysis or
historical data in the disposal of the City and advertised
accordingly for evaluation criteria to be fairly applied.’
The
Applicants have latched on to this particular sentence of the
guideline, contending that it was not complied with by the City
and
that consequently the new scoring system and its application to the
two tenders was unlawful and invalid. As stated earlier,
the City
contends however that its SCM officials are not obliged to determine
the allocation of preference points other than in
the manner set out
in the implementation guideline.
[69]
The final chapter of the Implementation Guideline,
Chapter 7, deals with monitoring and assessment. The Implementation
Guideline
records that the City did not currently have oversight
regarding the impact of the 2022 PPPFA Regulations and the change in
evaluating
specific goals rather than B-BBBEE contribution status.
The guideline notes however that
monitoring
mechanisms were currently being developed in collaboration with the
City's Enterprise Development department and it was
aimed to develop
a set of such measures that would be used for future considerations
and amendments to the Implementation Guideline
where feasible.
[70]
As is evident from the description of the City’s
new scoring system set out above, there is a significant difference
between
the City’s new scoring system and the old scoring
system in relation to the calculation and allocation of preference
points.
[71]
The previous scoring system allowed for a bidder
with a Level 1 B-BBEE contributor status to be automatically awarded
the full 10
preference points. The new scoring system on the other
hand focuses on three categories of specific goals and their
weighting.
Preference points under the City’s new scoring
system are allocated on a reduced sliding scale should there be lower
degrees
of ownership in these three categories, being ownership by
women, black persons, disabled persons and promotion of micro and
small
enterprises.
[72]
In terms of the City’s new scoring system,
bidders such as the Applicants would no longer entitled to be
automatically awarded
the full 10 or 20 preference points based
solely on their status as a level 1 B-BBEE contributor. According to
the Applicants,
whereas under the City’s old scoring system
they would stand to be awarded the full 10 preference points based on
their status
as a level 1 B-BBEE contributor, under the new scoring
system they now stand to be awarded a minimum of 3 points and a
maximum
of 6 out of the 10 preference points for tenders to which the
90/10 preference points system applies.
[73]
Given the value of the construction tenders at
issue and their previous success in being awarded several major
construction tenders
by the City under the old scoring system, the
Applicants were unsurprisingly aggrieved by the approach adopted by
City’s
new scoring system. Litigation on the issue was clearly
going to be more than a mere possibility. It would be a certainty.
Litigation
history
[74]
On 15 September 2023 the City advertised Tender
54Q, the tender for the
redecoration,
alteration, additions to and construction of new buildings and
structures and maintenance for Safety & Security
and other City
facilities. The closing date for the submission of bids in respect of
tender 54Q was 18 September 2023. This closing
date was later
extended to 27 October 2023.
The tender
invitation to tender recorded that preferences would be offered to
tenderers who tendered in accordance with the PPPFA
Regulations and
the City’s SCM Policy. The invitation to tender also made it
clear that in terms of the PPFA Regulations
and the City’s SCM
Policy, tenderers ‘were required to meet the HDI and/or RDP
specific goals.’
[75]
The Applicants say that they only became aware of
the City’s new scoring system on or about 29 September 2023,
after obtaining
and considering the tender document for tender 54Q.
The Applicants state that the tender document for tender no. 5Q
was ambiguous
because at one place in the document, it stated that
preferential points would allocate based on the tenderer’s
B-BBEE contributor
level but at page 14 of the Tender Data, the
document recorded that preference points would be awarded based on
specific goals.
[76]
The
First Applicant’s
Mr Isaacs sought clarity on this aspect at a Tender Clarification
Meeting that was conducted online with
representatives of the City on
5 October 2023. The queries raised by Mr Isaacs regarding the
ambiguity in the tender documentation
concerning the preferential
scoring system to be used in Tender 54Q were addressed in Tender
Notice 3, which was issued by the
City on 13 October 2023.
[77]
Tender Notice 3 contained the minutes of the
tender clarification meeting on 5 October 2023, which recorded that
that the 90/10
preference points system would be applied to Tender
54Q. The minutes recorded that the 10 preference points for the
tender would
be allocated and based on the specific goals for the
tender. These specific goals were listed to be ownership of the
bidding entity
by women (3 points), ownership by Black persons (3
points), ownership by disabled persons (1 point) and promotion of
micro and
small enterprises (3 points).
[78]
This corresponds with the approach set out in the
Implementation Guideline for the determination of specific goals for
a tender
to which the 90/10 preference point system applies. The
minutes of the 5 October 2023 meeting attached to Tender Notice 3
also
detailed the evidence to be provided in respect of each specific
goal for which preference points were claimed. The evidence to
be
provided included a company’s registration certification,
Central Supplier Database report and B-BBEE certificate. It
is clear
from this that the Applicants were at that stage aware of how the
City would be allocating preference points for the tenders
at issue
and what evidence would be required to substantiate a claim for
preference points. The Applicants would therefore be at
liberty to
provide any such evidence or additional evidence to substantiate any
claim which they would wish to make for preference
points in their
tender submissions.
[79]
After receiving Tender Notice 3, the Applicants
instructed their attorneys to address correspondence to the City.
On
25 October 2023 the Applicants attorneys directed a letter to the
City’s principal agent for tender 54Q contending that
the
City’s new scoring system was unlawful on the basis that it did
not comply with the provisions of the B-BBEE Act and
the applicable
sectoral codes adopted for the construction sector.
[80]
The letter invited the City to abandon its new
scoring system and requested that bid adjudication be based on the
City’s old
scoring system and scorecard. The letter and a
subsequent letter from the Applicants’ attorneys on 26 October
2023, recorded
that the Applicants would be submitting a bid for
tender no. 54Q on condition that it would be adjudicated by the City
using the
previous scoring system for preferential points when
evaluating and adjudicating tenders.
[81]
The Applicants’ attorneys
directed
follow up correspondence to the City on 26 October 2023, 3 November
2023, 6 November 2023 and 15 November 2023. The City’s
Mr Eben
Lewis replied to the correspondence on 15 November 2023. In his
response, Mr Lewis inter-alia pointed out that the tender
document
for Tender 54Q governed any queries or grievances and that the City’s
SCM Department was not the delegated or appropriate
authority that
deals with appeals, objections, complaints, queries and disputes. The
Applicants were requested to comply with Cl.6.5
of the tender
document, which deals with disputes, objections, complaints and
appeals in terms of section 52 of the Local Government
Municipal
Systems Act 32 of 2000 (Systems Act’) against decisions taken
by the City. Mr Lewis concluded his response by stating
that the
B-BBBE Act and the PPPFA served different purposes, that the City had
to align its SCM Policy in accordance with legislation
governing
procurement preferences and that to act outside of these parameters,
would have an adverse impact on the City maintaining
its clean audit
status.
[82]
At this stage and on 27 October 2023, the City had
advertised tender no. 91Q/2023/24 (‘Tender 91Q’), the
tender for
the construction of the City’s IRT Metro South-East
Corridor (Phase 2A) Stations Infrastructure. The closing date for
Tender
no.91Q was initially 8 December 2023 however it was later
extended to 26 January 2024 and thereafter further extended to 16
February
2024.
[83]
On 24 November 2023 the Applicants lodged appeals
in terms of section 62 of the Systems Act
against
the City decision to proceed with the evaluation of the tenders under
its new preferential procurement scoring system. The
appeals were
lodged in respect of both Tender 54Q and Tender no.91Q.
[84]
The case stated in the Applicants’ appeals
was that the
the manner in which the City
had identified the ‘specific goals’ according to which it
intends to award points for preferential
procurement, was unlawful
and invalid and that the City’s refusal to reconsider and/or
amend the identification and/or scoring
in respect of the chosen
specific goal was unreasonable and unlawful. The Applicants contended
that the conduct of the City in
this regard was in breach of the
Applicants rights under section 217 of the Constitution and their
rights under various pieces
of legislation promulgated pursuant
thereto. The case advanced in the Applicants appeals was in essence
the same grounds on which
they contend in this application that the
new scoring system is unlawful and irrational.
[85]
On 21 December 2023 the City’s Municipal
Manager dismissed the Applicants’ appeals
against
the decision to implement the new scoring system in respect of both
tenders. The outcome of the appeals was communicated
to the
Applicants’ attorney that same afternoon. The appeals were
dismissed inter-alia on the basis that the communication
by the
City’s Mr Lewis on 15 November 2023 did not amount to a
decision taken in terms of a power or duty delegated or sub-delegated
by a delegating authority, that Tender no. 54Q was still at an
evaluation stage and that the ‘appeal’ by the Applicants
was therefore premature and not a competent appeal.
[86]
In respect of the appeal of the Second Applicant
in relation to Tender no. 91Q, the City’s appeal body held that
the Second
Applicant had not submitted a bid for that tender and
therefore did not meet the threshold requirement of section 61(1) of
the
Systems Act as a party involved in the tender process whose
rights were affected thereby. This appeal was similarly dismissed on
the grounds that it was not a competent appeal as contemplated by
section 62(1) of the Systems Act.
[87]
On 9 January 2024 the Applicants launched an
urgent two-pronged application in the Western Cape High Court, Cape
Town for an interim
interdict pending the determination of review
proceedings to set aside the City’s decision to implement the
new scoring system
for the tenders and its decision to dismiss their
internal appeals. The City opposed the application and filed
answering affidavits.
The application came before Cloete J on 18
January 2024.
[88]
On 30
January 2024 Cloete J handed down judgment concluding that the
Applicants had established the requirements for interim relief
pending the final determination of the review proceedings. An order
was granted interdicting and restraining the City from proceeding
with the adjudication and award of the two tenders pending the
determination of the part B review proceedings.
[10]
[89]
The City duly filed its Rule 53 record in relation
to the pending part B review proceedings. The Applicants’
attorneys complained
that the record was incomplete. Following a
series of further skirmishes between the parties by correspondence,
additional Rule
53 documents were provided by the City on 16 February
2024.
[90]
The Applicants’ supplementary affidavit in
terms of Rule 53(4) was then filed on 27 February 2024. An amended
notice of motion
accompanied the supplementary affidavit, in which
the Applicants now sought significantly wider relief than that set
out in their
original part B notice of motion. The amended relief
sought is extensive and is set out in full below:
‘
1.
Reviewing and setting aside the decisions of the members of the Bid
Specifications
Committee of the First Respondent, or of any official
employed in its Supply Chain Management Department, or any other
official
employed by the First Respondent, to introduce, determine,
set, implement and / or include the new preferential procurement
points
scoring systems which were set during or about September and
October 2023 respectively (and clarified pursuant to its
clarification
meeting in respect of Tender No. 54Q/2023/24 on or
about 13 October 2023) (as described in paragraph 61 of the founding
affidavit
in support of the Part A relief in this application) for
and in the invitations to bid for the following two tenders (“the
new scoring system”):
1.1
Tender No. 54Q/2023/24 (for the redecoration,
alteration, additions to and construction of new buildings and
structures for the
Maintenance, Safety & Security and other City
of Cape Town facilities); and
1.2
Tender No. 91Q/2023/24 (which is for the
construction of the IRT Metro south-east corridor (Phase 2A) stations
infrastructure) (“the
tenders”).
2.
Reviewing and setting aside the decisions of the Appeal Authority of
the First
Respondent, taken on or about 21 December 2023, in terms of
which the Applicants’ appeals against the decisions referred to
in paragraph 1above were dismissed.
3.
Reviewing and setting aside any earlier decision of the First
Respondent and
/ or its Council and / or any official of the First
Respondent, taken on or about 26 January 2023 or at any date
thereafter, to
introduce and / or sanction and / or approve and / or
direct the use of the new scoring system for the tenders (to the
extent that
such a decision was indeed taken as part of the adoption
and / or implementation of the Amended Supply Chain Management Policy
(“SCMP”) of the First Respondent alternatively pursuant
thereto alternatively in terms thereof, and to the extent that
that
decision prohibited officials of the CoCT from applying a bidder’s
B-BBEE level status (as certified under the Broad-Based
Black
Economic Employment Equity Act, 53 of 2003 and the Sectoral Codes for
the Construction Industry promulgated in terms of that
Act) for
purposes of scoring preferential procurement points in general and
for construction work in particular.
4.
Extending the time limits for the bringing of a review against the
decision of
the First Respondent and / or its Council on or about 26
January 2023 and condoning the late bringing of such review and such
failure
as there may have been for not complying with any internal
appeal remedy that there may have been against that decision, insofar
as this may be necessary.
5.
Declaring that the new scoring system which was adopted for the
tenders as part
of or pursuant to the Preferential Procurement Policy
of the First Respondent in its SCMP and / or in the implementation of
its
SCMP is unlawful and invalid to the extent that it conflicts with
the Broad-Based Black Economic Employment Equity Act, 53 of 2003
and
the Sectoral Codes for the Construction Industry promulgated in terms
of that Act and does not recognise nor adopt nor apply
a bidder’s
B-BBEE level status for this part of the scoring of the tenders.
6.
Directing the First Respondent to not use the new scoring system for
the awarding
of preferential procurement points for the tenders and
in respect of all other City of Cape Town tenders for its
construction work.
7.
Directing the First Respondent to implement the previous scoring
system for the
awarding of preferential procurement points for the
tenders and in respect of all other City of Cape Town tenders for the
construction
industry (as described in paragraph 63 of the founding
affidavit in support of the Part A relief in this application) which
preferential
procurement points scoring system recognises, complies
with and gives effect to the Broad Based Black Economic
Empowerment
Act and
the Sectoral Codes for the Construction Industry promulgated
in terms of that Act (“the previous scoring system”).
8.
Directing the First Respondent further, to, in the formulation of any
new preferential
procurement scoring system and before reaching any
decision concerning such a scoring system to:
8.1
comply with the Constitution and the law (including but not limited
to the
Preferential Procurement Policy Framework Act, 5 of 2000
, the
Broad-Based Black Economic Employment Equity Act, 53 of 2003, the
applicable Sectoral Codes adopted and promulgated for the
Construction Sector under that Act, the Municipal Finance Management
Act and all other relevant legislation regulating public procurement)
(and to the extent that the Broad-Based Black Economic Employment
Equity Act, 53 of 2003, and the applicable Sectoral Codes adopted
and
promulgated for the Construction Sector under that Act may conflict
with any earlier legislation, to give preference thereto)(“the
law”);
8.2
give notice to and allow for a reasonable opportunity for all
interested persons, including the Applicant
and the remaining
Respondents herein, as well as the Ministers of Trade and Industry
and Finance, to make representations to it
concerning any proposed
new policy and / or scoring system for preferential procurement in
respect of the tenders and all other
tenders of the City of Cape
Town,
8.3
have proper regard to such representations and
8.4
formulate its proposed policy and / or determine a replacement
preferential procurement
scoring system, which complies with the
Constitution and the law.
9.
To the extent that the new scoring system has already been
introduced, implemented
and / or applied for the tenders, or either
one of them, and to the extent that the tenders need to be
re-advertised with a scoring
system which complies with paragraph 6
above, setting aside that tender or those tenders and directing the
First Respondent to
re-advertise the tenders to include a scoring
system which complies with paragraph 6 above.
10.
Insofar as any time limit set by the Promotion of Administrative
Justice Act in respect
of the above claims for review relief, or any
part thereof, may need to be extended, and non-compliance with these
time limits
may need to be condoned, extending such time limit and
condoning any non-compliance by the Applicant with such time limit.
11.
That the First Respondent pays the costs of this application on the
scale as between attorney
and own client, which costs are to include
the costs in respect of both Part A and Part B, and to include the
costs of senior counsel.
12.
That any other Respondents who may oppose this application, be
ordered to pay the costs
of this application jointly and severally
with each other and the First Respondent, such costs to be paid on
the scale as between
party and party.”
[91]
Following the filing of the Applicants’
supplementary affidavit, on 1 March 2024, an order was taken by
agreement before Goliath
AJP in terms of which the Applicants’
part B review application was set down for hearing on 21 and 22 May
2024.
The Part C relief
sought in relation to the Macassar tenders.
[92]
A further dispute had in the meanwhile arisen
between the parties regarding two tenders which had been advertised
by the City with,
according to the Applicants, the same new scoring
system which was the subject of the Applicant’s Part B review
proceedings.
These tenders are tenders 191Q/2023/24 and 203Q/2023/24
for construction work in the Macassar area (‘the Macassar
tenders’).
[93]
Both tenders have a rand value in excess of R50
million and relate to design, mechanical and electrical works for the
upgrading
and extension of the Macassar wastewater treatment works.
The Applicants had intended submitting bids in respect of both
tenders.
[94]
Between 2 February 2024 and 3 April 2024, a flurry
of correspondence ensued between the Applicants’ attorneys and
the City’s
attorneys in relation to the Macassar tenders. The
Applicants attorneys sought undertakings from the City that it would
not adjudicate
the Macassar tenders in accordance with the new
scoring system and would suspend the new scoring system pending the
determination
of the review proceedings which had been set down for
hearing on 21 and 22 May 2024. The City declined to do so.
[95]
Following several further exchanges of
correspondence between the parties, on 3 April 2024 the City’s
attorneys informed the
Applicants’ attorneys that the City
would not agree to a demand by the applicant’s attorneys to
suspend the closing
date for the Macassar tenders. This response by
the City then triggered a further application, by agreement described
by the parties
as ‘Part C’, which was launched by the
Applicants on 15 April 2024 and set down for hearing in the urgent
motion court
on 13 May 2024. The Applicants’ notice of motion
in the Part C application seeks the following relief:
“
2.
The First Respondent is directed to suspend the further processing,
consideration and
awarding of tenders 191 Q/2023/24 and 203Q/2023/24
under its new preferential procurement scoring system as advertised
by it for
these tenders City’s new scoring system")
pending the final determination of Part B of the review application
between
the Applicants and the First Respondent which is to be heard
in the above Honourable Court on 21 and 22 May 2024 under case number
59/2024 ("Part B")
3.
The First Respondent is directed to suspend the specification,
advertising, processing,
consideration and awarding of all other
tenders for construction work in which its new scoring system is to
be employed pending
the final determination of Part B.
4.
The First Respondent is to pay the costs of this application on the
scale as between
attorney-and-client, including the costs of two
counsel.”
[96]
The City filed its answering affidavit in relation
to the Part C application on 30 April 2024 and the Applicants filed
their replying
affidavit on 10 May 2024. A document described as a
‘further supplementary affidavit’ was filed by the
Applicants on
10 May 2024. The latter elicited strong objection by
the City which contended that the affidavit has been filed without
leave and
should be regarded as
pro non
scripto
.
[97]
The parties agreed to an order postponing the Part
C application for hearing simultaneously with the main review. The
Part C relief
sought by the Applicants in relation to the Macassar
tenders was addressed and argued at the hearing on 21 and 22 May
2024.
The post hearing draft
order submitted by the Applicants.
[98]
Following the hearing of the application on 21 and
22 May 2024, the Court granted the parties leave to file post hearing
notes on
issues arising during oral argument and in respect of the
Applicants in particular, on aspects which they had been
unable
to canvass fully in their reply owing to time constraints.
The
Applicants’ post hearing note, some 56 pages in extent, was
filed on 24 May 2024. The Applicants note had attached to
it two
draft orders. The Applicants contended that the two draft orders
simplified the relief sought in the light of what they
said to be a
further refinement and narrowing of the City’s grounds of
opposition to the Part B relief and the City’s
argument on an
appropriate remedy.
[99]
The City objected to the Applicants’ draft
order attached to their post hearing note and contended that the
draft order impermissibly
sought new relief without formal amendment
in terms of Rule 28 of the Uniform Rules. In addition, the City
contended that the Applicant’s
draft order sought relief which
was not legally competent in that it not only simultaneously sought
both remittal and substitutionary
relief but did so in circumstances
where the requirements for substitutionary relief had neither been
made out nor pleaded by the
Applicants. The City submitted that the
Applicants draft order should not be considered by the Court as it
amounted to relief being
sought through the back door and was an
abuse of process.
[100]
The City points out that paragraph 1 of the
Applicant’s proposed draft order differs from what was sought
in paragraph 1 of
the Applicant’s amended notice of motion.
Paragraph 1 of the amended notice of motion sought the review and
setting aside
of the decision of the BSC ‘…or any other
official’ employed by the City ‘to introduce, determine,
set,
implement and/or include the new preferential procurement points
system…’. Paragraph 1 of the Applicants proposed draft
order however sought the review and setting aside of the decisions of
the City to ‘…adopt and implement the new scoring
system’ in relation to the two tenders. Paragraph 2 of the
Applicants’ proposed draft order seeks the remittal of the
matter to the City’s BSC for the determination of the
preferential procurement points scoring
system to be used for the evaluation and
adjudication of the tenders.
[101]
At paragraph 3, the draft order sought a
declarator that the new scoring system is unlawful on the grounds
that the City failed
to comply with the Amended Supply Chain
Management Policy. Neither of these proposed orders were sought in
the Applicants amended
notice of motion. The City submits that it was
not called upon on the papers to address either the proposed remittal
relief or
the declarator in paragraph 3 of the proposed draft order.
Discussion
[102]
It is
trite that fair civil proceedings require a party to be appraised of
the case they are required to meet, particularly in constitutional
litigation which requires precision in pleading. It is not
permissible for a party to be directed to one particular direction in
pleadings only to then take a different direction in arguments and
submissions.
[11]
[103]
The relief sought by the Applicants in their draft
order exceeds the permitted boundaries of mere refinement and
simplification.
It introduces relief which is different to the
Applicants amended notice of motion and does so in circumstances
where the City
has not fairly been afforded an opportunity to answer
thereto. Absent a formal amendment in terms of Rule 28 of the Uniform
Rules
to authorise the relief sought in the Applicants post hearing
draft order, fairness in my view requires that the merits of the
relief sought by the Applicants, be determined on the basis of their
pleaded case, that being the relief set out in the Applicants
amended
notice of motion.
[104]
Before dealing with the merits, it is to identify
the nature of the decisions and/or conduct impugned by the Applicants
and assess
whether they constitute legislative, executive or
administrative action. The exercise is important because the
executive or legislative
powers or functions are only susceptible to
review under the principle of legality, which imposes less stringent
constraints than
the level of scrutiny applicable to judicial review
of administrative action in terms of the
Promotion
of Administrative Justice Act 3 of 2000 (‘PAJA’).
The nature of the
impugned decisions and decision-making process
[105]
The City argued that there were three levels to
the decision-making process which forms the subject of this
application.
[106]
The first level of the decision-making process,
the City contended, was the decision of the City Council on 26
January 2023 to approve
amendments to and adopt ASCMP, in order for
the City’s procurement policy to reflect the legal position
contained in the
2022 Procurement Regulations.
[107]
The
City submitted that this decision constituted legislative action as
it was a decision was taken by a Municipal Council acting
in terms of
section 160 of the Constitution.
[12]
[108]
In
terms of section 1(dd) of PAJA, the
legislative
functions of a Municipal council are excluded from the definition of
‘administrative action’ in section
1 of PAJA. I agree
with the City’s contention that the City Council’s
decision on 26 January 2023 to adopt the ASCMP
amounts to legislative
action. It was a legislative decision taken by a deliberative
legislative body whose members are elected
and politically
accountable to the electorate.
[13]
Such
a legislative decision by a Municipal Council is in my view not
reviewable on the grounds set out in PAJA, but remains an exercise
of
public power susceptible to review under the principle of legality.
[109]
The second level of decision-making, according to
the City, was the decision of the City’s Supply Chain
Management (‘SCM’)
to devise the Implementation Guideline
which introduced the City’s new scoring system and determined
how preferential procurement
would work in the City. The new scoring
system set out in the Implementation Guideline became effective on 1
July 2023. The City
contended that this level of decision making
constituted executive action taken by the City to fulfil its own
policy objectives
and was also not reviewable on the grounds set out
in PAJA. In terms of section 1(cc) of PAJA, the
executive
powers or functions of a Municipal Council are excluded from the
definition of ‘administrative action’.
[110]
The City accepted however that even if its
decision to introduce the new scoring system was not administrative
action as defined
in PAJA, the decision amounted to the exercise of a
public power which was disciplined by and reviewable under the
principle of
legality.
The Applicants on
the other hand, argued that this the decision of the SCM Department
to introduce the new scoring system was administrative
action as it
was aimed at implementing a policy and not setting or deciding on a
policy.
[111]
In
Motau
,
the Constitutional Court explained the distinction between
administrative action and executive policy formulation powers, as
follows:
‘
Executive powers
are, in essence, high-policy or broad direction-giving powers.
The formulation of policy is a paradigm case
of a function that is
executive in nature. The initiation of legislation is another.
By contrast, “[a]dministrative
action is . . . the conduct of
the bureaucracy (whoever the bureaucratic functionary might be) in
carrying out the daily functions
of the state, which necessarily
involves the application of policy, usually after its translation
into law, with direct and immediate
consequences for individuals or
groups of individuals.” Administrative powers are in this sense
generally lower-level powers,
occurring after the formulation of
policy. The implementation of legislation is a central
example. The verb “implement”,
which also appears
in section 85(2)(a) of the Constitution and distinguishes it from
section 85(2)(e), may serve as a useful
guide: administrative
powers usually entail the application of formulated policy to
particular factual circumstances. Put
differently, the exercise
of administrative powers is policy brought into effect, rather than
its creation.’
[14]
[112]
In my view, the decision-making process which
resulted in the development of the City’s Implementation
Guideline, amounts
to the creation or formulation of policy relating
to preferential procurement, not the implementation of existing
policy.
[113]
The purpose of the City’s Implementation
Guideline was to set out the framework for how preferential
procurement would work
in the City in the light of the Council’s
adoption of the ASCMP reflecting the legal position in the 2022
Procurement Regulations.
The Implementation Guideline sets out the
City’s new scoring system applicable to tenders and the
specific goals for which
preference points would be awarded. The City
states that before formulating the Implementation Guideline, it had
followed a careful
process of obtaining prior legal advice on a range
of matters relevant to the Implementation Guideline and had
considered the points
to be awarded for specific goals in each
category of the 20 or 10 preference points to be allocated for
tenders.
[114]
The Implementation Guideline records that the
City’s ASCMP and the Implementation Guideline support the
City’s strategic
focus areas, which included being an inclusive
City ‘…where people have equitable access to economic
opportunities
and social amenities, and the barriers to inclusion and
well - being are reduced’.
[115]
The City furthermore stated that in its
consideration of the specific goals set out in the Implementation
Guideline, by promoting
black and women owned businesses as a
specific goal for which preference points would be awarded, the City
sought to achieve meaningful
transformation that allows those who
previously experienced barriers to economic participation, with an
opportunity of doing business
with the City. All of this in my
assessment is consistent with the features of an executive process of
high-level policy formulation
by an organ of state. As a decision
taken in the exercise of executive powers to formulate policy, the
City’s decision to
devise the Implementation Guideline which
sets out the specific goals for which preference points would be
allocated to tenderers,
is an executive decision to formulate policy.
Although it is not administrative action as defined in PAJA, it is a
decision however
which amounts to the exercise of a public power and
remains reviewable under the principle of legality.
[116]
The City submitted that third level of
decision-making relates to the implementation of the Implementation
Guideline, which the
City maintains is a binding guideline, to the
two tenders. According to the City this decision was taken by the
City’s Bid
Specification Committee (‘BSC’), which
is responsible for formulating tender invitations. The City accepts
that this
decision-making process i.e. the implementation of the
guideline and its application to the two tenders, amounts to
administrative
action reviewable in terms of PAJA. The Applicants do
not only argue that the application of the guideline to the two
tenders is
reviewable on a number of grounds, but they also go
further and submit that there is no evidence that the BSC took a
decision to
apply the new scoring system to the tenders to begin
with.
The Applicants’
PAJA grounds of review
[117]
It would be convenient at this stage to set out
the grounds of review under PAJA which are relied on by the
Applicants. Ascertaining
the specific review causes of action
advanced by the Applicants, it must be said, is not a simple
exercise. The Applicants grounds
of review are overlapping,
interlinked with submissions regarding legality review, directed at
different decisions and in several
instances unclear. For example,
the Applicants contend on one hand that the focus of their review is
the application of the scoring
system to the tenders and not the
Council’s decision to adopt the ASCMP. But on the other hand,
at later parts of their supplementary
affidavit and in heads of
argument, the decision to adopt the ASCMP is impugned on both PAJA
and legality grounds.
[118]
To the extent that the key focus of the review can
be ascertained, it is that the Applicants maintain that the City’s
decision to adopt, introduce and implement
the new scoring system was an administrative act which impacted on
them directly.
[119]
They argue that it is a decision which constitutes
administrative action reviewable under PAJA, whether the City’s
SCM Department
took the decision in respect of all tenders or the BSC
took the decision in relation to the two specific tenders at issue.
[120]
The Applicants rely on the following PAJA grounds
of review in this regard:
[120.1]
the action was procedurally unfair as the Applicants were
not heard
before the decisions were taken.
[15]
[120.2]
the action was materially influenced by an error of law
because the
City erroneously used the new scoring system to put in place unlawful
exclusionary provisions.
[16]
[120.3]
The Applicants were not heard before the City’s policy
changes
came about and therefore the action was taken because irrelevant
considerations were taken into account or relevant considerations
were not considered.
[17]
[120.4]
The Procurement Act requires measurable criteria, and the
action
therefore contravenes a law and is not authorised by the empowering
provision.
[18]
[111.5]
The action itself is otherwise unconstitutional and unlawful.
[19]
[111.6]
The action is not rationally connected to the purpose for
which it
was taken; the purpose of the Procurement Act read with the B-BBEE
Act and the Construction Sectoral Code; the information
before the
administrator or the reasons given for it by the administrator.
[20]
Merits
Judicial
review of public procurement decisions
[121]
Section 217 of the Constitution sets out the
legislative framework for procurement policy and is the context
within which
judicial review of state
procurement decisions under PAJA review grounds must be assessed.
The
approach to be applied when assessing alleged irregularities in a
public procurement process was explained as follows in
Allpay
:
“…
the
requirements of a constitutionally fair, equitable, transparent,
competitive and cost-effective procurement system will
thus
inform, enrich and give particular content to the applicable grounds
of review under PAJA in a given case. The facts
of each case
will determine what any shortfall in the requirements of the
procurement system – unfairness, inequity,
lack of
transparency, lack of competitiveness or cost inefficiency –
may lead to: procedural unfairness, irrationality,
unreasonableness
or any other review ground under PAJA.
Doing this kind of
exercise is no different from any other assessment to determine
whether administrative action is valid under
PAJA. In
challenging the validity of administrative action an aggrieved party
may rely on any number of alleged irregularities
in the
administrative process. These alleged irregularities are
presented as evidence to establish that any one or more of
the
grounds of review under PAJA may exist.
The judicial task is to
assess whether this evidence justifies the conclusion that any one or
more of the review grounds do in fact
exist.”
[21]
[122]
This approach applies here alleged irregularities
in a procurement process constitute administrative action. Where
however the impugned
action or decision constitutes the exercise of
an executive or legislative power or function, different
considerations apply. This
is because the exercise of such powers or
functions are, as set out earlier, excluded from the definition of
administrative action
in section 1 of PAJA. Having concluded earlier
that the City Council’s decision to adopt the ASCMP constitutes
legislative
action subject to legality review, that the decision to
devise the Implementation Guideline setting out the new scoring
system
constitutes executive action also subject to legality review
and that the implementation of the scoring system amounts to
reviewable
administrative action, I now turn to an evaluation of the
Applicants various grounds of review
Review Ground 1:
Procedural unfairness
Legitimate
expectation
[123]
The Applicants contend that they had a legitimate
expectation
that the City’s old
scoring system would continue and at least would not be unilaterally
changed without affording them an
opportunity to be heard. The City,
so the Applicants argued, acted in manner which was procedurally
unfair when it implemented
its new scoring system without regard to
their legitimate expectation of being consulted before the new system
was implemented.
The Applicants alleged that by changing the
methodology of the old scoring system to that focusing on the
specific goals in the
new scoring system, the City has all but
‘…eviscerated the value of a BEE level ranking under the
B-BBEE Act.’
[124]
This according to the Applicants, amounted to the
City ‘…unilaterally destroying the value of the BEE
level ranking
for its scoring purposes, rendering that score
negligible’ and in a manner which occurred without any
consultation with affected
parties in the construction sector. The
first difficulty I have with this argument is that the City’s
decision to devise
and introduce the new scoring system was not
administrative action but executive action formulating procurement
policy. Procedural
fairness is not a requirement for the lawful,
rational and constitutionally compliant exercise of executive power.
As Moseneke
J explained in
Masetlha
:
“
This does not,
however, mean that there are no constitutional constraints on the
exercise of executive authority. The authority
conferred must be
exercised lawfully, rationally and in a manner consistent with the
Constitution. Procedural fairness is
not a requirement. The
authority in section 85(2)(e) of the Constitution is conferred in
order to provide room for the President
to fulfil executive functions
and should not be constrained any more than through the principle of
legality and rationality.”
[22]
[125]
There are important separation
of
powers and public policy considerations as to why it is inappropriate
to subject a process such as that followed by the City
in devising
and formulating its preferential procurement policy, to the exacting
standards of review for procedural fairness under
PAJA. In
Premier,
Mpumalanga,
where O’Regan J put
it thus:
“
In determining
what constitutes procedural fairness in a given case, a court should
be slow to impose obligations upon government
which will inhibit its
ability to make and implement policy effectively (a principle well
recognised in our common law and that
of other countries). As a young
democracy facing immense challenges of transformation, we cannot deny
the importance of the need
to ensure the ability of the Executive to
act efficiently and promptly.”
[23]
[126]
This
reasoning has been consistently applied by the Constitutional Court,
which subsequently held in
Law
Society
,
that in the context of the exercise of executive powers and
functions, the question to be answered is not one of procedural
fairness
but one of procedural irrationality. Procedural fairness and
procedural rationality are conceptually different. Procedural
fairness
is about whether a party should have been consulted or given
a hearing before an adverse decision was taken. Procedural
rationality
is about whether there is a rational connection between
the exercise of power both in relation to the process and the
decision
itself and the purpose sought to be achieved by that
exercise of power. It is not a question of ‘…whether
anybody
was heard or not heard or dealt with in terms of a fair or
arbitrary and oppressive process.’
[24]
I will
deal later in this judgment with the Applicants arguments in relation
to process or procedural irrationality.
[127]
The City’s decision to devise and introduce
a new preferential procurement scoring system did not in my view
impose an obligation
on the City ensure that the Applicants were
heard before the new scoring system came into effect. In this regard,
it must be borne
in mind that in order to avoid a regulatory lacuna
in its procurement system, the City was required to act urgently and
expeditiously
to bring its’ procurement framework in line with
the legal position provided for in the 2022 Procurement Regulations.
Those
regulations were due to come into effect on 16 January 2023.
The City did so by taking urgent legal advice, conducting wide
internal
consultations and considering what specific goals would be
advanced in its procurement policy. The process culminated in the
legislative
decision of its Municipal Council on 26 January 2023 to
amend its existing Supply Chain Management Policy and the adoption of
the
1 July 2023 Implementation Guideline which introduced the new
scoring system.
[128]
The City contended that it would be untenable to
suggest that thousands of organs of state across the country would be
required
to embark on a process of public participation when devising
or amending their preferential procurement policies. I agree. One can
readily imagine the adverse consequences and delays which would
result if on each occasion that an organ of state devises or amends
its preferential procurement policy, all prospective bidder for
tenders to be evaluated under such a policy were entitled to insist
on being heard, consulted and to be able to make representations
before such a policy is introduced or amended. Indeed, the Applicants
make it clear that the course of action which they would have
preferred would have been for the City to consult them, ‘other
stakeholders’, and other bidders for construction tenders in
advance of the decision being taken to change the previous scoring
system. The Applicants say that this consultation process should also
have involved an opportunity for them to make written representations
in advance of the decision taken by the City.
[129]
It is unclear whether the Applicants are going so
far as to suggest that such a pre-decisional and consultation process
would apply
to every tender advertised by the City and would involve
consultation on bid specifications before they are even published.
That
seems to be the implications of the argument advanced regarding
the Applicants alleged entitlement to a pre-decisional hearing and
consultation before the City even decides to apply specific goals for
preference points and related bid specifications to tenders
it
intends advertising. The argument in my view has no merit and its
consequences even if correct, will likely place an effective
chokehold on the expeditious conduct of government procurement.
[130]
In any
event and as pointed out by the City, the National Treasury had in
fact embarked on a process of public participation when
the 2022
Procurement Regulations were promulgated.
[25]
[131]
The Applicants had a right to participate in the
notice and comment procedure for the draft regulations and to have a
say in that
process. This would include being able to make
representations on the manner in which specific goals were to be
determined by organs
of state under the new regulations and the
elimination of the compulsory award of preference points based solely
on a bidders B-BBEE
contribution level status. That right to public
participation in a regulation making process does not in my view
equally apply
to a subsequent executive policy making decision of the
City to formulate and introduce a new preferential procurement
scoring
system, based on regulations promulgated after that public
consultation process has been completed.
[132]
This conclusion renders it strictly speaking
unnecessary to evaluate the Applicants’ reliance on the
principle of legitimate
expectation as the basis of their procedural
fairness ground of review. I shall nonetheless briefly consider the
argument advanced
on this aspect, which for the reasons set out
below, I conclude is also unsustainable and without merit.
[133]
The
main legal requirement to establish a legitimate expectation which
engages procedural fairness, is evidence of an express promise
having
been made by a relevant authority or a regular and well- established
practice has arisen which a claimant could reasonably
expect to
continue. The test is objective, and it is applied on a case-by-case
basis.
[26]
There
must be a reasonable, clear and unambiguous representation underlying
the alleged legitimate expectation. It is not good enough
that
subjectively speaking, such an expectation exists in the mind of the
litigant.
[27]
[134]
The Applicants allege that based on the past
conduct and practices of the City and the Applicants’ and other
bidders’
involvement in such work for the City over many years,
the Applicants had a reasonable legitimate expectation that they
would be
heard by the City before it would implement a new scoring
system that drastically affects them. The factual basis alleged by
the
Applicants for their alleged legitimate expectation, is that they
and
other bidders were scored on their BEE
level rankings in the past and had spent substantial sums to maintain
their BEE level rankings
for purposes of being able to score
preferential procurement points in tenders.
[135]
That the Applicants previously participated in
City tender processes under the old scoring process, does not without
more establish
a regular process which the Applicants could
reasonably have expected to continue. The Applicants participation in
such tender
processes would have been no different to any other
tenderer who had submitted a bid and was scored based on their B-BBEE
certificate.
It can hardly be suggested that every bidder who
participates in a tender process thereby acquires a legitimate
expectation of
being heard and consulted on every occasion when an
organ of state amends its preferential procurement policy. It is
certainly
not in my view reasonable for the Applicants to have
expected the position which pertained under the City’s old
scoring system
to continue in perpetuity notwithstanding the
promulgation of the 2022 Procurement Regulations.
[136]
It was in response to changes in the regulatory
environment that the City embarked on the process of amending its
supply chain management
policy, a process which culminated in the
Council adopting the ASCMP and developing the Implementation
Guideline for public procurement
in the City. The City was required
to amend its supply chain and preferential procurement policy in
response to the
Afribusiness
judgment and the promulgation of the 2022
Procurement Regulations.
[137]
Policy making in the executive sphere of
government can reasonably be expected to be a flexible, dynamic
process that is responsive
to changing needs and circumstances. This
would apply especially in the complex regulatory environment of
public procurement which
is critical to effective service delivery.
Imposing a pre-amendment prior consultation requirement on such a
process in respect
of bidders, whose very business involves expending
costs and resources to participate in and benefit from tender
processes, would
in my view be impractical and stymie the effective
operation of government procurement. In any event, it has not in my
view been
established on the facts that any express promise had been
made by the City to the Applicants which reasonably supports their
claim
of a legitimate expectation to a prior hearing before the City
decided to introduce its new scoring system.
[138]
In
support of their procedural fairness ground of review, the Applicants
called in aid the judgment of the Supreme Court of Appeal
in
Bateluer
Books
[28]
.
The judgment does not in my opinion support the Applicants
procedural fairness argument. Firstly, the case is distinguishable
because it dealt with administrative action not the exercise of
executive policy formulation powers. Secondly, the facts do not
demonstrate that the City made the Applicants ‘…a close
part of the procurement process’ as was the case in
Bateleur
Books.
In
that case, a provincial department of education had intricately
involved a group of publishers a book-ordering procurement process
only to summarily exclude them from it without warning. The facts
here do not establish that the City intricately involved the
Applicants in its procurement processes or that they were treated any
differently or more specially than any other bidders for
tenders
advertised by the City.
[139]
For these reasons, I am of the view that the
Applicants procedural fairness argument is without merit and that the
review ground
advanced on this basis must fail.
Process irrationality
[140]
In addition to their procedural fairness ground of
review, the Applicants contend that the process which preceded the
issuing and
subsequent publication of the tenders with the new
scoring system, was itself irrational. Two are contentions are
advanced in this
regard. Firstly, the Applicants argue that the City
acted on the basis of errors of law which materially tainted and
rendered the
entire process irrational. Secondly, the Applicants
allege that the new scoring system was produced by an irrational
process which
was not underpinned by any research, consultation,
advice or input from experts or key stakeholders in the construction
sector.
[141]
It is
clear that that the requirement for the exercise of public power to
be rational includes the procedure followed in reaching
a decision.
The procedure followed must be rationally connected to the purpose
for which the power was conferred.
[29]
Rationality
whether under PAJA or the principle of legality relates to both the
decision made and the procedure followed in reaching
that
decision.
[30]
In
short, the test for process rationality requires that the procedure
followed be such that it results in the achievement of the
purpose
for which the power was conferred.
[31]
[142]
Procedural rationality
does not mean relate to the
fairness
of the process and the absence of a hearing does not in itself amount
to procedural irrationality. The requirement that
the exercise of
public powers be procedurally rational is only breached where the
purpose for which the power was exercised, could
not be achieved
without a pre-decision hearing.
[32]
[143]
Section 217(2) of the Constitution empowers the City to implement a
procurement policy which provides for categories
of
preference
in the allocation of contracts and the protection or advancement of
persons or categories of persons, disadvantaged by
unfair
discrimination. The City is also empowered by section 2(1) and
section 2(1)(d) of the Procurement Act to determine and implement
its
preferential procurement policy which provides for the specific goals
listed in section 2(1)(d)(i) and (ii) of the Procurement
Act.
Madlanga J explained the purpose for which these powers are to be
exercised as follows in
Afribusiness
:
‘
A
s
I indicated earlier, from the long title of the Procurement Act, it
is plain that this Act is the national legislation envisaged
in
section 217(3) of the Constitution and – as provided for in
that section – the object of the Act is to achieve what
is
contained in section 217(2) of the Constitution.
So,
what is necessary for purposes of the Procurement Act and, by
extension, for purposes of section 217(2) of the Constitution,
is
provided for in section 2(1) of the Procurement Act: in terms of
section 2(1) a preferential procurement policy must be
determined by each individual organ of state; and it must be
implemented within the framework set out in the same section’
[33]
(my emphasis).
[144]
The question then is whether the purpose for which
this power was conferred on the City, that purpose being the
determination of
a preferential procurement policy to be implemented
within the framework set out in section 2(1) of the Procurement Act,
could
not be achieved without affording the Applicants a pre-decision
hearing.
[145]
I have earlier in this judgment set out and
evaluated the process followed by the City in formulating the
amendments to its Supply
Chain Management Policy and reaching its
decision to implement the new scoring system in the Implementation
Guideline. The main
purpose of that process was to ensure that the
City formulated and had in place a preferential procurement policy
which was consistent
with the 2022 Procurement Regulations. The
City’s preferential procurement policy at that stage reflected
the position provided
for in the 2017 Procurement Regulations, which
had been declared invalid in Afribusiness.
[146]
The process followed by the City to address this,
was in my view a careful, considered and rational process. It was a
process which
commenced immediately after the promulgation of the
2022 Procurement Regulations, involved extensive and wide internal
consultation
within the City’s various departments and the
mayor’s office, consideration of the views of National Treasury
and the
BEE Commission and consideration of detailed external legal
advice from senior and junior counsel. Importantly, it was also a
process
which had to be conducted and completed by the City under
significant time constraints in view of the looming deadline of 16
January
2023 when the new 2022 Procurement Regulations were scheduled
to come into effect.
[147]
The power conferred on the City by section 2(1)(d)
of the Procurement Act required the City to engage in a polycentric
assessment
of its own policy objectives and how these would be
advanced in the determination of specific goals for which preference
points
would be awarded. It is precisely for this reason that the
discretion to create such a system of preference in its procurement
policy is one that vests in an organ of state, as the Constitutional
Court held in
Afribusiness
.
The Applicants have not demonstrated why such a policy formulation
process by the City could not be rationally advanced without
input
from and prior consultation with the Applicants and other bidders.
[148]
The Applicants
real
complaint
in this case is the effect of
the 2022 Procurement Regulations, which removed the provisions of the
2017 Procurement Regulations
which automatically awarded of
preference points based solely on a bidders B-BBEE contributor
status. The Applicants are aggrieved
with this effect of the new
regulations, and it is their complaints about its alleged detrimental
consequences for the Applicants,
which in my view is the theme
underlying each of their main review grounds.
[149]
The 2022 Procurement Regulations were however
subject to a notice and comment public consultation process when they
were published
in draft form as early as 10 March 2022. The
Applicants were entitled to be consulted and have a say in that
process. The City
was in my view not obliged to consult with and
obtain input from the Applicants and all other bidders for City
procurement work,
when it subsequently amended its SCM policy and
formulated a new scoring system to prevent any inconsistency with the
new 2022
Procurement Regulations.
[150]
For these reasons, I am of the view that the
absence of a pre-decision hearing being afforded to the Applicants in
the process which
the City followed in introducing its new scoring
system, does not establish a review ground on the basis of process
irrationality.
[151]
The Applicants also argue that process
irrationality has been established because the City acted on the
basis of
errors of law which materially
tainted the entire process. The errors of law are contended to be
that the City’s new scoring
system was introduced in breach of
the B-BBEE Act and Codes and that it puts in place exclusionary
provisions declared unlawful
by the SCA and the Constitutional Court
in
Afribusiness
.
[152]
It is
so that where the correct legal basis on which to arrive at a
decision has been misconstrued, the decision cannot be rationally
connected to the purpose for which the power to decide is granted and
such a decision is vitiated by irrationality.
[34]
However,
for the reasons set out later in this judgment, the Applicants
argument that the City acted on the basis of material errors
of law
in construing the import of the B-BBEE Act and Codes on its new
scoring system, is without merit. I have also earlier explained
earlier that there is no factual evidence, apart from speculation,
that the City’s new scoring system establishes exclusionary
thresholds as alleged by the Applicants.
[153]
As to the contention that the process followed by
the City was irrational due to the alleged absence of ‘research,
consultation,
advice or input from experts or key stakeholders in the
construction sector’, the argument is not sustainable. I have
already
set out and evaluated the process followed by the City in the
formulation of the ASCMP and new scoring system. The alleged absence
of consultation with un-named ‘key stakeholders in. the
construction sector’ does not render the process irrational
and
incapable of achieving the purpose for which powers were conferred on
the City to determine and implement its own procurement
policy.
[154]
In assessing the rationality of the process
adopted by the City in introducing the new scoring system, the
concerns which had to
be addressed and the policy imperatives which
the City considered, a court should in my view be cautious not to
substitute its
own view of what may have been more rational and
better choices, for those which the City in fact made.
[155]
An
analogy of policy choices made by Parliament in the legislative
process is in my view apposite here. In the context of such
legislative choices, the Constitutional Court observed in
NICRO
that
these choices are not always subject to courtroom fact-finding and
may be based on reasonable inferences unsupported by empirical
data.
It may not be possible to provide that a particular policy will
be effective however it does not necessarily follow
from this, that
the policy is not reasonable and justifiable. If the concerns are
accorded sufficient importance and there is sufficient
connection
between means and ends, that may be enough to justify action taken to
address them.
[35]
[156]
The Applicants process rationality argument is for
these reasons without merit and fails on each of the grounds on which
it has
been advanced.
Review Ground 2:
Illegality: non-compliance with the B-BBEE Act and Codes
[157]
The Applicants allege that the City’s
decision to introduce the new scoring system as replacement for the
old scoring system,
is unlawful and invalid because it does not
comply with section 10 of the B-BBEE Act and the Construction
Sectoral Code.
[158]
Section 10(1)(b) of the B-BBEE Act requires every
organ of state and public entity to apply any relevant code of good
practice issued
in terms of the Act in
inter
alia
determining qualification criteria
for the issuing of licences, concessions or other authorisations in
respect of economic activity
in terms of any law and developing and
implementing a preferential procurement policy. In terms of section
10(3) and subject to
section 9(6), an enterprise in a sector in
respect of which the Minister has issued a sector code of good
practice in terms of
section 9, may only be measured for compliance
with the requirements of broad-based black economic empowerment in
accordance with
that Code. Section 3(2) of the B-BBEE Act states that
“…in the event of any conflict between this Act and any
other
law in force immediately prior to the date of commencement of
the Broad - Based Black Economic Empowerment Amendment Act, 2013,
this Act prevails if the conflict specifically relates to a matter
dealt with in this Act”
[159]
The Applicants contended, in reliance on
ACSA
,
that in deciding on a preferential procurement policy, primary
consideration is given to the applicable sector code. The City’s
failure to apply the
the scoring system set
for the construction industry in terms of the Construction Sectoral
Code, so the argument went, rendered
the City’s decision to
implement the new scoring system unlawful and invalid.
The
argument is unpersuasive.
[160]
Firstly, the Applicants contentions are based on a
misapprehension of the import of the applicable statutory provisions.
Section
10(1)(b) of the B-BBEE Act requires organs of state to apply
the B-BBEE Codes when developing and implementing a preferential
procurement
policy. The section does not however prescribe to an
organ of state
how
the
B-BEE Codes are to be so applied in the development and
implementation of a procurement policy by an organ of state.
[161]
The
reason for this is to my mind plain and consistent with the overall
constitutional scheme for public procurement and Black economic
empowerment. The two legislative instruments to give effect to that
scheme, i.e. the Procurement Act and the B-BBEE Act, are meant
to
operate harmoniously, consistently and in a manner which gives effect
to the objectives of both. The law requires that complementary
statutes be construed as such and in a manner which respects the
comity, and the autonomous powers of functionaries established
for
the spheres in which each respective statute operates.
[36]
[162]
Section 10(1)(b) of the B-BBEE Act recognises, it
is for an organ of state to determine how the B-BBEE Codes are to be
applied in
the development and implementation of its procurement
policy. As was held in
Afribusiness
,
it is however for the organ of state and that organ of state alone,
to create a system of preference in terms of a preferential
procurement policy which section 2(1) of the Procurement Act obliges
that organ of state to determine and implement. Similarly,
the
competence to prescribe industry specific B-BBEE Codes and the
factors to be determined in the evaluation of a measured entity’s
B-BBEE score, lies with the Minister, not an organ of state. The
scope of operation of the powers and functions conferred by the
Procurement Act and the B-BBEE Act are in my view conceptually
distinct by deliberate design.
[163]
Secondly, it is difficult to understand on what
basis and in what precise respect it is contended by the Applicants
that the Procurement
Act conflicts with the B-BBEE Act, such a
conflict being a pre-condition for the engagement of the trumping
provision provided
for in section 3(2). The Applicants must
demonstrate such a conflict and that it is a conflict between the
B-BBEE Act and ‘…any
other law in force immediately
prior to the date of commencement of the [B-BBEE Act]’.
[164]
The Applicants’ reliance on section 3(2) of
the B-BBEE Act appears to be the springboard for their main argument.
That is
the contention that the B-BBEE Act
and
the Construction Sectoral Code “require” that a bidder’s
BEE level ranking under that Act and Code be used
by an organ of
state / public entity “…
for
purposes of scoring preferential procurement as part of its public
procurement processes.”
[165]
The difficulty though is that the B-BBEE Act and
the Construction Sectoral Code do not so require. The two instruments
do not provide
for any mandatory obligation or requirement for organs
of state to the use of B-BBEE scorecard contributor level ranking for
the
purposes of scoring preference points in a public procurement
process. As the City pointed out, unlike the 2017 PPPFA Regulations,
the B-BBEE Act and its codes do not set out the manner in which
preference points are to be awarded at all.
[166]
Nor for that matter do the B-BBEE measurement
principles specified in the Construction Sectoral Code prescribe any
binding scoring
system which organs of state are required to use for
preferential procurement in the construction sector. The scope of
application
of the Construction Sectoral Code, by virtue of section
3.1 thereof, is to
B-BBEE compliance measurement of entities
that fall within the
c
onstruction
s
ector.
[167]
In terms of section 11.1 of the Construction Sectoral Code, such
verification is
performed by B-BBEE verification
professionals or rating agencies accredited by SANAS or when
applicable a B-BBEE Verification Professional
Regulator appointed by
the Minister for the accreditation of verification agencies or the
authorisation of B-BBEE verification
professionals. The Code is
directed at verification of B-BBEE compliance by inter-alia B-BBEE
rating agencies, not prescription
of preferential procurement scoring
systems to be applied by organs of state.
[168]
Had it been the intent of the Construction
Sectoral Code to prescribe and set a preferential procurement scoring
system to be applied
by organs of state for the construction sector,
the obvious place for it to do so would be in Amended Code Series
CSC400, which
deals with the measurement of the preferential
procurement and supplier development element of B-BBEE in the
construction sector.
[169]
The provisions of this element of the
Constructional Sectoral Code, deal however with the standardization
of industry wide procurement
methodologies i.e. procurement of goods
and services by the construction sector
from
suppliers. They do not regulate procurement by
organs of state at all.
[170]
In relation to large enterprises for example,
section 7.4 of the Construction Sectoral Code records that the
preferential procurement
element measures the extent to which
entities buy goods and services from empowering suppliers with
minimum B-BBEE recognition
levels. The key measurement principles
provided for in the Construction Sectoral Code and Amended Code
Series CSC400 do not include
any
reference to the setting of requirements binding
on an organ of state, to use a bidders B-BBEE level ranking for the
purposes of
scoring preference points in public sector construction
procurement.
[171]
The Applicants relied extensively on the judgment
of the Supreme Court of Appeal in
ACSA
in support of their argument that in relation to
the procurement of construction works, the Construction Sectoral Code
enjoys primacy
over earlier legislation such as the PPPFA. In my
view,
ACSA
is
not authority for this proposition.
[172]
In
ACSA
,
it was the minority judgment, per Molamela JA (Tshiqi JA concurring,
which held that it was impermissible for an organs of state
to be
allowed to, without the Minister’s input, design its own unique
criteria that deviate from those laid down in the sector
codes, as to
do would render the uniformity sought to be achieved by the
strategies envisaged in the B-BBEE Act, nugatory.
[37]
The
majority judgment per Ponnan JA (Cachalia and Wallis JJA concurring),
expressly did not reach this conclusion. The majority
held that it
was unnecessary to consider the other grounds that had been held by
the High Court to be decisive against ACSA, one
of which was that the
impugned Request for Bids (“RFB”) was in breach of B-BBEE
Act and the Tourism Sector Code of
Good Practice.
[38]
[173]
For these reasons, I conclude that the Applicant’s
argument that the City’s decision to introduce the new scoring
system
was unlawful and in breach of the B-BBEE Act and the
Construction Sectoral Code, is without merit.
[174]
My conclusion in this regard is dispositive of the
Applicants second ground of review. I therefore consider it
unnecessary to address
the City’s alternative argument that in
any event, the B-BBEE Act does not prevail over the PPPFA by virtue
of the principle
generalia specialibus
non derogat lex
.
Review
ground 3: Irrationality
[175]
The Applicants third major ground of review
relates to the rationality of the City’s new scoring system.
The Applicants base
their rationality attack on two main grounds.
Firstly, they contend that the weighting of the specific goals
identified in the
new scoring system for the allocation of preference
points, is irrational and arbitrary.
[176]
Secondly, the Applicants contend that the new
scoring system is irrational because it fails to achieve the City’s
own transformation
objectives. To assess these arguments, which are
in large measure the main plank of the Applicants entire challenge to
the rationality
of the new scoring system, it is necessary to set out
the contentions advanced in some detail.
Irrational weighting
of the specific goals
[177]
The Applicants allege that the new scoring system
selectively accords a privileged and skewed weighting to ownership by
women, Black
people and disabled people and sub-contracting to Black
owned entities. According to the Applicants, the new scoring system
irrationally
re-scores elements which have
already
been accorded certain weightings in the Construction Sectoral Code.
In addition, it is contended that this irrational re-scoring
mechanism was the result of a process which was itself irrational as
it was conducted by the City without any market research or
investigations by the City. The Applicants submit that there is no
rational reason for the weightings assigned by the City’s
new
scoring system to different levels and categories of ownership and
that the weightings so adopted by the City are therefore
arbitrary
and capricious.
Irrational failure to
achieve transformation objectives.
[178]
The Applicants contend that by “singling
out” women owned, Black-owned and disabled owned business for
30%, 30% and
10% respectively of the preference points, the City’s
new scoring system fails to achieve its own stated transformation
objectives.
The Applicants argue that the new scoring system
irrationally disadvantages entities such as the Applicants whose
"black-owned"
shares are owned by beneficiaries of a
workers trust and does so without providing a mechanism to determine
how points are to be
allocated to such a worker’s trust.
[179]
The Applicants contend that the disadvantage
suffered by the Applicants is that they are therefore unable to
compete on price because
they start with a points deficit, simply
because the extent to which their equity is owned by women, Black and
disabled persons
cannot be measured under the new scoring system.
According to the Applicants, under the new scoring system they will
both only
get 2 out of 6 points for ownership by women and Black
people. The Applicants allege that this means that for price, they
would
need to get 6 points out of a 100 to be level and compete with
a 100% female black owned company. The disadvantage of this, so the
Applicants argue, is that they would have to incur a substantially
reduced margin just to be able to compete on price and in an
industry
where they say the margins are already slim. The Applicants allege
that if they were compelled to cut their profit margins
to so
compete, they would not be able to present a viable bid. Their
situation, the Applicants say, “…is even more
dire when
one adds the scoring of the subcontracting component.” I
interpose at this juncture to note that no factual details
are
provided of the alleged low margins or financial basis on which any
bid by the Applicants for the tenders would not be viable
because of
the new scoring system.
[180]
Returning to the Applicants contentions on
irrationality, a further aspect relied on by the Applicants, which
they claim is evidence
of the new scoring system irrationally failing
to achieve transformation objectives, is the application of the new
scoring system
to public companies. The Applicants allege that
although the actual ownership of a public company by Black people may
in fact be
lower than that of a private company, the application of
the new scoring system will irrationally and misleadingly result in
the
ownership of that public company by Black people, appearing to be
higher.
[181]
This, according to the Applicants, is because the
institutional shareholding of a listed company is not measured under
the Construction
Sectoral Code when determining the Black ownership
element of B-BBEE. The Applicants claim that the new scoring system
would thus
irrationally result in a situation where a public company
with what appears to be a high level of Black ownership, would be
preferred
above a private company which has a larger percentage of
Black South African worker ownership through an employee trust, such
as
the HIBBET.
The principles
relating to rationality review.
[182]
Before evaluating the grounds advanced by the
Applicants in support of their rationality challenge, I shall outline
and restate
the key principles applicable to the review of exercises
of public power on the grounds of irrationality.
[183]
The
rule of law is a foundational value of our Constitution, and the
principle of legality lies at its centre. As explained t in
the
well-known statement by Chaskalson CJ in
Fedsure
,
the principle of legality expresses the fundamental rule of our
constitutional order that the ‘exercise of public power
is only
legitimate when it is lawful.’
[39]
The
exercise of public power in a manner which is irrational, arbitrary
or capricious, is inconsistent with the rule of law and
the principle
of legality which is at its centre. The content of rationality as a
minimum threshold requirement for the constitutional
validity of the
exercise of public power was expressed as follows in
Pharmaceutical
Manufacturers Association
[40]
:
‘
It
is a requirement of the rule of law that the exercise of public power
by the Executive and other functionaries should not be
arbitrary.
Decisions must be rationally related to the purpose for which the
power was given, otherwise they are in effect arbitrary
and
inconsistent with this requirement. It follows that in order to pass
constitutional scrutiny the exercise of public power by
the Executive
and other functionaries must, at least, comply with this requirement.
If it does not, it falls short of the standards
demanded by our
Constitution for such action.
[89]
…What the Constitution requires is that public power vested in
the Executive and other
functionaries be exercised in an objectively
rational manner.
[90]
Rationality in this sense is a minimum threshold requirement
applicable to the exercise of all public power
by members of the
Executive and other functionaries. Action that fails to pass this
threshold is inconsistent with the requirements
of our Constitution
and therefore unlawful. The setting of this standard does not mean
that the Courts can or should substitute
their opinions as to what is
appropriate for the opinions of those in whom the power has been
vested. As long as the purpose sought
to be achieved by the exercise
of public power is within the authority of the functionary, and as
long as the functionary's decision,
viewed objectively, is rational,
a Court cannot interfere with the decision simply because it
disagrees with it or considers that
the power was exercised
inappropriately.
A decision that is
objectively irrational is likely to be made only rarely but, if this
does occur, a Court has the power to intervene
and set aside the
irrational decision.”
[184]
The test in rationality review is directed at
assessing the relationship between the means chosen and the ends
sought to be achieved
by the decision-maker. The test is whether
there is a rational relationship between the decision and the purpose
for which the
power was conferred. Objective irrationality is
required, a finding which is likely to be rare and out of the
ordinary.
[185]
And in
applying this test to the facts of a given case, it is not open to
Courts to interfere with the means selected by the decision
maker
simply because they do not like them or consider that there are
better means that could have been utilised. As Ngcobo J explained
in
Albutt
[41]
:
“
The executive has
a wide discretion in selecting the means to achieve its
constitutionally permissible objectives. Courts may not
interfere
with the means selected simply because they do not like them, or
because there are other more appropriate means that
could have been
selected. But, where the decision is challenged on the grounds of
rationality, courts are obliged to examine the
means selected to
determine whether they are rationally related to the objective sought
to be achieved.
What must be stressed is
that the purpose of the enquiry is to determine not whether there are
other means that could have been
used, but whether the means selected
are rationally related to the objective sought to be achieved.”
[186]
Rationality
review affords a high degree of deference to the decision-maker, the
question to be asked being merely whether there
is a rational
connection between the decision and the process followed in reaching
it and a legitimate purpose. Rationality is
thus not about
justification nor the cogency of reasons.
[42]
[187]
Rationality review, however, has its limits. It is
not a mechanism which litigants may permissibly deploy to
second-guess, by way
of judicial review, decisions and exercises of
public power which they do not like, decisions which they think could
have been
made better or decisions which they consider to be
irrational because a different option ought to have been chosen by
the decision-maker.
[188]
The
Constitutional Court cautioned against this in the following terms in
Electronic
Media Network
[43]
:
“
It needs to be
said that rationality is not some supra-constitutional entity or
principle that is uncontrollable and that respects
or knows no
constitutional bounds. It is not a uniquely designed master key
that opens any and every door, any time, anyhow.
Like all other
constitutional principles, it too is subject to constitutional
constraints and must fit seamlessly into our
constitutional order,
with due regard to the imperatives of separation of powers. It
is a good governance-facilitating, arbitrariness
and abuse of
power-negating weapon in our constitutional armoury to be employed
sensitively and cautiously.”
[189]
A
court is also well-advised to carefully avoid the ‘slippery
path’ that can easily take one inadvertently from an enquiry
into rationality into the realm of reasonableness. As stated earlier
in relation to process irrationality and the Applicants failure
to
establish such, the factual enquiry in rationality review as to
whether a decision is rationally related to its purpose. This
enquiry
requires the court to be cautious not to stray into executive
territory.
[44]
To
re-iterate again, decisional rationality is only directed at the link
between means and purpose and whether the means chosen
to achieve the
purpose are reasonably capable of achieving that purpose. It is not
an enquiry concerned with whether the best or
only means was chosen
through which the purpose may be attained.
[45]
Evaluation of the
Applicants decisional rationality challenge
[190]
The City submitted that the Applicants’
decisional rationality challenge is not pleaded with sufficient
precision. The submission
does carry some force. In one instance, the
Applicants decisional rationality challenge is directed at the
specific goals chosen
by the City, in another it is directed at the
overall new scoring system and then in another is directed at the
application of
the new scoring system to the specific tenders. In
addition, the decisional rationality challenge is brought on grounds
which overlap
between legality review and PAJA.
[191]
Insofar as reliance on PAJA is concerned, the
Applicants’ irrationality challenge, as set out in their heads
of argument,
is said to be that the City’s decision to adopt
the new scoring system for construction tenders is ‘
not
rationally connected to the purpose for which it was taken; the
purpose of the empowering provision (in this case the PPPFA
read with
the B-BBEE Act and the Sector Code); the information before the
administrator; or the reasons given for it by the administrator
(see
the reasons given at the time by Mr Lewis).’
[192]
This,
at least on the face of it, appears to be a reliance on section
6(2)(f)(ii) of PAJA.
[46]
While
it is so that where PAJA applies a review applicant may not sidestep
PAJA by relying directly on the principle of legality,
in this case
there are components of the impugned decisions which, for the reasons
set out earlier, do not constitute administrative
action. These
include the City’s decision to adopt the ASCMP and the decision
to introduce the new scoring system in the
City’s
Implementation Guideline.
[193]
The main thrust of the Applicants decisional
rationality challenge is directed at the weighting which the new
scoring system accords
to
ownership by
women, Black people and disabled people and the alleged irrationality
of the manner in which the new scoring system
deals with
sub-contracting to Black owned micro and small enterprises. A further
contention advanced is that these weightings irrationally
re-score
elements which have already been
accorded
certain weightings in the Construction Sectoral Code and that the
weightings themselves are bereft of rational reason.
[194]
For the reasons set out below, I fail to see how
the way in which the City’s new scoring system has chosen
specific goals
relating to and assigned weighting of ownership of
tendering entities by Black people, women and disabled people, can
objectively
speaking, be said to be irrational.
[195]
Section 2(1)(d) of the PPPFA is the empowering
provision for the City’s new scoring system and preferential
procurement policy.
The provision expressly permits the City to
determine and implement a procurement policy which creates a system
of preference for
advancing individuals who have suffered from past
patterns of discrimination on the basis of race, gender and
disability. It can
hardly be suggested that Black people and women do
not fall within the categories of persons directly subjected to
unfair historic
discrimination, the elimination of which is the
central tenet underlying section 217(2) of the Constitution.
[196]
I must in this regard immediately dispose of a
contention by the Applicant that the City’s new scoring system
is irrational
because it “[sets] black female ownership of the
bidding entity as a threshold requirement allocating some 6/10 of the
score
to these two criteria.”
[197]
Firstly, the evidence does not establish that the
City has set such a threshold. No facts are advanced to support this
contention
by the Applicants.
[198]
Secondly, it is difficult to understand how the
City’s creation of a system of preference in its public
procurement policy
for Black people, women and the disabled, is
either objectively irrational or results in a failure of the City to
meet its transformation
objectives. Notably and following the
introduction of the City’s new scoring system, the City has
already concluded numerous
contracts based on the new scoring system
and paid many contractors
for their goods
and services. The City's demand plan
as of
20 March 2024 indicates that 27 tenders have been awarded for the
period 2023 to 2026, to the value of approximately R1 618 303 217.54.
[199]
The Applicants contend that by “singling
out” women owned, Black-owned and disabled owned business for
30%, 30% and
10% respectively of the preference points, the City’s
new scoring system irrationally fails to achieve its own stated
transformation
objectives. The argument is without merit. The
rationality of remedial measures to develop and implement specific
goals for preferential
procurement from individuals falling within
the categories of persons set out in section 2(1)(d)(i) of the
Procurement Act, cannot
in my view be assessed without regard to the
historical and social context in which the Act operates. This applies
more so when
remedial measures adopted by an organ of state as
specific goals to promote economic transformation and address the
present-day
consequences of historical unfair discrimination based on
gender and race, are impugned as being irrational.
[200]
In
considering this context, the Constitutional Court has in emphasised
the need to understand the historical and intersectional
nature of
race and gender discrimination.
In
Mahlangu
[47]
,
Victor AJ said the following:
[96] It
is often said that Black women suffer under a triple yoke of
oppression based on their race, gender and class. The
racial
hierarchy established by apartheid placed Black women at the bottom
of the social hierarchy. During apartheid, Black women
were
oppressed both by codified apartheid laws and a patriarchal form of
customary laws and norms, which rendered them perpetual
minors who
were at the mercy of White men and women as well as Black men.
[97] This
Court has on a number of occasions stressed the importance of “the
need to make a decisive break from the ills
of the past”. This
constitutional imperative stems from the Constitution’s
commitment to establishing a non-racist
and non-sexist society based
on human dignity, equality and freedom. At the heart of the
constitutional project is an aspiration
to achieve substantive
equality and undo the burdens of our past.
[98] But
ensuring that the vestiges of our racist past are eradicated, also
requires an exploration of the lingering gendered
implications of
apartheid’s racist system. The combination of influx control
laws and the migrant labour system also had
a particularly onerous
effect on Black women. Taken together, they restricted the ability of
Black
women to seek and obtain
employment opportunities, thus rendering them dependent on absent
husbands or sons. Essentially, this all
sedimented a gendered and
racialised system of poverty, that was particularly burdensome for
Black women.”
[201]
The decisional rationality challenge directed by
the Applicants at what they allege is an irrational, skewed and
privileged re-scoring
of owners
hip by
women, Black people and disabled people, is misplaced for two
additional reasons.
[202]
Firstly, for the reasons set out earlier, I have
concluded that the City was not legally obliged in its discretionary
determination
of the specific goals of its procurement policy, to
apply and include the weighting and elements provided for in the
B-BBEE Act
and the Construction Sectoral Code.
[203]
The City was empowered to determine and implement
its own procurement policy and specific goals for a system of
preference. That
the City decided not to incorporate wholesale the
approach and framework of the Construction Sectoral Code in its new
scoring system,
does not render its decision irrational. Secondly,
the argument postulated by the Applicants amounts in effect to a
contention
that the weightings provided for in the new scoring
policy, are not rational because they do not correspond with what the
Applicants
consider to be the better and more desirable weightings
set out in the Construction Sectoral Code.
[204]
The contention cannot be sustained. It is not for
the court to second guess and set aside the scoring and weighting of
the specific
goals chosen by the City unless it can be demonstrated
that they are objectively irrational and not rationally related to
the purpose
of the power to determine specific goals conferred on the
City by section 2(1)(d) of the PPPFA.
[205]
It is
well-established that where a functionary is entrusted with
discretion powers, the weight to be attached to particular
factors, or how far a particular factor affects the eventual
determination of the issue, is a matter for the functionary to decide
and provided that she acts in good faith, reasonably and rationally,
a court will not interfere.
[48]
[206]
The Applicants further contend that the new
scoring system is irrational because it results in the Applicants
being unable to compete
on price with a 100% Black female owned
company in circumstances where profit margins in the construction
sector are already slim.
[207]
I do not see how this apparent effect of the new
scoring system even if it were established on the papers, which is
far from clear,
is either unlawful or that it renders the City’s
new system irrational. It is an obvious feature of the tender process
that
bidders compete in the submission of bids and in their pricing
offering for the goods and services which form the subject of the
tender.
[208]
Some bidders may anticipate obtaining lower points
for preference and adjust their tenders to be more competitive on the
90 or 80
points allocated for price. Other tenderers, such as the
100% Black women owned company postulated by the Applicants as an
example,
may obtain higher points for preference but be either unable
to win on price or compelled to accept very low margins precisely
because of the competitive advantage enjoyed by entities whose owners
had the benefit of past economic privilege and were not subjected
to
historical gender and racially based discrimination. The different
permutations which may arise are ultimately matters of business
and
commercial risk assessment and choices faced when a bidder
participates in a government procurement process.
[209]
The possibly adverse economic consequence of such
choices for any particular bidder, arises from the competitive nature
of the tender
process itself. They are not consequences which render
the procurement process irrational or unlawful.
[210]
The Applicants appear to buttress this argument
with the contention that their price disadvantage and preference
points deficit
arises from the failure of the new scoring system to
provide for, unlike the position in the B-BBEE Act and the
Constructional
Sectoral Code, a mechanism to measure their ownership
equity which is held by a workers trust. I have difficulty accepting
the
contention that this alleged consequence of the new scoring
system, renders the system irrational.
[211]
It is so that the Sectoral Code provides for a
measurement mechanism in respect of the economic interest of Black
participants in
employee share ownership programmes. But it is also
clear from Statement CSC100 of the Code, that in addition to economic
interest,
the ownership element is also indicated by evaluating
direct equity ownership through exercisable voting rights in the
hands of
Black people. The Implementation Guideline, in relation to
the evidence required for the claiming of preference points for
specific
goals relating to ownership by women and Black people,
permits bidders to provide not only a B-BBEE certificate but company
registration
certificates and their CSD reports.
[212]
The question for decisional rationality is not
whether a better or more desirable preference points assessment
mechanism should
have been chosen by the City in its new scoring
system.
[213]
The question is whether the means so chosen is
rationally related to the purpose for which the City was conferred
powers to determine
and implement a preferential procurement policy.
The new scoring system provides for specific goals relating to direct
equity ownership
of the bidding entity by women, Black people and
disabled people. That it does not make express provision for a
measurement mechanism
for a worker’s trust, a mechanism which
the Applicants consider desirable, does not in my view render the
City’s new
scoring system irrational.
[214]
There is final aspect of the Applicants
rationality challenge which I shall consider briefly.
[215]
This is the argument regarding what was asserted
to be an unfair and irrational advantage to public companies flowing
from the application
of the ownership element calculation provided
for in City’s new scoring system. The argument advanced in this
regard was
that because of the method which the City uses in the new
scoring system to
calculate Black
ownership, a situation could result where the actual ownership of a
public company held by Black people, may be
lower than that of a
private company, yet, because institutional shareholders are
excluded, it may appear to be higher.
[216]
This, according to the Applicants, is because the
institutional shareholding
of a listed
company is not measured under the Construction Sectoral Code when
determining the Black ownership element of B-BBEE.
The Applicants
claim that the new scoring system would thus irrationally result in a
situation where a public company with what
appears to be a high level
of Black ownership, may be preferred above a private company which
has a larger percentage of Black
South African worker ownership
through an employee trust, such as the HIBBET.
[217]
The main bases of this argument were advanced by
the Applicants for the first time in reply and referred to various
public companies
in the construction sector, none of which have
sought to challenge the City’s new scoring system. It was on
this somewhat
tenuous basis that the Court is invited to to infer
prejudice, irrationality and unfairness from examples postulated by
the Applicant,
including that of a British institutional investor
owning 0.3581% of a listed construction company, who it is alleged
could be
favoured over the Applicants broad based black shareholders
because of the City’s new scoring system. The contention on
which
the whole argument is based is entirely hypothetical.
[218]
in the absence of evidence of such prejudice or
irrationality in the actual application of the new scoring system,
there are in
my judgment no grounds to impugn the new scoring system
as being irrational based on the abstract and hypothetical grounds
relied
on by the Applicants in relation to listed companies.
[219]
In relation to the specific goal identified in the
new scoring system relating to promotion of small and
micro-enterprises, it is
clear that the promotion of small and
micro-enterprises is an objective of the RDP. The RDP in general
terms and similarly to the
B-BBEEE Act and the Construction Sectoral
Code, seeks to promote economic inclusion by addressing historical
barriers of entry
and ownership of productive economic assets.
[220]
Chapter 3 of the RDP records that insofar as the
objectives of the RDP are concerned, ‘…greater
participation in the
economy and less concentrated, more racially and
gender inclusive ownership patterns are essential. Small, medium, and
micro enterprises
need to play substantially larger part in economic
activity. The RDP must ensure that the legacy of inequality is
addressed.’
In this regard, I agree with the submission
advanced by the City that the achievement of this objective by way of
its inclusion
as a specific and weighted goal in the City’s new
scoring system, is an objective which is rationally connected to the
purpose
of section 2(1)(d)(ii) of the PPPFA.
[221]
For these reasons, the Applicants decisional
rationality challenge is in my view without merit and fails on each
of the individual
grounds on which it has been advanced.
The
Applicants further review grounds and challenges to the new scoring
system
[222]
For the reasons set out above, I conclude that the
main contentions and challenges by the Applicants to the City’s
new scoring
system on the basis that it is irrational and in breach
of the B-BBEE Act and Codes, are without merit and fail on each of
the
bases on which they have been advanced. These contentions by the
underpinned each of their main grounds of review. Their failure
is
largely dispositive of the Applicants challenge as a whole. I will
nonetheless briefly deal with the additional grounds of review,
each
of which we have considered and find both cumulatively and
individually, to be without merit.
Non-compliance with
the Implementation Guideline
[223]
The Applicants contention that the new scoring
system is unlawful and in breach of the Implementation Guideline is
based on two
propositions. Firstly, the absence from the Rule 53
review record of evidence that the City conducted prior research and
investigations
for the specific tenders before determining the
specific goals listed in the tender specifications. Secondly, it is
argued that
no actual decision was taken by the BSC to determine the
specific goals for the tenders concerned. As stated earlier, the main
basis for the argument is the Applicants seizing on a sentence in the
Implementation Guideline which states that the role of the
BSC is to
‘…
determine which HDI or
Specific Goal will be best suited for that specific tender based on
market research, analysis or historical
data in the disposal of the
City and advertised accordingly for evaluation criteria to be fairly
applied.’
[224]
I am in agreement with the argument advanced by
the City that given the need for the guideline to establish
uniformity in procurement
processes, the guideline was binding and
was accepted by the City officials implementing it, to be binding.
The Implementation
Guideline must also be interpreted practically and
in line with its purpose.
[225]
It can hardly in my view be sustainably argued
that having determined specific goals and a weight allocation for
preferential procurement,
it would nonetheless then be open to the
City to determine different goals and points and weight allocations
depending on the identity
of the tenders and nature of the tender. It
may be open to the BSC to determine what specific goals would be
‘best suited’
for a particular tender, but it was not a
mandatory requirement of the Implementation Guideline that the BSC
consider deviation
of point values and different specific goals when
it applied the new scoring system.
[226]
The
City was required to implement the new scoring system within the
framework of the Procurement Act, the guideline and the ASCMP.
Where
a decision-maker such as the City has devised policies, directives or
guidelines, it was recognized by the Constitutional
Court in
Ahmed
that
such
policies,
directives or guidelines which determines how administrative
officials are required to act, those policies and guidelines
are
binding and disciplined by the principle of legality.
[49]
In the
absence of a challenge to the legality of the guideline itself, of
which there is none, the Implementation Guideline must
be accepted as
being a lawful and valid policy instrument of the City.
[227]
Insofar as the contentions for this argument based
on the content of the Rule 53 record is concerned, it does not
necessarily follow
that the absence of evidence of deliberations of
the BSC on the specific goals for the tenders, demonstrates that no
decision was
taken by the BSC or that the new scoring system falls to
be set aside on this basis. The City issued Tender Notice No. 3
setting
out the specific goals that would apply to the first tender.
It is clear from this that consideration was given to the specific
goals and that the provisions of the implementation guideline were
being applied.
[228]
The challenge based on alleged non-compliance with
the Implementation Guideline is for these reasons unfounded and
without merit.
Slavish adherence to
the position of National Treasury
[229]
The Applicants contended that the City ‘holus
boluses’ adopted the position on specific goals articulated by
National
Treasury and slavishly adhered to the Treasury’s
interpretation of the specific goals to be included in the City’s
procurement policy. There is no factual evidence that reasonably
establishes that the City rubber stamped the views of Treasury
on the
application of the B-BBEE Act and the manner in which organs of state
were to determine their procurement policies in light
of the
Afribusiness judgment. The contention by the Applicants that the City
‘kowtowed’ to the ‘dictates of National
Treasury’
and that it did so under threat of a qualified audit, is a
speculative allegation and is advanced bereft of any
factual basis.
The challenge based on capricious decision-making in the formulation
of the new scoring system is in my view wholly
without merit.
Specific goals not
measurable
[230]
The Applicants contended that the new scoring
system is irrational and unlawful in that it awards points awarded
for gender and
micro and small enterprises, which are not measurable.
It is clear from the evidence required for the claiming of preference
points
that the City is able to determine the percentage of female
ownership of a company from a Company Registration Certificate or
Central
Supplier Database report. These documents provide objective
evidence about the percentage of female ownership in a company. The
evidence also show that the City will be able to determine the micro
or small enterprise specific goals from the financial statements
of
the micro and small enterprise, or its B – BBEE status level.
[231]
Regulation 9 of the 2022 Regulations provides a
mechanism to address false information in bids and deters the
possibility of fronting.
In addition, paragraph 450 of the SCM Policy
provides for penalties for where sub-contracting subcontracting takes
place without
the knowledge of the City. There is no substance to
this challenge, and it is without merit.
Conclusion and costs
[232]
For the reasons set out above, the grounds
advanced by the Applicant in support of their amended relief are
without merit. No basis
has in my view been established by the
Applicants to set aside the new scoring system nor for the
extraordinary proposition that
it is open to this Court to grant
relief directing the City to return to and implement its previous
scoring system.
[233]
The Applicants did not seek to claim the
protection of
Biowatch
in
their challenge and indeed sought a punitive costs order against the
City in the event they succeeded.
Biowatch
does not countenance risk free constitutional
litigation aimed at protection of commercial interests. In my view,
costs must follow
the result. It was not suggested that the scale of
costs should be other than on scale C.
Order
[234]
The application is dismissed with costs.
[235]
The application in case no. 59/24 in relation to
the Macassar interdicts (‘Part C’) is dismissed with
costs.
[236]
The Applicants are ordered to pay the costs of the
applications on scale C jointly and severally including the costs of
two counsel
where so employed.
MAGARDIE,
AJ
I
agree
FORTUIN,
J
I
agree and it is so ordered
ERASMUS,
J
APPEARANCES
Date
of Hearing
21-22 May 2024
For
Applicants: R
Stelzner SC, P Mackenzie, M Smit
Instructed by:
Von Lieres, Cooper &
Barlow
For
The First Respondent: A
Katz SC, K Permalsamy
Instructed by:
D M 5 Inc
[1]
Section 217(1) of the Constitution: ‘…
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.’
[2]
Section 217(2): ‘…s
ub-section
(1) does not prevent the organ of state or institutions referred to
in that subsection from implementing a procurement
policy providing
for… (a) Categories of preference in the allocation of
contracts; and (b) The protection or advancement
of persons or
categories of persons, disadvantaged by unfair discrimination.’
[3]
Airports
Company South Africa SOC Ltd v Imperial Group Ltd and Others
2020
(4) SA 17
(SCA) (
ACSA
).
[4]
Allpay
Consolidated Investment Holdings (Pty) Ltd v Chief
Executive Officer of the South African Social Security Agency
2014
(1) SA 604
(CC)
(
Allpay
)
at para 4.
[5]
Minister
of Finance v Afribusiness NPC
[2022
(4) SA 362
(CC) (
Afribusiness
).
[6]
Afribusiness
at
para 99.
[7]
Minister
of Finance and Other v Van Heerden
(]
ZACC 3
[2004] ZACC 3
; ;
2004 (6) SA 121
(CC (
Van
Heerden
)
at para 31.
[8]
Afribusiness
NPC v Minister of Finance
[2020]
ZASCA 140
;
2021
(1) SA 325
(SCA).
[9]
Minister
of Finance v Sakeliga NPC (previously known as Afribusiness NPC)
and Others 2022 (4) SA
401 (CC)
[10]
H &
I Civil & Building (Pty) Ltd and Another v City of Cape Town and
Others
(59/2024)
[2024] ZAWCHC 15
(30 January 2024).
[11]
Thulie
Water Forum and another v Bloemwater and Others
2021
JDR 3295 (FB) at para 15.
[12]
Section 160(1)(a) of the Constitution: ‘A Municipal Council
makes decisions concerning the exercise of all the powers and
the
performance of all the functions of the municipality.’
[13]
Fedsure
Life Assurance Ltd and Others v Greater Johannesburg Transitional
Metropolitan Council
[1998] ZACC 17
;
1999
(1) SA 374
(CC) (
Fedsure
)
at para 41 – 42.
[14]
Minister
of Defence and Military Veterans v Motau
2014
(8) BCLR 930
(CC) at para 37.
[15]
Section 6(2)(c) of PAJA: ‘...the action was procedurally
unfair’.
[16]
Section 6(2)(d) of PAJA: ‘…the action was materially
influenced by an error of law.’
[17]
Section
6(2)(e)(iii) of PAJA: ‘…
because
irrelevant considerations were taken into account or relevant
considerations were not considered.’
[18]
Section 6(2)(f)(ii) of PAJA: ‘the action itself…contravenes
a law or is not authorised by the empowering provision.’
[19]
Section
6(2)(i) of PAJA: ‘
the
action is otherwise unconstitutional or unlawful.’
[20]
Section
6(2)(f)(ii) of PAJA: ‘…
is
not rationally connected to (aa) the purpose for which it was taken;
(bb) the purpose of the empowering provision; (cc) the
information
before the administrator; or (dd) the reasons given for it by the
administrator.’
[21]
Allpay
Consolidated Investment Holdings (Pty) Ltd and Others v Chief
Executive Officer of the South African Social Security Agency
and
Others
2014
(1) SA 604
(CC) (
Allpay
)
at para 43 – 44.
[22]
Masetlha
v President of the Republic of South Africa and Another
[2007] ZACC 20
;
2008 (1) BCLR 1
(3
October 2007 at para 78.
[23]
Premier,
Province of Mpumalanga and Another v Executive Committee of the
Association of Governing Bodies of State Aided Schools:
Eastern
Transvaal
[1998] ZACC 20
;
1999
(2) BCLR 151
(2 December 1998) at para 41.
[24]
Law
Society of South Africa and Others v President of the Republic of
South Africa and Others
2019
(3) SA 30
(CC)
at
para 64 – 65.
[25]
Publication
of Draft Preferential Procurement Regulations, 2022 for Public
Comment GNR 1851 GG46026, 10 March 2022.
[26]
National
Student Financial Aid Scheme v Moloi and Others
(574/2022)
[2024] ZASCA 66
3 May
2024) at para 47 to 48.
[27]
South
Africa Veterinary Council and Another Szymansk
2003 (4) SA 42
(SCA)
at 49 E – H.
[28]
MEC for
Education, Northern Cape v Bateleur Books (Pty) Ltd
(298/08)
[2009] ZASCA
33
;
2009 (4) SA 639
(SCA);
[2009] 3 All SA 127
(SCA) (31 March
2009).
[29]
Minister
of Water and Sanitation v Sembcorp Siza Water (Pty) Ltd and Another
(CCT
300/19)
[2021] ZACC 21
;
2021 (10) BCLR 1152
(CC);
2023 (1) SA 1
(CC)
(23 July 2021) at para 45.
[30]
National
Energy Regulator of South Africa v PG Group (Pty) Ltd
[2019]
ZACC 28
;
2020
(1) SA 450
(CC);
2019
(10) BCLR 1185
(CC)
(
NERSA
)
at para 48 – 50.
[31]
Democratic
Alliance v President of South Africa
[2012]
ZACC 24
;
2013 (1) SA 248
(CC);
2012 (12) BCLR 1297
(CC),
Albutt v
Centre for the Study of Violence and Reconciliation
[2010]
ZACC 4; 2010 (3) SA 293 (CC); 2010 (5) BCLR 391 (CC).
[32]
Minister
of Water and Sanitation v Sembcorp Siza Water (Pty) Ltd and Another
(CCT
300/19)
[2021] ZACC 21
;
2021 (10) BCLR 1152
(CC);
2023 (1) SA 1
(CC)
(23 July 2021).
[33]
Afribusiness
at
para 113
[34]
African
Transformation Movement v Speaker of the National Assembly and
Others
(643/2021)
[2021] ZASCA 164
;
[2022] 1 All SA 615
(SCA);
2022 (4) SA 409
(SCA)
(2 December 2021) at para 13.
[35]
Minister
of Home Affairs v National Institute for Crime Prevention and the
Re-Integration of Offenders (NICRO) and Others
(CCT 03/04)
[2004] ZACC
10
;
2005 (3) SA 280
(CC);
2004 (5) BCLR 445
(CC) (3 March 2004) at
para 35.
[36]
Ruta
v Minister of Home Affairs
2019
(2) SA 329
(CC) at para 43.
[37]
ACSA at paragraph 38.
[38]
ACSA at para 73.
[39]
Fedsure
at
para
38.
[40]
Pharmaceutical
Manufacturers Association of South Africa and Another: In re Ex
Parte President of the Republic of South Africa
and Others
2000 (3) at paras 88 to
90.
[41]
Albutt
v Centre for the Study of Violence and Reconciliation and Others
(CCT 54/09)
[2010] ZACC
4
;
2010 (3) SA 293
(CC);
2010 (2) SACR 101
(CC);
2010 (5) BCLR 391
(CC) (23 February 2010) at para 51
[42]
Nu-Africa
Duty Free Shops (Pty) Ltd v Minister of Finance and Others
(CCT 29/22; CCT 57/22;
CCT 58/22)
[2023] ZACC 31
;
2023 (12) BCLR 1419
(CC);
2024 (1) SA 567
(CC) (3 October 2023) at para 114
[43]
Electronic
Media Network Limited v e.tv (Pty) Limited
[2017]
ZACC 17
;
2017
(9) BCLR 1108
(CC
)
at
para 89
.
[44]
Minister of Home Affairs and Others v Scalabrini Centre, Cape Town
and Others
2013 All SA 571
(SCA) at para 65 to 66.
[45]
Minister
of Constitutional Development and Another v South African
Restructuring and Insolvency Practitioners Association and
Others
(CCT13/17)
[2018] ZACC 20
;
2018 (5) SA 349
(CC);
2018 (9) BCLR 1099
(CC) (5
July 2018) at para 55.
[46]
Section 6(2)(f)(ii): ‘
A
court or tribunal has the power to judicially review an
administrative action if-…the action itself… is not
rationally connected to (aa) the purpose for which it was taken;
(bb)the purpose of the empowering provision; (cc) the information
before the administrator; or (dd) the reasons given for it by the
administrator’.
[47]
Mahlangu
and Another v Minister of Labour and Others
(CCT306/19)
[2020] ZACC 24
;
2021 (1) BCLR 1
(CC);
[2021] 2 BLLR 123
(CC); (2021)
42 ILJ 269 (CC);
2021 (2) SA 54
(CC) (19 November 2020) at para 95
to 98.
[48]
MEC for
Environmental Affairs and Development Planning v Clairisons
CC
(408/2012)
[2013] ZASCA 82
;
[2013] 3 All SA 491
(SCA);
2013 (6) SA
235
(SCA) (3ay 2013) at para 22.
[49]
Ahmed
and Others v Minister of Home Affairs and Another
2019
(1) SA 1
(CC) at para 37 to 45.
sino noindex
make_database footer start
Similar Cases
H & I Civil & Building (Pty) Ltd and Another v City of Cape Town and Others (59/2024) [2024] ZAWCHC 15 (30 January 2024)
[2024] ZAWCHC 15High Court of South Africa (Western Cape Division)100% 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)98% 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)98% similar
C.H v A.C and Others (13612/2024) [2024] ZAWCHC 245 (4 September 2024)
[2024] ZAWCHC 245High Court of South Africa (Western Cape Division)98% 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)98% similar