Case Law[2024] ZAWCHC 330South Africa
Contour Technology (Pty) Ltd v Theewaterskloof Municipality and Another (5729/2023) [2024] ZAWCHC 330 (23 October 2024)
High Court of South Africa (Western Cape Division)
23 October 2024
Headnotes
on 21 April 2022. The closing date for the tender was 29 April 2022. Thereafter, the tender evaluation process unfolded.
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 330
|
Noteup
|
LawCite
sino index
## Contour Technology (Pty) Ltd v Theewaterskloof Municipality and Another (5729/2023) [2024] ZAWCHC 330 (23 October 2024)
Contour Technology (Pty) Ltd v Theewaterskloof Municipality and Another (5729/2023) [2024] ZAWCHC 330 (23 October 2024)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAWCHC/Data/2024_330.html
sino date 23 October 2024
IN
THE HIGH COURT OF SOUTH AFRICA
(WESTERN
CAPE DIVISION, CAPE TOWN)
Case
number: 5729/2023
In
the matter between:
CONTOUR
TECHNOLOGY (PTY) LTD
Applicant
and
THEEWATERSKLOOF
MUNICIPALITY
First Respondent
UTILITIES
WORLD (PTY) LTD
Second Respondent
Bench: Sidaki, T.S. AJ
Heard: 7 & 19 June
2024
Delivered: 23 October
2024
This judgment was handed
down electronically by circulation to the parties' representatives
via email and release to SAFLII. The
date and time for hand-down is
deemed to be 10h00 on Wednesday, 23 October 2024.
JUDGMENT
SIDAKI,
AJ
Introduction
1.
This matter concerns a review of a tender
awarded by the first
respondent (the Municipality) to the second respondent (Utilities),
for the provision and administration of
the electricity prepayment
vending system.
2.
The applicant (Contour) applied in its notice
of motion for the
following relief:
“…
an
order that:
2.1.
the decision taken by the first respondent to award Tender FIN
03/2022/23 for the provision and administration of electricity
prepayment
uniform vending system
for the period 1 July 2022
until 30 June 2025 (the tender), to the second respondent, is
reviewed and set aside.
2.2.
a substitution order is granted in terms of which the tender is
awarded to the applicant.
2.3.
the first respondent pays the costs of the application,
alternatively, that the first and second respondent pay the costs
jointly
and severally should the latter oppose the review.
2.4.
further and/or alternative relief.”
3.
The Municipality advertised the tender on
8 April 2022, with the
‘tender notice and invitation to tender’ document (tender
notice), providing,
inter alia
, that:
3.1.
“
Only tenderers who satisfy the eligibility criteria stated
in the Tender Conditions and Tender Data (were) eligible to submit
tenders
”.
3.2.
“
All bids received shall be evaluated in terms of the
Theewaterskloof Municipality Supply Chain Management Policy, read
with the
Preferential Procurement Regulations of 2017. It is
estimated that the 80/20 preference points system will be applicable.
Tenders
will be evaluated in terms of price and preference.
”
3.3.
“
Council reserves the right to accept a tender in full,
partially or not at all and is not obliged to accept the lowest
tender received.
”
4.
A compulsory clarification meeting hosted
by the Municipality for
prospective bidders was held on 21 April 2022. The closing date for
the tender was 29 April 2022. Thereafter,
the tender evaluation
process unfolded.
5.
The Bid Evaluation Committee (BEC) prepared
a bid evaluation report
(BEC Report/ Report), in which it set out its working process and
recommended the award of the tender to
Utilities. The BEC adopted the
Report at its meeting held on 22 September 2022. That Report was
tabled for consideration by the
Bid Adjudication Committee (BAC) at
its meeting held on 23 September 2022. The BAC, at the recommendation
of the BEC, resolved
to award the tender to Utilities.
6.
The Municipality communicated the BAC resolution
to Utilities by
letter dated 10 October 2022. On that day the Municipality also wrote
to Contour, advising it that its bid had
been unsuccessful.
7.
Contour lodged an internal appeal against
the award of the tender to
Utilities. The calculation and award of B-BBEE points in the tender
evaluation process formed one of
the grounds of appeal. The appeal
was dismissed.
8.
The Municipality communicated the dismissal
of the appeal to Contour
by letter dated 24 October 2022. I note that the Municipality’s
Appeal Authority did not deal with
the issues raised as the grounds
of appeal in its response.
9.
Thereafter, Contour sought access to Utilities’
bid documents,
first by sending a request and later under the auspices of the
Promotion of Access to Information Act 2 of 2000
(PAIA). The
Municipality provided some of Utilities’ bid documents,
including its B-BBEE sworn affidavit and an ISO 9001:15
certificate.
10.
Contour subsequently instituted this review application.
Grounds
of review
11.
The first ground of review concerns compliance with the requirements
for Broad-Based Black Economic Empowerment (B-BBEE) status. Contour
asserts that the sworn statement that was produced to prove
Utilities’ B-BBEE status was invalid. As such, the Municipality
ought not to have awarded any preference points for B-BBEE
status
level of contribution to Utilities.
12.
The second ground concerns an alleged failure by Utilities
to submit
a valid ISO certificate 9001: 2015 in Quality Management Systems the
necessary certification for its Revenue Collection
and Management
Tamper Systems.
13.
Once the rule 53 record was produced, the applicant supplemented
its
grounds of review to include that: (a) the percentage of
sub-contracting services (the online vending software tendered by
Utilities which generates the prepaid electricity tokens) was above
the allowed threshold of 25%; (b) Utilities’ certificate
of
independent bid determination was defective; (c) compliance issues
such as, (i) a failure to attach proof of public liability
insurance,
(ii) a defect concerning the signatory to Utilities’ bid
document, (iii) a defect in the Utilities’ board
resolution
authorising the appointed signatory to sign all documents in
connection with the bid.
14.
The applicant seeks a review in terms of the Promotion of
Administrative Justice Act 3 of 2000 (“PAJA”).
Legal
framework
15.
Section 217 (3) of the Constitution refers to the
national framework within which organs of state must implement their
procurement
policy. It provides:
“
217.
Procurement
1.
When an organ of state in the
national, provincial or local sphere of government, or any other
institution identified in national
legislation, contracts for goods
or services, it must do so in accordance with a system which is fair,
equitable, transparent,
competitive and cost-effective.
2.
Subsection (1) does not prevent the
organs 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.
National legislation must prescribe a
framework within which the policy referred to in subsection (2) must
be implemented.”
16.
The national legislation
prescribing the framework within which procurement policy must be
implemented is the Preferential Procurement
Policy Framework Act 5 of
2000 (Procurement Act),
[1]
and the regulations
published thereunder.
[2]
The
Broad-Based Black Empowerment Act 53 of 2003 (B-BBEE Act) is also
relevant in this case.
17.
In
Steenkamp
Moseneke DCJ (as he then was) stated:
“
Section
217 of
the Constitution is the source of the powers and function of a
government tender board. It lays down that an organ of
state in any
of the three spheres of government, if authorised by law may contract
for goods and services on behalf of government.
However, the
tendering system it devises must be fair, equitable, transparent,
competitive and cost-effective. This requirement
must be understood
together with the constitutional precepts on administrative justice
in section 33 and the basic values governing
public administration in
section 195(1)
.”
[3]
18.
The proper approach in review applications of this nature was
enunciated in Allpay:
“
[28] Under the
Constitution there is no reason to conflate procedure and merit.
The proper approach is to establish, factually,
whether an
irregularity occurred. Then the irregularity must be legally
evaluated to determine whether it amounts to a ground
of review under
PAJA. This legal evaluation must, where appropriate, take into
account the materiality of any deviance from
legal requirements, by
linking the question of compliance to the purpose of the provision,
before concluding that a review ground
under PAJA has been
established.
[4]
Relevant
terms and conditions and bid specifications
19.
The invitation to bid form included the following requirement:
“
B-BBEE status
level verification certificate/sworn affidavit (for EMES & QSEs)
must be submitted in order to qualify for preference
points for
B-BBEE.”
20.
One of the relevant terms and conditions for bidding read:
“
This bid is
subject to the Preferential Policy Framework Act and the Preferential
Procurement Regulations, 2017, the General Conditions
of Contract
and, if applicable, any other special conditions of contract.”
21.
When testing for administrative compliance, tenders would be
found
non-compliant (albeit these documents may be requested from the
tenderer) if,
inter alia
:
21.1.
the tenderer has failed to submit a certified valid B-BBEE
certificate, QSE or EME affidavit,
whereas where points were claimed
and a copy of the certificate or affidavit was supplied, a certified
valid copy of the B-BBEE
certificate, QSE or EME affidavit may be
requested.
21.2.
the tenderer has failed to submit a valid ISO 9001:2015 certificate
in Quality Management
Systems, in respect of the provision of Revenue
Collection, Tamper Management.
22.
The 80/20 preference point system would be used, in terms of
which a
maximum of 80 points is allocated for price, calculated in accordance
with a set formula, and the remaining 20 points is
awarded for B-BBEE
status level of contribution. B-BBEE points are allocated on a
sliding scale depending on status level of contribution,
where Level
1 receives 20 points, Level 2 receives 18 points and non-compliant
contributor receives 0 points.
23.
A person awarded a contract may not sub-contract more than
25% of the
value of the contract to any other enterprise that does not have an
equal or higher B-BBEE status level that the person
concerned, unless
the contract is sub-contracted to an EME that has the capability and
ability to execute the sub-contract.
BEC
Report
24.
The BEC Report is the key document in which the details of
the
assessment of the bidders are recorded. Its recommendation formed the
basis of the BAC’s resolution to award the tender
to Utilities.
25.
Seven tenders (including those of Contour and Utilities) were
received at close of the bidding process. The procedure for the
evaluation of the tenders involved four steps: step 1- test for
eligibility; step 2- test for responsiveness; step 3- test for
administrative compliance; step 4- scoring of financial offer,
evaluation of points for preferencing and calculating total tender
evaluation points to the lowest, ranking tender offers from the
highest number of tender evaluation points to the lowest,
recommending tenderer with the highest number of tender evaluation
points
for the award of the contract, unless there are compelling and
justifiable reasons not to do so.
26.
Table 3 of the Report sets out the criteria considered in the
test
for eligibility of the bidders. These were listed as, ‘paid the
tender participation fee payment’; ‘STS
Association
certificate’; ‘complies with pricing instruction’;
‘attended compulsory clarification meeting’;
‘ISO
Certificate’; ‘references’. The BEC concluded that
all bidders met the test for eligibility and accordingly
were
eligible to proceed to the next stages of the evaluation process.
27.
Quite what mechanism was used by the BEC to assess the validity
of
any of the ISO Certificates is unclear to me. The Municipality’s
answering affidavit says, “
the BEC was satisfied that the
second respondent, by submission of its ISO certificate, had
fulfilled the requirement of submitting
an ISO certificate, that
demonstrates its ability to measure internal process controls related
to quality and the measuring of
client satisfaction
”.
28.
The test for responsiveness in Step 2 of the evaluation process
involved criteria such as, ‘signed and completed form of
offer’; ‘compliance with eligibility’; ‘compliance
with the specifications’; ‘compliance with the special
conditions of contract’; ‘compliance with point
1 of
additional conditions of tender’.
29.
The outcome of this section of the evaluation was recorded
in Table 4
of the Report, which stated that all bidders were found to be
responsive for further evaluation.
30.
As regards the test for administrative compliance in Step 3,
it is
stated that tenders will be found to be non-compliant if, inter alia:
the tenderer has failed to complete and sign and attach
requested
information to all schedules not excluded in the responsiveness
criteria; the tenderer has failed to submit a municipal
account of
where the head office of the company is registered or in a case where
the premise is leased, the tenderer has failed
to provide a copy of
the lease of the premise; the tenderer has failed to fully complete
Schedule 1 and failed to submit a valid
tax clearance certificate or
tax compliance status pin; the tenderer has failed to submit a
certified B-BBEE certificate, QSE or
EME affidavit, whereas points
were claimed and a copy of the certificate or affidavit was supplied,
a certified copy of the B-BBEE
certificate, QSE or EME affidavit may
be requested.
31.
The assessment of the administrative criteria is set out in
Table 5
of the Report. It states under schedule 3 (preference points claim
form in terms of the preferential procurement regulations
of 2017
(MBD 6.1), that all the bidders complied. Utilities claimed 18 points
and that Contour claimed 20 points. Schedule 12 of
the table dealing
with “B-BBEE proof”, records that Utilities had filed a
valid B-BBEE sworn affidavit and Contour
a valid B-BBEE certificate.
Under Notice 2, it was recorded that Contour had submitted an expired
tax compliance status pin, however
it says this was immaterial for
purposes of bid evaluation. Thus, all the bids were found to meet the
administrative compliance
leg of the evaluation process.
32.
With the bidders having been found to be eligible, responsive
and
administratively compliant, a financial scoring was done in terms of
the Preferential Procurement Regulations of 2017. The
formula used
factored the following: ‘points scored for price of bid under
consideration; price of bid under consideration
and price of lowest
acceptable bid. In addition, each bidder was awarded B-BBEE points
depending on its B-BBEE status, resulting
in Utilities receiving 18
points (as B-BBEE Level 2 contributor) and Contour 20 points (as
B-BBEE Level 1 contributor). The B-BBEE
contributor points were added
to the overall scoring of each bidder. The BEC then used the total
scores to rank the bids.
33.
The outcome of this exercise was that based on the total scores,
which were influenced by the B-BBEE points awarded, Utilities ranked
first and Contour came second. Consequently, the BEC recommended
that
the tender be awarded to Utilities, “
for scoring the highest
points in terms of preferential procurement regulations contained in
the Theewaterskloof supply chain policy
”.
34.
Acting on the BEC recommendation, the BAC resolved to award
the
tender to Utilities on the same basis.
Discussion
Compliance with B-BBEE
requirements
35.
A company’s B-BBEE status is one of the factors to be
weighed
in a bid evaluation process. The B-BBEE score earned by a bidder
contributes materially towards the determination of the
outcome of a
tender process.
36.
According to the BEC Report, all the bidders for this tender
claimed
preferential points for B-BBEE. All the bidders submitted B-BBEE
certificates to prove their status, except Utilities which
submitted
a sworn affidavit.
37.
A Qualifying Small Enterprise (QSE), which means a measured
entity
under the QSE scorecard regime with an annual total revenue of
between R10 million and R50 Million, is subject to a
B-BBEE
verification process (conducted by an accredited verification agency
or professional) in order to obtain a B-BBEE certificate.
38.
By contrast, a 51% black
owned QSE qualifies for a Level 2 B-BBEE status without having to
undergo a verification process, but on
the strength of a
self-assessment produced in the form of a sworn affidavit, on an
annual basis, confirming, firstly, its annual
total revenue of
between R10 million and R50 million and, secondly, its level of
black ownership.
[5]
39.
Utilities took the option to submit a sworn affidavit to prove
its
B-BBEE credentials for this bid.
40.
Contour avers that Utilities’ B-BBEE affidavit was invalid
and,
as such, the Municipality erred in awarding Utilities any preference
points for B-BBEE.
41.
I have indicated above
the proper approach, which is first to establish, factually, whether
an irregularity occurred, and thereafter
the irregularity must be
legally evaluated to determine whether it amounts to a ground of
review under PAJA.
[6]
42.
Upon surveying the sworn affidavit, the following becomes apparent.
43.
The deponent to the affidavit is Mr Brian Hill, who declares,
inter
alia
, that:
43.1.
he is a “member” of Utilities, a proprietary limited
company;
43.2.
the company is 54% black owned as per Amended Code Series 100 of the
Amended Codes of
Good Practice issued under section 9(1) of the
B-BBEE Act;
43.3.
based on the financial statements/management accounts and other
information available
on the latest financial year-end of 2020,
Utilities’ annual total revenue was between R10 000 000.00
(ten million
rand) and R50 000 000.00 (fifty million rand)
43.4.
the company is at least 51% black owned, thus qualifying it as a
Level 2 B-BBEE Level
Contributor.
43.5.
the sworn affidavit will be valid for a period of 12 months from the
date signed by the
commissioner of oaths.
44.
It is not immediately clear whether the date of 22 April 2022
which
appears below the deponent’s signature is the same date on
which the sworn affidavit was signed by the commissioner
of oaths.
45.
It is common cause that as a consequence of this declaration,
Utilities was awarded 18 points for its B-BBEE status level of
contribution.
46.
A sworn affidavit of this nature is meant to serve the same
purpose
as a B-BBEE certificate, which is to provide an assurance of B-BBEE
compliance, but without having to incur the cost of
a verification
agency or professional. This is a special dispensation given to black
owned QSEs.
47.
Contour avers that given the substantial savings in preparing
a
B-BBEE affidavit instead of obtaining independent verification,
municipalities should be astute when evaluating a bidder’s
self-assessment for B-BBEE compliance. I agree.
48.
Insistence on compliance
with process formalities fulfils various purposes including ensuring
fairness to participants in the bid
process and enhancing the
likelihood of efficiency and optimality in the outcome.
[7]
49.
In terms of the B-BBEE
Practice Guide,
[8]
a non-binding
guide issued by the B-BBEE Commission to assist with the
interpretation to ensure consistency in the application
of the B-BBEE
Act, a B-BBEE sworn affidavit is evidence of a measured entity’s
compliance with the B-BBEE Act over a particular
period. According to
the Guide, such compliance is based on B-BBEE related information of
a measured entity in line with the applicable
Codes as envisaged in
section 9(1) of the B-BBEE Act.
50.
The B-BBEE Practice Guide offers some pointers which it considers
as
key when determining the validity of a sworn affidavit, such as:
50.1.
the designation of the deponent as either the director, owner or
member must be indicated
in order to know that person is duly
authorised to depose of an affidavit;
50.2.
it should indicate the total revenue for the year under review and
whether it is based
on audited financial statements or management
accounts;
50.3.
the date the deponent signed and date of commissioner of oaths must
be the same.
51.
Utilities’ sworn affidavit does not bear distinct dates
indicating when each of the respective signatures of the deponent and
that of the commissioner of oaths were appended. In its answering
affidavit, the Municipality asserts that the BEC had noted that the
affidavit had been deposed to before a commissioner of oaths
on 22
April 2022. On the face of it, it is unascertainable whether the date
that appears on the document was the date on which
the deponent
signed the affidavit or the date when the affidavit was commissioned
or both.
52.
Utilities’ financial year-end is at end of February.
Accordingly, the relevant latest financial year-end would have been
2022. The financial information used to measure the total annual
revenue which qualified the company as a Level 2 B-BBEE contributor
QSE, in respect to this bid, was sourced from financial year-end
of
2020, some two financial years prior.
53.
The sworn statement does not say whether financial information
referred to was sourced from financial statements (whether audited or
not) or management accounts or some other information.
54.
At this juncture of the factual enquiry, it is apposite to
ask what
information Utilities’ sworn affidavit was required to convey
at the relevant time and whether it did it in fact
convey that
information.
55.
In my estimation, the purpose of the sworn affidavit is to
give an
assurance of B-BBEE compliance at the relevant point, either at the
closing time for receipt of tenders, which in this
case was 12h00 on
Friday 29 April 2022, or, at the time of the awarding of B-BBEE
points, or both. Either way, were Utilities to
undergo a B-BBEE
verification process, based on the information sourced from the 2020
financials, be found to be B-BBBEE compliant?
I think not.
56.
What of the warranty in the sworn affidavit that it was valid
for a
period of 12 months from the date signed by the commissioner?
57.
To the extent that the impugned sworn affidavit sought to give
an
assurance, based on unidentified 2020 financials, that Utilities
satisfactorily met the B-BBEE related tender requirements for
eligibility, responsiveness and/or administrative compliance, at the
relevant point in time, this was misleading.
58.
The limited time span of the utility of the sworn affidavit
is
suggestive of a recognition of the ever-changing nature of the
financial information which should underpin B-BBEE compliance.
59.
The Municipality acknowledges that, “
the BEC did not go
behind these statements in the affidavit
”; that, “
there
was no apparent reason for it to have done so
”; and that,
“
the second respondent’s representations that it was a
qualifying QSE (i.e. that its revenue was within the prescribed
parameters)
were accepted at face value as being true and correct.
”
60.
It is small wonder then that the BEC and the rest of the
Municipality’s
supply chain management system failed to pick up
the anomalies in the sworn affidavit.
61.
In its answering affidavit, Utilities simply says, without
more, that
“
at the time of the bid submission, only the 2019/2020
annual financial statements were available. The 2020/2021 annual
financial
statements were signed off only after submission of the
bid. Moreover, referring to the 2020/2021 annual financial statement
would
have made no difference as Utilities’ turnover did not
exceed R50 million in 2020/2021
”.
62.
This response does not address the many facets to a B-BBEE
sworn
affidavit and how these were met at the relevant point in time. None
of the financial statements referred to were produced.
It is not
explained why other, more current, financial information, such as
management accounts, was not used. In any event, this
explanation was
not before the decision-maker at the time of the bid evaluation and
was not considered by it.
63.
It is uncontroversial that the evaluation of bids by public
entities
must be done in accordance with the specifications for the particular
procurement and the points system as set out in
the tender notice and
the prescripts of the Procurement Act. A proper evaluation of
the contents of a sworn affidavit is essential
in order to ensure
B-BBEE compliance and equal treatment of all bidders.
64.
The role that procedural requirements play in ensuring even
treatment
of all bidders was dealt with as follows in Allpay:
“
[23] To
the extent that the judgment of the Supreme of Court of Appeal may be
interpreted as suggesting that the public interest
in procurement
matters requires greater caution in finding that grounds for judicial
review exist in a given matter, that misapprehension
must be
dispelled. So too the notion that even if proven irregularities
exist, the inevitability of a certain outcome is
a factor that should
be considered in determining the validity of administrative action.
[24] This
approach to irregularities seems detrimental to important aspects of
the procurement process. First, it undermines
the role
procedural requirements play in ensuring even treatment of all
bidders. Second, it overlooks that the purpose of
a fair
process is to ensure the best outcome; the two cannot be severed.
On the approach of the Supreme Court of Appeal,
procedural
requirements are not considered on their own merits, but instead
through the lens of the final outcome. This conflates
the
different and separate questions of unlawfulness and remedy. If
the process leading to the bid’s success was compromised,
it
cannot be known with certainty what course the process might have
taken had procedural requirements been properly observed.”
65.
I conclude that the contents of the sworn affidavit did not
reflect
the true B-BBEE status of Utilities at the time of its measure. It
failed to fulfil the purpose of a B-BBEE sworn affidavit
which, in
this case, would have been a self-assessed qualification as an
eligible black owned QSE.
66.
It follows that the basis upon which the B-BBEE status points
were
awarded to Utilities was flawed.
67.
Consequently, the award of any B-BBEE points to Utilities on
the
strength of the sworn affidavit constituted a material irregularity
which, when legally evaluated, amounts to a ground of review
under
PAJA.
68.
I find the applicant has established that when the BEC and
the supply
chain management conducted an evaluation of Utilities’ B-BBEE
sworn affidavit:
68.1.
a mandatory and material condition prescribed by an empowering
provision was not complied
with (section 2(b) of PAJA);
68.2.
relevant considerations were not considered (section 2(e)(iii) of
PAJA).
69.
The Municipality’s failure in the evaluation process
renders
the decision unconstitutional (section 2(i) of PAJA).
70.
Given the conclusion I have reached, that there
was a failure of compliance with B-BBEE requirements, it is not
necessary to determine
the remainder of the issues or the additional
grounds in the review application. The finding I have set out above
in relation to
sections 2(b), 2(e)(iii) and 2(i) of PAJA
is
dispositive of
the matter.
Remedy
71.
Contour seeks an order reviewing and setting aside the decision
to
award the tender to Utilities.
72.
It is well recognised
that once a ground of review under PAJA has been established, section
172(1)(a) of the Constitution requires
the decision to be declared
unlawful.
[9]
I have concluded
that a ground of review has been established and the decisions taken
consequent thereto to be unlawful.
73.
The consequences of the
declaration of unlawfulness must then be dealt with in a just and
equitable order under section 172(1)(b).
[10]
Allpay
reiterated that
s
ection
8 of PAJA gives detailed legislative content to the Constitution’s
“just and equitable” remedy.
[11]
74.
An application was mooted during the hearing to amend the notice
of
motion in order to seek further relief reviewing and setting aside
the resultant contract. This was however not pursued.
75.
Contour seeks a substitution order in terms of which the tender
is,
instead, to be awarded to itself. It argues that this court is in as
good a position as the BEC or the BAC to award the tender.
It argues
further that once the B-BBEE points awarded to Utilities are deducted
from the total score, Contour, which was ranked
second, scores the
highest. It is on that plain basis that Contour seeks the
substitution order.
76.
Steenkamp
adopted the following approach towards a
consideration of an appropriate remedy in public law:
“
It goes without
saying that every improper performance of an administrative function
would implicate the Constitution and entitle
the aggrieved party to
appropriate relief. In each case the remedy must fit the injury.
The remedy must be fair to those affected
by it and yet vindicate
effectively the right violated. It must be just and equitable in the
light of the facts, the implicated
constitutional principles, if any,
and the controlling law. It is nonetheless appropriate to note that
ordinarily a breach of administrative
justice attracts public law
remedies and not private law remedies. The purpose of a public law
remedy is to pre-empt or correct
or reverse an improper
administrative function. In some instances the remedy takes the form
of an order to make or not to make
a particular decision or an order
declaring rights or an injunction to furnish reasons for an adverse
decision. Ultimately the
purpose of a public remedy is to afford the
prejudiced party administrative justice, to advance efficient and
effective public
administration compelled by constitutional precepts
and at a broader level, to entrench the rule of law.”
[12]
77.
Section 8 of PAJA
provides some “
[e]xamples
of public remedies suited to vindicate breaches of administrative
justice
”
[13]
,
but this is not an exhaustive list. However, section 8 confers on a
court a “
generous
jurisdiction to make orders that are ‘just and equitable’
”
.
[14]
78.
Relying on Allpay 2 and
other related cases,
[15]
Utilities submitted that were the court to find one of the grounds of
review to have been established, it should not set aside
the tender,
citing reasons of practicality, the seriousness of the illegalities,
prejudice to third parties and the passage of
time.
79.
Utilities contends that Contour’s own bid which was only
attached to its replying affidavit, after Utilities and the
Municipality had taken the point in their answering papers, was also
susceptible to some criticism. The allegation is that Contour’s
bid documents were either incomplete or replete with irregularities,
such that substitution without having ventilated these issues would
be inappropriate.
80.
The Municipality’s
stance is that should the court find that a ground of review has been
established, the proper course to
follow would be a remittal, noting
that a case implicating an order of substitution requires courts to
be mindful of the need for
judicial deference,
[16]
and their obligations under the Constitution.
[17]
81.
The Constitutional Court in
Trencon
provided the following
guidance:
“
[48] A
court will not be in as good a position as the administrator where
the application of the administrator’s expertise
is still
required and a court does not have all the pertinent information
before it. This would depend on the facts of each case.
Generally, a
court ought to evaluate the stage at which the administrator’s
process was situated when the impugned administrative
action was
taken. For example, the further along in the process, the
greater the likelihood of the administrator having already
exercised
its specialised knowledge. In these circumstances, a court may very
well be in the same position as the administrator
to make a
decision. In other instances, some matters may concern
decisions that are judicial in nature; in those instances
– if
the court has all the relevant information before it – it may
very well be in as good a position as the administrator
to make the
decision.”
82.
In this case, the reasons advanced by both the Municipality
and
Utilities for substitution included the following:
82.1.
the nature of this bid is highly technical, complex and polycentric;
82.2.
the decision requires expertise and technical knowledge;
82.3.
although Contour’s bid came second in the scoring, it did not
follow that it would
have been awarded the tender;
82.4.
Contour’s bid documents may themselves be subject to criticism.
I note that the
BEC did flag that Contour’s tax compliance
certificate had expired on 8 June 2022, although this was not deemed
to be material
enough to exclude the bidder from the evaluation
process. I would not be in a position to assess this aspect, for
instance, on
available information.
83.
I am cognisant of the conditions in the tender notice,
inter alia
,
that tenders would be evaluated in terms of price and preference, and
that the Municipality was not obliged to accept the lowest
tender.
These would be best assessed by the relevant functionary.
84.
The Municipality acknowledged in its heads of argument the
limited
timespan of the Utilities’ contract, which commenced on 1
December 2022 and is due to run until 30 June 2025, and
that remittal
would still, at this juncture, be a just and equitable remedy for the
Municipality to make a fresh decision.
Conclusion
85.
I conclude that the allocation of B-BBEE points to Utilities
on the
strength of the sworn affidavit that was presented to the
Municipality was irregular. The resultant decision to award the
tender to Utilities stands to be reviewed and set aside.
86.
This court is not in as good a position as the administrator
to
finally decide the award of the tender. Having regard to the reasons
set out above, I hold the view that the decision of the
administrator
is not a foregone conclusion. Accordingly, remittal is the
appropriate course to follow.
Order
1.
The
decision taken by the first respondent
to award Tender FIN 03/2022/23 (the tender) to the second respondent,
is reviewed and set
aside
.
2.
The tender is remitted back to the Theewaterskloof
Municipality for reconsideration in terms of the provisions of
section 8 (1)(c)(i)
of PAJA, within a period of 90 days.
3.
The
first and second respondents shall be
jointly and severally liable for the applicant’s costs of suit,
on the “C”
scale.
T.S. SIDAKI
Acting Judge of the
High Court
APPEARANCES
For
the Applicant:
Adv JG Dickerson SC et
Adv J Nicholson
Instructed
by:
Shepstone Wylie Attorneys, Durban
For
the First Respondent:
Adv N de Jager
Instructed
by:
Fairbridges Wertheim Becker, Cape Town
For
the Second Respondent:
Adv V Maleka SC et
Adv E Cohen
Instructed
by:
Smit Sewgoolam Inc, Johannesburg
c/o Bisset Boehmke
McBlain, Cape Town
[1]
Allpay Consolidated Investment Holdings (Pty) Ltd and Others v Chief
Executive Officer of the South African Social Security Agency
and
Others (CCT 48/13)
[2013] ZACC 42
;
2014 (1) SA 604
(CC);
2014 (1)
BCLR 1
(CC) (29 November 2013) (Allpay), at para 33.
[2]
Preferential Procurement Regulations, 2017.
[3]
Steenkamp NO v Provincial Tender Board of the Eastern Cape
(CCT71/05)
[2006] ZACC 16
;
2007 (3) SA 121
(CC);
2007 (3) BCLR 300
(CC) (28 September 2006) (Steenkamp) at para 33.
[4]
Allpay at para 28.
[5]
Codes of Good Practice on Broad-Based Black Economic Empowerment,
2019.
[6]
Allpay at para 28.
[7]
Allpay at para 27.
[8]
Practice Guide 01 of 2018 published by the B-BBEE Commission
entitled, “Determining the validity of a Broad-Based Black
Economic Empowerment Verification Certificate, B-BBEE Certificate
and Sworn Affidavit” (the B-BBEE Practice Guide”/
“Guide”).
[9]
Allpay at para 25.
[10]
Id; Bengwenyama Minerals (Pty) Ltd and Others v Genorah Resources
(Pty) Ltd and Others
[2010] ZACC 26
;
2011 (4) SA 113
(CC);
2011 (3)
BCLR 229
(CC) (Bengwenyama) at paras 81-3. See also Minister
of Health and Another v New Clicks South Africa (Pty) Ltd and Others
[2005] ZACC 14
;
2006 (2) SA 311
(CC);
2006 (8) BCLR 872
(CC) (New
Clicks) at para 19 and De Lange v Smuts NO and Others
[1998] ZACC 6
;
1998 (3) SA 785
(CC);
1998 (7) BCLR 779
(CC) at para 104.
[11]
Section
8(1) of PAJA provides:
“
The
court or tribunal, in proceedings for judicial review in terms of
section 6(1), may grant any order that is just and equitable,
including orders―
(a)
directing the
administrator
―
(i)
to give reasons; or
(ii)
to act in the manner the court or tribunal requires;
(b)
prohibiting the administrator from acting in a particular manner;
(c)
setting aside the
administrative
action
and―
(i)
remitting the matter for reconsideration by the administrator,
with
or without directions; or
(ii)
in exceptional cases―
(aa)
substituting or varying the administrative action or correcting a
defect
resulting from the administrative action; or
(bb)
directing the administrator or any other party to the proceedings to
pay
compensation;
(d)
declaring the rights of the parties in respect of any matter to
which the administrative action relates;
(e)
granting a temporary interdict or other temporary relief; or
(f)
as to costs.”
[12]
Steenkamp at para 29.
[13]
Steenkamp at para 30.
[14]
Id. Quoted with approval in Bengwenyama Minerals (Pty) Limited and
Others v Genorah Resources (Pty) Ltd and Others
2011 (4) SA 113
(CC)
at para 83.
[15]
Allpay Consolidated Investment Holdings (Pty) Ltd and Others v Chief
Executive Officer of the South African Social Security Agency
and
Others (No 2)
[2014] ZACC 12
;
2014 (6) BCLR 641
(CC);
2014 (4) SA
179
(CC) (17 April 2014) (Allpay 2); Chairperson: Standing Tender
Committee and Others v JFE Sapela Electronics (Pty) Ltd and Others
(511/2004)
[2005] ZASCA 90
;
2008 (2) SA 638
(SCA) ;
[2005] 4 All SA
487
(SCA) (26 September 2005) at para 29; Esorfranki Pipelines (Pty)
Ltd v Mopani District Municipality (CCT 222/21)
[2022] ZACC 41
;
2023
(2) BCLR 149
(CC);
2023 (2) SA 31
(CC) (30 November 2022) at para
24; Millennium Waste Management (Pty) Ltd. v Chairperson of the
Tender Board: Limpopo Province
and Others (31/2007)
[2007] ZASCA
165
; [2007] SCA 165 (RSA);
[2008] 2 All SA 1
45;
2008 (2) SA 481
;
2008 (5) BCLR 508
;
2008 (2) SA 481
(SCA) (29 November 2007) at para
27.
[16]
Bato Star Fishing (Pty) Ltd v Minister of Environmental Affairs and
Tourism and Others (CCT 27/03)
[2004] ZACC 15
;
2004 (4) SA 490
(CC);
2004 (7) BCLR 687
(CC) (12 March 2004) at para 46, citing with
approval: C Hoexter “The Future of Judicial Review in South
African Administrative
Law” (2000) 117
SA
Law Journal
484
at 501-2.
[17]
Trencon Construction (Pty) Limited v Industrial Development
Corporation of South Africa Limited and Another (CCT198/14)
[2015]
ZACC 22
;
2015 (5) SA 245
(CC);
2015 (10) BCLR 1199
(CC) (26 June
2015) (Trencon) at para 46.
sino noindex
make_database footer start
Similar Cases
Contour Technology (Pty) Ltd v Bergrivier Municipality and Others (2025/139019) [2025] ZAWCHC 424 (15 September 2025)
[2025] ZAWCHC 424High Court of South Africa (Western Cape Division)100% similar
Technical Systems (Pty) Ltd and Another v RTS Industries and Others (Leave to Appeal) (17470/2014) [2025] ZAWCHC 453 (3 October 2025)
[2025] ZAWCHC 453High Court of South Africa (Western Cape Division)99% similar
Technical Systems (Pty) Ltd and Another v RTS Industries and Others (17470/2014) [2025] ZAWCHC 292 (14 July 2025)
[2025] ZAWCHC 292High Court of South Africa (Western Cape Division)98% similar
Technical Systems (Pty) Ltd and Another v RTS Industries and Others (17470/2014) [2024] ZAWCHC 2 (2 January 2024)
[2024] ZAWCHC 2High Court of South Africa (Western Cape Division)98% similar
Inospace Services (Pty) Ltd v Morris and Another (2025/124057) [2025] ZAWCHC 414 (8 September 2025)
[2025] ZAWCHC 414High Court of South Africa (Western Cape Division)98% similar