Case Law[2024] ZAWCHC 434South Africa
Dimension Data (Proprietary) Limited v City of Cape Town Metropolitan Municipality and Another (12339/24) [2024] ZAWCHC 434 (13 December 2024)
Headnotes
of Part B. In terms of Part A, the applicant seeks interim relief to the effect that the City should continue to evaluate and adjudicate the applicant’s bids in respect of tenders 372S, 102S and 115S, and be interdicted from awarding contracts in respect of those tenders if the applicant is found to be functionally compliant;[1] and an order suspending the decision to cancel the ten contracts already adverted to. In terms of a court order dated 10 June 2024, Parts A and B are to be determined together, and it is only necessary to determine Part A if this Court is unable to adjudicate Part B within a month of the hearing, which is what has transpired.[2] The papers are voluminous and have all been taken into account in this
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 434
|
Noteup
|
LawCite
sino index
## Dimension Data (Proprietary) Limited v City of Cape Town Metropolitan Municipality and Another (12339/24) [2024] ZAWCHC 434 (13 December 2024)
Dimension Data (Proprietary) Limited v City of Cape Town Metropolitan Municipality and Another (12339/24) [2024] ZAWCHC 434 (13 December 2024)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAWCHC/Data/2024_434.html
sino date 13 December 2024
IN
THE HIGH COURT OF SOUTH AFRICA
(WESTERN CAPE
DIVISION, CAPE TOWN)
Case
no:
12339/24
In the matter between:
DIMENSION
DATA (PROPRIETARY) LIMITED
Applicant
and
THE
CITY OF CAPE TOWN
First Respondent
METROPOLITAN
MUNICIPALITY
THE CITY MANAGER,
CITY
OF CAPE
TOWN
Second Respondent
JUDGMENT DELIVERED
ELECTRONICALLY ON 13 DECEMBER 2024
MANGCU-LOCKWOOD, J
A.
INTRODUCTION
[1]
The applicant seeks the review and setting
aside of several decisions taken by the second respondent (“
the
City Manager”
), and the setting
aside of certain clauses of the first respondent’s (“
the
City’s”
) Supply Chain
Management Policy (“
the SCM
Policy”
) which was in effect on 9
June 2022.
[2]
The decisions
sought to be set aside are the following: (a) the City Manager’s
decision of 22 February 2024 that the applicant
abused the SCM Policy
by materially misrepresenting its compliance with certain
specifications of Tender 328S:
the
Supply, Support & Maintenance of Telecommunications Network
Security Infrastructure Hardware, Software Licenses & Assurance
(“
Tender 328S”
)
in respect of the prices and discounts that it was entitled to (“
the
Ruling”
);
(b) the City Manager’s decision of 26 April 2024 to restrict
the applicant from conducting business with the City and to
list it
on the City’s Register of Tender and Contract Defaulters for a
period of five years from the date of decision (“
the
Sanction”
);
(c) ten decisions of the City to terminate contracts between it and
the applicant (“
the
termination decisions”
);
(d) the City's decision not to conclude a contract with the applicant
in relation to tender 415S 2022/23 which it had already
awarded; (e)
the City's decision not to award tender 372S/2022/23 to the applicant
despite it being the preferred bidder. The applicant
also challenges
clauses 1.1.5, 1.1.7 and 1.1.8 of the definition of “
Abuse”
in clause 1 and clause 58.6 of the SCM Policy, which empowers the
City Manager to list a person or any of its representatives on
the
City's Register of Tender and Contract Defaulters.
[3]
The
application was brought in two parts, and the paragraph immediately
above is a summary of Part B. In terms of Part A, the applicant
seeks
interim relief
to
the effect that the City should continue to evaluate and adjudicate
the applicant’s bids in respect of tenders 372S, 102S
and 115S,
and be interdicted from awarding contracts in respect of those
tenders if the applicant is found to be functionally compliant;
[1]
and
an order suspending the decision to cancel the ten contracts already
adverted to
.
In terms of a court order dated 10 June 2024,
Parts
A and B are to be determined together, and it is only necessary to
determine Part A if this Court is unable to adjudicate
Part B within
a month of the hearing, which is what has transpired.
[2]
The
papers are voluminous and have all been taken into account in this
judgment. That includes the post-hearing submissions delivered
by the
parties with the permission of the Court.
[4]
It is also common ground that if the
applicant succeeds in either the review of the Ruling decision or the
Sanction Decision, its
review relief in relation to the contract
termination decisions and the refusal of the City to conclude the
contract
in respect of Tender 415S/2022/23 must follow suit.
However, the applicant also relies on grounds for review of the
termination
decisions which are independent of its review of the
Ruling and Sanction decisions.
B.
RELEVANT FACTUAL BACKGROUND
[5]
The City’s
network security infrastructure is made up of Palo Alto Network
hardware devices, which require software licence
subscriptions
purchased from Palo Alto to function. In industry terms, Palo
Alto is the ‘Original Equipment Manufacturer’
(“
the
OEM”
),
and in South Africa, it distributes its products through authorised
distributors (in the present matter, this is Obscure Technologies)
to
vendors or resellers such as the applicant. Resellers, in turn,
supply end users such as the City with both hardware and
software.
[6]
Software subscriptions must be regularly
renewed with the OEM, and they are linked to the specific hardware
device they were bundled
with when purchased. In respect of
subscription licence renewals, Palo Alto affords favourable discounts
to resellers who initially
installed the hardware with the end-user.
[7]
According to
the tender document inviting bids for Tender 328S, the stated
intention of the tender was to obtain services of a service
provider
‘
who
will be able to assist the City by supplying hardware, software
licences, provide Original Equipment Manufacturer (OEM) support
and
Labour services in order to maintain and support the network security
Infrastructure consisting of Palo Alto security devices
managed and
monitored by the Panorama devices’
.
[8]
The scope of
the tender was described thus: ‘
hardware
and software supply, OEM support and service assurance and
fulfillment of the existing network security infrastructure’
.
Further, it was ‘
mainly
to maintain and/or optimise the current infrastructure
’,
and it was stated that ‘
the
service provider must be able to maintain this existing solution
’.
It was also stated that, in the event of accelerated big
expansions of the security network, the City ‘
will
engage with the service provider and agree on the new services if
they require expanded responsibilities beyond what is priced
for’
.
[9]
Section 13.2.1
described the security environment within which the services were to
be provided by providing details of the City’s
existing
hardware, as follows:
‘
The
City currently operates the Palo Alto for intrusion prevention and
new generation firewall as its network security services.
The
management platform runs on a panorama solution. The service provider
must be able to maintain this existing solution and when
required to
be able to expand/optimise the solution.
Where
new products are required for expansion, the City will request the
service provider to supply professional services in order
to
appropriately plan, design and architecture in order to optimize and
implement the solution of the existing security environment.’
[10]
The tender
document explained that the specific environment of the network
security services was made up of the following: 8 x PA5260
PAN
devices; 2 x PA820 PAN devices; and 1 x Panorama MS00-25 device.
Thereafter, the following was stated: ‘
As
mentioned in the introduction of this section, the security
environment may expand during the course of this tender. It is
important
to note that these performance requirements will also apply
on the newly installed systems that will require maintenance and
monitoring.’
[11]
The tender
document sought bids in respect of three categories relating to the
City’s network security infrastructure, namely,
the supply of
spares, software licences and OEM support (Part A1), support services
and training (Part A2), and for service fulfilment
and assurance
(Part A3). Three tables corresponding to the three parts of the
tender required bidders to set out their financial
offers. The most
relevant to these proceedings is Table A.1, headed ‘
Markup
Percentage for Hardware, Software & OEM Support’
,
which required bidders to indicate their mark-up on the OEM items
they were offering to supply.
[12]
The tender
document required bidders to ‘
attach
OEM price list in Schedule 15. The OEM price list must clearly
indicate: a) OEM ITEM, b) OEM Price for the item, c) OEM Support
Price per item (if applicable)
’.
It
explained that during the bid
evaluation, the City would select a basket of quantities from the
supplied OEM price list, add the
offered mark-up indicated in Table
A.1, and then arrive at the bidder’s price for the item in
question.
[13]
On 9 June 2022 the applicant
submitted its bid for Tender 328S, and it encompassed
all
three categories relating to the City’s network security
infrastructure. In response to the requirement to attach a price
list, the applicant submitted
a
modified copy of Palo Alto’s global products price list, which
included hardware devices, new software licences, and software
licence renewals. It also applied a reseller discount across the
board of either 13% or 29% to the original pricing, depending
on the
type of item listed.
[14]
Based upon an
evaluation report of its Bid Evaluation Committee (BEC), the City’s
Bid Adjudication Committee (BAC) concluded
that the applicant and
another bidder, IT Naledi, which was the incumbent provider of the
services at issue, were the only bidders
that had submitted
responsive tenders. On 14 November 2022, the BAC awarded the tender
to the applicant as the main tenderer, and
to IT Naledi as standby
tenderer.
[15]
Subsequently,
IT Naledi appealed in terms of section 62 of the Local Government:
Municipal Systems Act 3 of 2000 (Systems Act),
alleging that the
applicant had significantly understated the prices at which it could
procure items from Palo Alto, with the intention
of undercutting
other bidders. The City Manager authorised a formal investigation
into the allegations, and on 10 May 2023 the
City’s Forensic
Services Department submitted a Forensic Report, which found that the
applicant had indeed misrepresented
its OEM pricing for renewal items
and that consequently its bid and the BAC’s evaluation thereof,
were based on misrepresented
pricing.
[16]
On 6 June 2023
the City Manager upheld IT Naledi’s appeal, overturned the
BAC’s award and declared the applicant’s
bid
non-responsive for non-compliance with pricing specifications in the
tender document (“
the
appeal decision”
).
Consequently, the tender was awarded to IT Naledi.
[17]
On 3 August
2023 the City initiated what the parties refer to as a restriction
process, in terms of which an Initiation Notice was
issued,
containing the core allegations against the applicant, namely that it
had ‘
altered
an original OEM price list and submitted same as part of [Tender
328 S] under the guise that it was the original price
list
obtained from Palo Alto via Obscure Technologies
.
[18]
A flurry of
correspondence ensued. There was also litigation in which the
applicant challenged the appeal decision in a review (launched
on 14
September 2023), which is pending; and sought to interdict the
restriction process pending the review of the appeal decision
(First
Interdict Application) (launched on 20 December 2023), which has
since been withdrawn.
[19]
In his Ruling dated 22 February
2024, the City Manager held that the applicant had falsely
represented the prices at which it could
procure Palo Alto software
licence renewals. He found that the misrepresentation was material
because it related to, and impacted
upon, the price of products which
the City would procure under the resultant contract from the
applicant. He ruled that the
applicant
was liable to being listed on the City’s Register of Tender and
Contract Defaulters for a period of up to five years
in terms of
clause 58.6 of the City’s SCM Policy since it had committed
abuse of the City’s SCM system. In the Ruling,
the City Manager
invited the applicant to make representations regarding sanction.
[20]
On 7 March
2024 the applicant launched a Second Interdict Application, seeking
to interdict the continuation of the restriction
process. That
application has since been struck from the roll for lack of urgency.
[21]
On 22 March
2024 the applicant submitted representations regarding why it should
not be placed on the City’s Register of Defaulters
or
sanctioned in the light of the finding that it had committed abuse of
the SCM policy. On 26 April 2024 the City Manager
reached a
decision regarding sanction, and found that the applicant’s
misrepresentations were intentional and were aimed
at deceiving the
City; that there were good reasons to restrict the applicant for the
maximum period permitted by the City’s
SCM Policy; and ruled
that the applicant should be restricted from doing business with the
City and would be listed on the City’s
Register of Defaulters
for a period of five years.
[22]
Between 14 June 2024 to
27 June 2024, the City cancelled ten of the applicant’s
existing contracts with
the City, refused to award Tender 372S to the
applicant, and refused to conclude a contract with it in respect of
Tender 415S.
C.
REVIEW
OF THE RULING
[23]
The applicant states firstly, that there
was no misrepresentation in its bid, and the City Manager’s
Ruling was based on an
objectively incorrect interpretation of the
tender document (“
the
interpretation argument”
).
Secondly, even if there was a misrepresentation, it was immaterial
because it could not have affected the award of the tender
and could
only have prejudiced the applicant and not the City. Consequently,
any such ‘misrepresentation’ fell outside
the ambit of
‘abuse’ as defined in the SCM Policy, and as a result,
the City Manager’s finding of ‘abuse’
was
ultra
vires
, alternatively, falls to be
reviewed and set aside under section 6(2)(e)(iii) of PAJA for failure
to have regard to the immateriality
of the misrepresentation.
[24]
Before
examining these arguments, it is well to state what is now trite,
regarding the consideration of review applications. As
the
Supreme Court of Appeal (SCA) explained in
MEC
for Environmental Affairs and Development Planning v Clairison’s
CC
[3]
:
‘
It
bears repeating that a review is not concerned with the correctness
of a decision made by a functionary, but with whether he
performed
the function with which he was entrusted. When the law entrusts a
functionary with a discretion it means just that: the
law gives
recognition to the evaluation made by the functionary to whom the
discretion is entrusted, and it is not open to a court
to
second-guess his evaluation. The role of a court is no more than to
ensure that the decision-maker has performed the function
with which
he was entrusted. Clearly the court below … was of the view
that the factors we have referred to ought to have
counted in favour
of the application, whereas the MEC weighed them against it, but that
is to question the correctness of the MEC’s
decision, and not
whether he performed the function with which he was entrusted.’
[25]
It
is equally trite that the question in proceedings for judicial review
is not whether the best, or most correct, decision has
been made, but
rather whether it is one that is lawful, reasonable and procedurally
fair.
[4]
[26]
As
regards the interpretation of the tender document, the law is settled
that the interpretation of documents
is
an objective, unitary exercise
[5]
that
requires consideration of language, context, purpose and
background.
[6]
The
‘
inevitable
point of departure’
is
the document’s language. But it must be considered
together with its context, and neither the text nor the context
dominates.
[7]
The
‘
triad
of text, context and purpose’
comes
together to determine a ‘
coherent
and salient interpretation’
.
[8]
Further,
a
commercially
sensible interpretation,
[9]
which
does not undermine a document’s apparent purpose,
[10]
or
lead to an absurdity,
[11]
is
to be favoured. But this is no licence for sophistry: the
proper interpretation should promote the evident business or
practical purpose of a document, while sophisticated semantic
analysis which would negate it should be avoided.
[12]
[27]
Turning to the interpretation argument,
in these proceedings
the
applicant states that the tender document invited
bids
for only new Palo Alto products (including subsequent renewals), not
renewal of existing subscriptions and licences.
The
only renewal items that fall within the scope of the tender,
according to the applicant, would be renewals of subscriptions
in
relation to new devices that it (applicant) would take out on behalf
of the City.
And,
in respect of such
new items and subsequent renewals, it was entitled to the higher
discounts which appeared in its amended OEM
price list, and
consequently, it made no misrepresentations in its bid.
[28]
But, as I have already set out earlier,
after the tender
document described the City’s existing hardware devices that
make up the City’s network security infrastructure,
it
states in express
terms that the scope of the tender is ‘
mainly
to maintain and/or optimise the current infrastructure.’
This wording makes clear that the current infrastructure - all of it
- was to remain, and what is sought was its upkeep, or, as
the
Oxford
Dictionary
defines ‘
maintain’
,
‘
to
cause or enable [the existing infrastructure] to continue’
.
The applicant has not been able to point to any part of the tender
document itself that suggests otherwise.
[29]
The City has pointed
to four versions received from the applicant since the discrepancies
in its bid were first brought to its attention.
29.1
In the combined
processes of the Appeal Review, the forensic process, and the First
Interdict Application, the applicant stated
that it bid only for new
products, and not renewal products, and asserted that the tender
specifications did not require it to
supply renewal items at all, and
it did not submit renewal pricing in its response but new item
pricing. However, contrary to this
version,
the
amended OEM price list that the applicant submitted as part of its
bid includes renewal items, including renewal items that
are relevant
to the City’s existing network security infrastructure.
29.2
In the Second
Interdict Application, the applicant now accepted that its amended
OEM price list included software licence renewal
items, and that it
had applied the higher new item discounts to those items. It
said that it did so on the basis that it
would first supply the new
product and thereafter attend to any renewals required and that this
approach could potentially have
been more cost-effective than
IT Naledi’s bid for ‘renewal products’ in
respect of which IT Naledi
as incumbent enjoyed higher discounts
than it (applicant) did. The City’s answer to this, which is
not disputed, is that
it is not
possible for software licences related to the City’s existing
hardware devices to be bought as new items, because
new software
licences are bundled together with new hardware when they are first
sold to the customer such as the City, and the
serial numbers of such
hardware are registered with Palo Alto. If the customer wants to
continue using the hardware it purchased
past the expiry date of the
linked software licence, it will have to purchase a software renewal
product. The customer does
not have the choice of purchasing
the software licence as a new product.
The
only way to achieve this would be to replace all the City’s
existing hardware devices as soon as the associated software
licenses
expired.
The City’s version is
uncontroverted, and this second version accordingly cannot (or could
not) avail the applicant. In any
event, the applicant’s bid did
not expressly make any reference to such a proposal.
29.3
In its representations on sanction, the
applicant set out yet another version, namely that
it
did not expect to provide the City with renewal products in relation
to the City’s existing hardware devices, and did not
act with
the intent to deceive when it included the amended OEM price list in
its bid. It explained that
it
interpreted the tender document to require the submission of an OEM
price list reflecting prices for all Palo Alto products,
but which
had to be altered at the very least, firstly, to reflect South
African Rands instead of US Dollar prices - something
the tender
document expressly required; secondly, to substitute the column in
the original OEM price list setting out discount
categories with a
column that set out the actual discounts which the applicant
specifically enjoyed. In addition to the explanation,
the
applicant
stated that, IT Naledi is the incumbent reseller in respect of
the City’s existing Palo Alto devices and associated
licences,
enjoyed discounts which significantly exceeded those enjoyed by the
applicant, and accordingly ‘
it
made no sense to issue a tender document inviting bids for the
renewal of existing subscriptions in relation to Palo Alto device,
and was more reasonable, to simply contract with the incumbent for
the supply of renewal subscriptions and negotiate for the benefit
of
the incumbency discount to be fairly shared between the incumbent
supplier and the City by capping the incumbent’s mark-up.’
This, the applicant stated was what it reasonably believed the City
would do. In the Sanction decision, the City Manager pointed
to the
fact that the argument regarding IT Naledi’s incumbency
advantage was raised more than a year after the investigations
began
into the issue. In other words, that it could not have been held by
the applicant when it submitted its bid.
29.4
In its replying affidavit
in
the second interdict application, the applicant presented its fourth
version, namely that its bid self-evidently did not purport
to offer
to supply the City with renewal items in the first year of the
contract, but, on the assumption it would have supplied
the City with
new devices and subscriptions in the first year, it would then
procure renewal items at the discounts indicated in
the purported OEM
price list in the second or subsequent years. The applicant
repeated that it would have been more reasonable
and entirely
feasible for the City to contract with the incumbent IT Naledi
for the renewal of existing software licences,
which would be the
most cost-efficient solution in view of IT Naledi’s
undisputed superior discounts in relation to
renewal products. The
City disputes the cost-efficiency alleged in this version.
[30]
I am in agreement
with the City’s observation that the versions summarized above
present differing slants to each prior version
proffered by the
applicant, and that they are appropriately referred to as different
exculpatory versions. However, I do not consider
it necessary to deal
with them in detail because, firstly, the applicant does not deny its
reliance on the various versions along
the way, and secondly, in
these proceedings it does not directly or wholly rely on any of them
in the terms summarized above. But,
as the sequence set out by the
City demonstrates, the so-called first and second exculpatory
versions have long-ago been discarded
as either untrue (in the case
of the first version), or untenable (in the case of the second
version). What remained, as at March
2024 were the third and fourth
versions, in terms of which
the City
was to contract with a second supplier for the procurement of
software licence renewal products associated with all its
existing
hardware devices, but procure the services of the successful bidder
for new items.
[31]
Whatever of these versions the applicant
still maintains, there is no support in the text of the tender
document for an interpretation
that
software
licences related to the City’s existing hardware devices were
to first be procured by the successful bidder as new
items, and only
to be supplied the bidder as renewal items at a later stage. Nor for
an interpretation that the renewal items would
be obtained through
another supplier such as IT Naledi, while the successful bidder was
to only be responsible for supplying new
items. Or for an
interpretation that the successful bidder would only be required to
supply new items and only later be required
to supply renewal items.
[32]
Rather, what it is common cause is that
the City’s
existing infrastructure required the renewal of the City’s
software licences. Furthermore, that
the renewal of the City’s
software
subscriptions must be regularly renewed with the OEM, and, in turn,
the software subscriptions to be renewed are linked
to the specific
hardware device they were bundled with when purchased, and the serial
numbers of such hardware are registered with
Palo Alto. It is not
denied that it is not possible for software licences related to the
City’s existing hardware devices
to be bought as new items.
[33]
There is simply no support in the
tender document for an interpretation that
the successful bidder
would not have to supply software licence renewals for the City’s
existing hardware devices. Or, to
put it differently, that renewal of
the City’s existing software subscriptions was excluded from
the ambit of the tender.
[34]
And even the applicant did not draw or
point to any such distinctions or limitations in its bid. Contrary to
its current version,
the
amended OEM price list which was submitted with the applicant’s
bid included renewal items which were relevant to the
City’s
existing network security infrastructure. The bid gave no indication
that it was only in respect of new items, or
that it was specifically
not in respect of renewable items.
[35]
Faced with these
textual constraints, the applicant relies on three contextual
considerations for departing from the textual interpretation
of the
tender document, and for support of an interpretation that what the
tender document actually sought was to replace the existing
network
security infrastructure of the City. First, the difference between
this tender and a previous tender, Tender 229S, which
indicates the
City’s intention to distinguish Tender 328S from its
‘
uncompetitive
predecessor’
.
Second, that the textual interpretation of the tender document would
lead to the tender being ‘
rigged
’
in favour of the current incumbent, IT Naledi, and be in violation of
section 217 of the Constitution of the Republic of
South Africa 108
of 1996. Third, that its competitor, IT Naledi, submitted a number of
alternative bids, two of which were for
new systems.
[36]
As regards the
differences between Tender 328 S and Tender 229 S, although
the issue took much of the applicant’s
papers, the argument
resolved itself into the following. Whereas the tender document for
Tender 229 S included mark-up tables
which expressly referred to
the City’s existing hardware devices by model number, and
listed the licence
subscriptions
which the City wished to procure,
Tender 328 S
did not do so. Neither did it
identify the subscription licences
required, but instead asked bidders to provide the OEM price list,
stating merely that ‘
the City
will select a basket of quantities from the supplied OEM pricing
’.
[37]
On
the basis of this difference between the two tenders, the applicant
argues,
relying
on
Port
Elizabeth Municipal Council
v
Port Elizabeth Tramway
[13]
that
the omission of an equivalent of Table 4 found in Tender 229 S
from Tender 328 S indicates an intention on the
part of the City
to change the terms of the tender from one of maintaining its
existing network security infrastructure, including
the renewal of
its existing software licences, to one replacing it.
[38]
In my view, the difference between the two
tender documents is of no moment, and cannot, in the face of the
clear text of the 328S
tender document, be elevated to an
interpretative aide. I have also referred to the common cause facts
regarding the origin of
the tender 328S, in terms of which it is
undisputed that what the City sought and needed was
renewal
of software licences on its existing infrastructure.
[39]
In any event,
the City’s response regarding the factual basis for this
argument, which shows the applicant’s argument
to be without
merit, is not disputed in the papers. The City’s answer is that
the mark-up tables cannot be considered in
isolation, and both
tenders’ pricing schedules must be considered in the context of
their similarly worded tender specifications.
In this regard,
the City points out that the tender document for Tender 229 S
described the City’s intention to contract
for products and
services in substantially similar terms as those which appear in the
tender specifications for Tender 328 S,
namely an intention to
‘
expand,
support, maintain and mature
’
the City’s existing network security infrastructure. Moreover,
the tender specifications in both tender documents
identified the
City’s existing hardware devices in near identical terms, with
express reference to the model numbers of the
City’s existing
hardware devices.
[40]
The
City also disputes the applicant’s claim that Table 4 in Tender
229S sets out subscription renewals which the City wants
to procure,
and points out that Table 4 does not identify the licence
subscriptions as ‘renewals’, and this appears
clearly in
the tender specifications for Tender 229S. It also points out that
the tender specifications for Tender 328S do the
same. None of this
disputed by the applicant, and it must accordingly be considered to
be admitted in terms of
Plascon
Evans
[14]
.
It means the factual basis for the argument which relies on the
alleged ‘notable differences’ between the two tenders
for
the interpretation contended by the applicant, is not sustained.
[41]
In
those circumstances, the reliance on the case of
Port
Elizabeth
Municipal
Council
has
no factual foundation. It is correct that, depending on the nature,
extent and significance of the change and the drafter, a
change in
language in subsequent legal instruments dealing with the same
subject matter
prima
facie
,
may signify a change of intention, although this is not
inevitable.
[15]
In
light of the discussion immediately above, the change of intention
has not been established on the facts of this case. The significance
of the omitted Table 4 that the applicant contends for is not
sustained on the evidence.
In
any event, in the face of the clear and unambiguous language of the
328S Tender document, I am not persuaded that the intention
advocated
by the applicant may be arrived at merely from comparing the two
tender documents. In this respect, the facts of this
case are
distinguishable from
Port
Elizabeth Municipal Council.
[42]
As regards the rigging -
constitutionality argument, the applicant states that
any
tender that includes the renewal of the City’s existing
software licences results in an uncompetitive tender process in
favour of the incumbent, IT Naledi. This is because
IT Naledi, to the City’s knowledge, enjoyed ‘
protectionist
discounts on renewals
’,
and this is evidenced by the fact that IT Naledi was able to win
Tender 229S on the strength of its protectionist incumbency.
Consequently, Tender 328S violates section 217 of the
Constitution.
[43]
One glaring observation regarding this
argument is that this Court has not been called upon to strike down
or set aside the text
of the tender document based on the alleged
unconstitutional, anticompetitive and unlawful grounds. This is
understandable because
the applicant seeks relief granting it the
same tender. The lawfulness and constitutionality of the tender
specifications of Tender
229S and the Tender 328S have no bearing on
its objective meaning in the face of a clear and unambiguous
statement of intent in
the tender specifications to contract for the
maintenance of its existing infrastructure.
[44]
And, a
s the
City argues,
if the applicant genuinely
believed the textual interpretation of the tender document to result
in unconstitutionality, its remedy
was to apply to have the tender
document aside, and it has not done so. Instead, it submitted a bid,
purporting to comply with
the tender, whose terms were clear and
unambiguous. It was only a year into the investigations that this
argument was raised, when
it made submissions in
respect
of Sanction. Clearly, this argument amounts to retrospective
reconstruction of an interpretation which appeals to constitutional
considerations for its force. This is impermissible, and I have not
been referred to any authority in support of such an approach
in the
face of clear and unambiguous text of the tender document.
[45]
The third peg to the applicant’s
context-based interpretative aide is its argument that IT Naledi
submitted a number of alternative
bids, two of which were for new
systems. First, it is not disputed that the scope of Tender 328S
entailed a possible expansion
and the purchase of new items. The bid
by IT Naledi was accordingly not misplaced. I also note that the
applicant does not go as
far as to allege that IT Naledi failed to
meet the requirements of the tender. There is no evidence to that
effect. Like the applicant,
IT Naledi was required to comply with the
requirements of the bid, and according to the evidence, it did.
Moreover, unlike
the applicant’s, the respective OEM price
lists contained in IT Naledi’s bid clearly indicated to the
City the ambit
of its bid. The two are accordingly not comparable on
that score.
[46]
There is accordingly no merit to the
applicant’s context-based arguments. The interpretative aides
relied upon by the applicant
call to mind the cautions signalled in
the tender document - and there were many - regarding the gravity of
misunderstanding or
misinterpreting its requirements. It was
not stated there that, in the case of failing to understand the
tender document, the default
position would be any of these options.
If every tenderer were to be allowed to impose its own
subjective, interpretative
lens upon a tender document,
retrospectively, that would obviate the need for the bid evaluation
procedures. It would also go against
the very constitutional
provision that the applicant seeks to rely on, section 217, which
imposes a duty on the City to ensure
that
public
procurement is effected in accordance with a system which is fair,
equitable, transparent, competitive and cost effective.
[47]
Like most tender documents, the Tender
328S document went to great lengths to caution bidders to understand
the gravity of misunderstanding
or misinterpreting its requirements.
In this regard, it
placed
a clear and unambiguous responsibility on bidders to familiarize
themselves with, and to understand, the tender requirements,
and to
seek clarification if necessary. Section 2.2.1.1.4, entitled
‘
Non-compulsory
clarification meeting’
,
‘
strongly
’
recommended that bidders attend the meeting ‘
at
which they may familiarize themselves with aspects of the proposed
work, services or supply and pose questions
.’
Section 2.2.8, entitled ‘
Seek
Clarification’
,
required bidders to ‘
Request
clarification of the tender documents, if necessary …
’
[48]
Significantly,
section 2.2.21 required a bidder to warrant that it has:-
‘
a)
inspected the Specifications and read and fully understood the
Conditions of Contract; b) read and fully understood the whole
text
of the Specifications and Price Schedule; and c) thoroughly
acquainted himself with the nature of the goods or services proposed
and generally of all matters which may influence the Contract…d)
requested the [City] to clarify the actual requirements
of anything
in the Specifications and Price Schedule, the exact meaning or
interpretation of which is not clearly intelligible
to the Tenderer.’
[49]
Lastly, section 5
of the tender document, which is entitled ‘
Price
Schedule’
,
dealt with the manner in which bidders were to be evaluated on price.
At section 5.11 bidders were cautioned to ensure that
they price
their bid only ‘
after
fully understanding the requirements as specified in the …
specifications
’,
and once more referred bidders to the clarification meeting.
[50]
All the above leave
very little room, if any, for an interpretation which is contrary to
the clear text of the tender document.
Or which is contrary to what
the City intended – which is also spelled out in the tender
document – when it advertised
the tender. There is even less
room for interpretative arguments - discussed above - which are
clearly mounted, for the first time,
after adjudication of the bid.
Material
misrepresentation
[51]
Section 13.1 of the tender document
required bidders ‘
to supply
Original Equipment Manufacture price lists for the products they are
offering to assist the City in evaluating the tender.
Please attach
OEM price list in Schedule-15. The OEM price list must clearly
indicate: a) OEM item, b) OEM Price for the item,
c) OEM Support
Price per item (if applicable)’
.
It further explained that, during the bid evaluation, the City would
select a basket of quantities from the supplied OEM price
list, add
the offered mark-up, and then arrive at the bidder’s price for
the item in question.
[52]
Contrary to these express requirements,
the applicant did not
supply Original
Equipment Manufacture price lists for the products it was offering.
Instead, and unbeknown to the City, it provided
its own adaptation,
which was an altered version of a list it says it had obtained from
Obscure Technologies
.
In
explanation, the applicant states that, in order to comply with the
tender document, it made some necessary changes to
an
excel workbook provided to it by Obscure Technologies. First, it
converted the prices to reflect in Rands instead of US Dollars.
Then,
it removed irrelevant sheets from the workbook, renamed a column,
replaced discount categories with actual discount percentages
available to it on the basis of its ‘diamond tier’ status
with Palo Alto, and added two further columns, one showing
the ‘USD
Cost’ after applying the discount percentages, and the other
showing ‘ZAR Cost’ at the rate of
exchange required by
the tender document.
[53]
None of these
alterations are disputed by the City. Its complaint, which ultimately
led to its impugned decisions, is firstly that
the applicant failed
to disclose them at the time of submitting the bid, thus giving the
impression that it was submitting the
original OEM price list
received from Obscure Technology, as required by the tender
document. Further, that the applicant
applied
new
item discounts to all the products in its altered OEM price list,
including renewal items, related to the City’s existing
hardware devices.
But
in fact,
it was not entitled to
those discounts in respect of renewal products associated the City’s
existing hardware devices, and
was only entitled to such discounts in
the event that it replaced the City’s existing devices.
[54]
In respect of the
latter complaint, the applicant explains that
the
discount percentages it inserted into the price list were
communicated to its employee by a Palo Alto representative and that
it at all times believed that these were the discounts it would be
entitled to receive on new Palo Alto products. This was in accordance
with
its
interpretation of the tender document that it was bidding in respect
of subscriptions and licences for a new system, not in
respect of
renewals for an existing system. Thus, it states that it bid on
the basis of higher ‘diamond tier’
discounts to which it
would be entitled from the OEM for subscriptions and licences in
relation to a new system and not on the
basis of the lower discounts
that it would be entitled to in respect of subscriptions and licence
renewals for the existing system
where IT Naledi was given
protectionist discounts by the OEM.
[55]
It transpired, however,
that
the applicant was not entitled to the discounts reflected in the
price list it submitted. Although Obscure Technologies confirmed
that
the applicant is a ‘diamond innovator’ partner, it
revealed that the applicant was only entitled to discounts
of 5% on
support items and 10% on hardware and subscription items. In fact,
according to Obscure Technologies, not only had the
applicant altered
the original OEM price list obtained from Palo Alto, but it had
included discounts which were in excess of what
it could hope to
receive from Palo Alto for the purchase of items it offered to the
City, and consequently prices materially lower
than those quoted on
behalf of Palo Alto to the applicant.
[56]
T
he
applicant’s attitude in these proceedings is that, because the
prices it included in its bid were lower than the OEM renewal
prices
that the City contends that it should have included, it is fanciful
to suggest that it would deliberately and fraudulently
have
misrepresented prices so as to prejudice itself and benefit the City.
Secondly, that any ‘misrepresentation’ by
it regarding
the prices it would obtain from the OEM was not a material
misrepresentation capable of supporting a finding of ‘abuse’
or the imposition of a sanction of the sort imposed by the City
Manager.
[57]
But this is not an
answer to the charge of misrepresentation leveled at the applicant.
The point of departure is that the tender
document stated in
peremptory terms, that a service provider was required to ‘
supply
Original Equipment Manufacture price lists for the products they are
offering to assist the city in evaluating the tender’
.
This, it did not do. And, save for explaining the changes it
effected, it has yet to explain why it did not comply. The fact that
it made alterations to the price list may explain how it deviated
from the tender requirements, but it does not explain why it
failed
to comply with the requirements.
[58]
As a seasoned
tenderer the applicant would have appreciated the premium on strict
compliance with tender requirement, especially
one relating to
pricing. Since this was a requirement from which a bidder had no
discretion to depart, the very least it could
have done was to
explain its departure from that requirement. That would entail
disclosing that it was not submitting the original
OEM price list,
and explaining the alterations that it has since revealed.
Alternatively, as the City suggests, it could have attached
its
altered price list in addition to the original price list.
[59]
But
the applicant’s non-compliance is worse when viewed in the
light of the prevailing circumstances at the time of submitting
the
altered price list.
Seven
days prior to submitting its bid, it obtained two quotations from
Obscure Technologies, specifically for submission with its
bid in
this tender. One was a new business quotation (37895), worth
a
total value of just over R 16.2 million excluding VAT
.
That quotation reflected the applicant’s discounts as being
either 13% or 29%, but was in respect of
items
with model numbers
[16]
that are not part of the City’s existing network security
infrastructure.
Moreover,
the discount column contained in the new business quotation was only
applicable to the items listed in that quote, which
again had no
bearing on the current tender.
[60]
The
other quotation received from Obscure Technologies was a
renewal
quotation (37898), worth a total value of just over R 15.4
million excluding VAT, and was in respect of renewal items
that are
related to the City’s existing network security
infrastructure
[17]
, and it
reflected discounts at either 8% or 5%. This is the only one of the
two quotations that could possibly relate to the current
tender,
because it alone involved model numbers (5260 and 820) that were
specified in relation to some equipment in section 13.2
of the tender
document.
[61]
The applicant submitted neither of the
above quotations to the City, and instead submitted its altered
version, as already discussed.
Regardless of whether it was entitled
to alter the price list, the information contained in the list
submitted was not correct.
In the
altered
OEM price list, the applicant applied discounts of 13% and 29% across
the board, including in respect of renewal items which
are listed in
the renewal quotation that it had obtained from Obscure Technologies.
[62]
It is common cause on the papers that the
applicant is not entitled to discounts in respect of certain software
licence renewals
which appear on the face of its amended OEM price
list, insofar as these relate to the City’s existing hardware
devices.
It is also common cause that the applicant knew that
it was not entitled to those discounts.
According
to Obscure Technologies, by the time of submitting its bid, the
applicant had been made aware of the fact that it did
not qualify for
incumbent discounts for the renewal portion of its submission,
because it was not the incumbent reseller for the
City. Obscure
Technologies had informed it that it only qualified for discounts of
5% and 8% on renewal items.
[63]
Despite that
knowledge, the applicant submitted a list which represented that it
was entitled to those discounts. In the altered
version the applicant
represented that it enjoyed discounts of 29% for hardware and 13% for
support services on all items for which
it had submitted a bid. It
did not qualify for such discounts in respect of renewal items
because it was not the incumbent reseller.
And contrary to a version
supplied by the applicant during the forensic investigation, some of
the items contained in its altered
OEM price list, only qualified for
renewal discounts, not in respect of new items.
[64]
The applicant relies on
a
transcript of its employees’ meeting of 6 June 2022, where the
applicant’s pricing strategy in the bid was discussed,
as
contemporaneous evidence that its interpretation of the tender
document was genuinely held, and not a stratagem to defraud the
City
or to misrepresent its pricing.
First,
I point to the observation made by the City, that the transcript of
the meeting of 6 June 2022 does not deal with the altered
price list
in any way, and sheds no light regarding the amended price list that
was eventually submitted with the applicant’s
bid. At best for
the applicant, the recording indicates that, as at 6 July 2022, the
participants in that meeting believed that
the applicant could rely
on the new business quotation (37895) for its bid. Yet, despite that
purported belief, the applicant submitted
an amended OEM price list
which included renewal items contained in the renewal quotation and
included applicable discounts and
resultant prices on those items.
The apparent disjuncture, or unexplained leap of logic, between the
two events has not been explained
by the applicant.
[65]
All of the above leads ineluctably to
the conclusion that the applicant knowingly misrepresented the facts.
As the City points
out,
absent any indication in the
applicant’s bid that it was offering to supply new items only,
the City would have been, and
was, misled into believing that the
higher discounts, and lower prices, applied to the renewal of the
City’s existing software
licences. Or, to put it differently,
the unqualified manner in which the applicant completed and submitted
the OEM price list as
part of its bid had the result, which in the
circumstances the applicant must have foreseen, of deceiving the City
into thinking
that it was entitled to the discounts which its
purported OEM price list reflected in respect of all items, including
renewals
of the City’s existing software licence subscriptions
in respect of the City’s existing hardware.
[66]
The effect on the
City is that the basket of quantities that it had selected for
evaluation purposes were not entitled to the discounts
applied the
applicant. The evaluation and adjudication of the applicant's bid was
accordingly based on incorrect pricing. Another
effect is that the
applicant was selected as a successful bidder in circumstances where
its bid was in fact non-responsive because
it did not comply with the
pricing specifications set out in the tender document. Another
bidder, in fact, qualified.
[67]
It is no wonder that
the explanations of the Original Equipment Manufacturer,
Palo
Alto
and its
authorised distributor,
Obscure
Technologies, were obtained during the investigation process, because
their roles were necessarily implicated. The information
submitted by
the applicant represented prices at which it could source items from
them. And they were constrained to confirm that
the applicant’s
amended OEM price list misrepresented the prices at which it would be
able to procure the renewals of the
City’s existing software
licence.
[68]
These are only some of the consequences
of
the applicant’s conduct which contribute to the reason that it
is no answer to argue, as it does, that it only would absorb
the
financial implications of its pricing. There were other, more
significant consequences than financial implications for its
conduct,
although these are not all specifically mentioned in the City’s
documents and pleadings.
The
statutory purpose which informed the City Manager’s authority
under the City’s SCM Policy to safeguard the integrity
of the
City’s SCM system is unrelated to any prejudice that might
arise to the City from a non-compliant bid.
[69]
The City Manager was accordingly
justified when he held, based on the considerations that he took,
that,
by
submitting the purported (but not actual) OEM price list the
applicant
misrepresented
its compliance with the tender requirements. Furthermore, the
misrepresentation was material because the price list
it had
submitted was incorrect in material respects. The entries for renewal
products incorrectly stated applicable discounts which
were
significantly higher than those in the actual OEM price list, and
resulting in prices which were lower than those in the actual
OEM
price list.
[70]
The applicant’s argument is that
its
misrepresentation was not material
because it did not affect the award of the tender; and the
misrepresentation could have only
benefitted the City and prejudiced
it, because only it (applicant) would have been bound by the lower
prices indicated in its bid
in any subsequent contract.
Consequently, the City Manager acted
ultra
vires
clause 58.6 of the SCM Policy
when he found that the misrepresentation amounted to an ‘
abuse
’
under that clause, alternatively he failed to have regard to the lack
of materiality.
[71]
The applicant adds
that
the suggestion that its
‘misrepresentation’ impaired the City’s ability to
assess whether it could perform the
contract is without substance
because the City knew that the applicant was a company of
unquestioned substance which, at the time,
was the incumbent provider
to the City in terms of 15 different IT contracts running into
billions of rands of turnover; and was
part of a business group,
whose financial statements had an annual turnover of more than a
trillion rand for the financial year
ending 31 March 2022.
[72]
In the SCM Policy,
the
definition of ‘
Abuse
’
includes a ‘
misrepresentation on
information submitted for the purposes of procuring a contract with
the City
’. And if the information
was submitted for the purposes of procuring a contract with the City,
it is deemed material because
it translates to abuse. This is not a
high threshold to reach in the circumstances of this case.
[73]
As the City correctly summaries
the position on this score,
either
the applicant offered to renew the City’s existing
software licences, in which case, the prices reflected in
its amended
OEM price list were understated, with the result that it was awarded
the tender when, on its own version, it would
not have been awarded
the tender had it bid for renewal items at the much lower,
non-incumbent, discounts. Or, the applicant did
not offer to supply
renewal items, or offered to supply renewals only in limited
circumstances, but it failed to state this in
its bid with the result
that its bid was accepted as responsive when it otherwise would have
been declared non-responsive as it
was, on appeal, when the true
facts came to light. In either event, clause 58.6 is met.
[74]
It cannot be gainsaid that the information
supplied by the applicant was ‘
submitted
for the purpose of procuring a contract with the City
’.
Why else would it be included in the bid? And, specifically in this
case, the OEM price list was supplied to meet the requirement
contained in the tender document ‘
for
the products they are offering to assist the City with
’.
Nothing more was required in terms of the SCM Policy in order to
reach a conclusion that
the
misrepresentation was material, as the City Manager did in the
Ruling.
[75]
As for the subjective
considerations espoused by the applicant and the relative weight of
prejudice to either party, they are not
relevant considerations for
purposes of determining whether an ‘abuse’ was committed
in terms of the SCM Policy, and
were
not directly relevant to the inquiry required of the City Manager in
reaching his conclusion in this regard.
[76]
Lastly, I observe that the serious
consequences and materiality of misrepresenting information contained
in the bid would have been
known to the applicant when it submitted
its bid because of the cautions sounded in the tender document, which
included the following
two clauses: (a)
section 2.3.6,
which provides that any tenderer who engages in fraudulent
practices will be ‘
instantly
’
disqualified; and section 1.13 of the General Conditions of
Contract, which defined a ‘
fraudulent
practice
’
to mean ‘
a
misrepresentation of facts in order to influence a procurement
process or the execution of a contract to the detriment of any
bidder
…
’
And once more, the considerations
of
section 217(1) of the Constitution
already adverted to
apply in regard to the materiality finding because organs of state
contracting for goods and services ‘
must
do so in accordance with a system which is fair, equitable,
transparent, competitive and cost-effective
’.
That provision would have little value if the City was to take into
account the subjective considerations relied upon by
the applicant in
this discussion.
[77]
I accordingly find no merit in the
applicant’s review application against the Ruling decision of
22 February 2024. I
have found no basis to conclude that the
decision was based on an error – whether factual or legal, or
that it was irrational
or unreasonable. The review against the Ruling
must accordingly fail.
D.
REVIEW
AGAINST SANCTION
[78]
The only
challenge against the Sanction is based on irrationality. The
applicant states that
the City
Manager was mistaken when he asserted in the Sanction that the
evaluation basket selected for assessment of IT Naledi’s
tender
comprised only 8 renewal items out of a total basket of 28, when in
fact all 28 items were IT Naledi’s subscription
renewal items.
This mistake resulted in the City Manager failing to have regard to a
relevant factor, namely that the admitted
competitive advantage
enjoyed by IT Naledi extended to the full evaluation basket of Palo
Alto products. Accordingly, says the
applicant, the Sanction decision
is liable to being set aside in terms of section 6(2)(f)(ii) of PAJA
because it is not rationally
connected to one of the reasons the City
Manager gave for the decision.
[79]
The relevant part of the Sanction
decision in this regard is paragraph 22, and it contains the first of
the ‘difficulties’
identified by the City Manager in
respect of arguments raised on behalf of the applicant at that stage.
In turn, those arguments
related to the constitutionality of the
tender when regard is had to IT Naledi’s incumbency status; the
applicant’s
consequential interpretation of the tender; and the
Palo Alto discounts and resulting prices included in the applicant's
bid. It
was in respect of these arguments that paragraphs 21 and 22
of the Sanction stated as follows:
“
21
I have ten difficulties with these submissions.
22
First, Dimension Data’s submission that IT Naledi would
invariably win if the Tender had invited bids for the renewal of
the
City’s existing subscriptions in respect of the Palo Alto
devices (hardware) which [it] had introduced into the City’
network, is unfounded and incorrect and as a seasoned bidder
Dimension Data would have known that to be the case. Section 13.1
of
the tender stated that the City would select a basket of quantities
from the OEM pricing supplied by the bidders and add each
bidder’s
tendered mark-up percentage to determine their final price.
The
extent of the advantage enjoyed by IT Naledi as the incumbent
reseller in respect of such renewal items, in the City’s
evaluation of the bids, would depend on the number and weighting of
the renewal items in the basket of quantities selected by the
City.
As things turned out, the basket selected by the City's SCM Bid
Evaluation Committee (SCMBEC) comprised 3 parts in the form
of
tables. Table A1, headed ‘Markup Percentage for Hardware,
Software & OEM Support’, comprised five items, only
one of
which was a renewal item (8 units out of a total of 28 for this
part)
.
Table A2, headed ‘Adhoc Support Services & Training’,
comprised 6 items. Table A3, headed ‘Service Fulfillment
and
Assurance’, comprised a single item, but as the SCMBEC
explained in para 3.6 of its report to the SCMBAC, ‘Carried
the
most weighting… as this will be the most significant cost of
this tender’.
(own
emphasis)
[80]
It
is difficult to ignore the fact that paragraph 22 was introduced
via
paragraph 21 as comprising one of the grounds for rejecting the
applicant’s arguments. In other words, that paragraph 22
forms
the first of ten reasons for rejecting the applicant’s
submissions. It is in this regard that the applicant relies
on
Patel
v Witbank Town Council
[18]
,
which
emphasizes
that
where
an administrative actor bases a decision on multiple reasons, if any
one of those reasons is bad, the bad reason taints the
entire
decision, and
one
out of many decisions is sufficient to vitiate the whole decision. In
Patel
,
the following was
stated:
“
(W)hat
is the effect upon the refusal of holding that, while it has not been
shown that grounds 1, 2, 4 and 5 are assailable, it
has been shown
that ground 3 is a bad ground for a refusal? Now it seems to me, if I
am correct in holding that ground 3 put forward
by the council is
bad, that the result is that the whole decision goes by the board;
for this is not a ground of no importance,
it is a ground which
substantially influenced the council in its decision … This
ground having substantially influenced
the decision of the committee,
it follows that the committee allowed its decision to be influenced
by a consideration which ought
not to have weighed with it.”
[81]
The
above passage and reasoning have been quoted with approval and
adopted by the Supreme Court of Appeal in
Westinghouse
Electric Belgium SA v Eskom Holdings
[19]
where
the court made clear that once a bad reason is put forward to justify
a decision “
it
is not possible to say that the reasons given for it provide a
rational connection to it”
and
the decision falls to be reviewed and set aside under section
6(2)(e)(iii) of PAJA.
[20]
[82]
Equally difficult to
ignore is the specific reason for including the phrase ‘
8
units out of a total of 28’
complained
about
.
As
is evident from the text of the paragraph, the phrase was included to
explain how IT Naledi’s bid was evaluated in light
of the
statement in section 13.1 of tender document that the City would
select a basket of quantities from the OEM pricing supplied
by a
bidder and thereafter add the bidder’s markup percentage to
determine the final price. More specifically, when he mentioned
the
phrase, the City Manager was explaining ‘
the
extent of the advantage enjoyed by IT Naledi as the incumbent
reseller of such renewal items’
,
and he explained that ‘
it
would depend on the number and weighting of the renewal items in the
basket of quantities selected by the City
’.
[83]
The phrase ‘
8
units out of a total 28’
was accordingly the very nub of the explanation. It was the City
Manager’s attempt to apply the ‘
number
and weighting of the renewal items in the basket of quantities
selected by the City
’
in respect of IT Naledi. Yet, it is common cause that all 28 items
contained in the basket selection for the assessment
of IT Naledi’s
price list were subscription renewal items. Accordingly, the facts
relied upon for the assertion in paragraph
22 were not correct.
[84]
The City says this is immaterial, and what
matters ultimately is that, amongst other things, the renewal items
referred to accounted
for only part of the tender.
It
explains that
the
context in which the issue of
the
number of renewal items in the BEC’s evaluation basket
arose
was the
applicant’s
representations to the City in which it questioned whether the tender
document was equitable and competitive given
IT Naledi’s
incumbency-based advantage, and gave assurance that it did not act
with the intent to deceive. It also emphasizes
that both arguments
were
found to be
without merit.
[85]
Furthermore, the
question of which renewal items were included in the
basket did not emerge from the tender document, but emerged later,
during the
evaluation stage, because t
he tender
document had not specified what was to be included in the basket of
quantities that were to be later considered by the
BEC.
In
this regard, reference is made to the remainder of
paragraph
22 of the Sanction, which shows what occurred in consequence of the
tender document as distinct from what was stated in
the tender
document. Indications in that regard are firstly, the statement in
the paragraph that evaluation of the bids would depend
on the number
and weighting of the renewals in the basket of quantities selected by
the City
;
as well as
the reference by the City Manager to ‘
as
things turned out’.
[86]
The City points out that, other than to
have known that there would be a basket of quantities taken into
account, the applicant
would not have known what this consisted of in
order to inform its interpretation of the tender specifications which
it relied
upon significantly in its representations.
As
a result, the question of what subsequently emerged (even if the City
Manager’s statement was incorrect) played no ‘appreciable’
or ‘significant’ role in his reasons as to why the
applicant’s interpretation of the tender document did not
constitute an innocent mistake.
[87]
It is correct that the detail of the
basket items to be selected for evaluation was not set out in the
tender document, and that
it only arose during the evaluation stage,
and the effect is that the applicant could not have held the
interpretative argument
it espoused at sanction stage because these
were unknown quantities at the stage when it submitted its bid.
That, however,
only deals with the applicant’s argument
relating to its interpretation of the tender, which the City
ultimately held not
to be genuine.
[88]
It does not deal with the fact that the
applicant relied considerably on the argument that IT Naledi was at
an unfair advantage
as a result of its incumbency status. The most
decisive way to deal with that argument was to set out ‘statistics’,
which what the City Manager sought to do by referring to the phrase
‘8 out of 28 basket items’. Such was the importance
of
the phrase to the Sanction decision.
The
result of the mistake is that it cannot be concluded from the
decision that the City Manager had proper regard to whether IT
Naledi
had the alleged competitive advantage which extended to the full
evaluation basket of Palo Alto products.
[89]
Given
the centrality, though newly-found, of this argument in the
applicant’s representations regarding sanction, the result
is
that the error tainted the whole decision.
The
erroneous assertion was the only reference or explanation in the
Sanction decision of what was taken into account in evaluating
IT
Naledi’s bid, an issue which the City Manager was constrained
to deal with on account of it being raised by the applicant
in the
context of its argument regarding the alleged advantage of IT
Naledi’s incumbency status. In the words of the SCA
in
Rustenburg
Platinum Mines Ltd (Rustenburg Section) v CCMA
[21]
,
the issue of the numbers (8 out of 28 in this case)
played
an appreciable role in the Sanction decision. I am accordingly not
persuaded that the City’s answer in this regard
meets the
hurdle raised by the case law referred to earlier namely
Patel
v Witbank Town Council
and
Westinghouse
Electric Belgium SA v Eskom Holdings.
[90]
I accordingly conclude that the
Sanction decision falls to be reviewed and set
aside under section 6(2)(e)(iii) of PAJA.
E.
CONSEQUENCES OF SETTING ASIDE
THE SANCTION DECISION
[91]
In light of the above conclusion, I
consider it unnecessary to decide the alleged invalidity of clauses
(
1.1,5, 1.1.7, 1.1.8,
58.6 and definition of ‘abuse’ in clause 1)
of
the SCM Policy which concern the powers of the City Manager to
initiate a blacklisting process against bidders by placing
them
on the City’s Register of Tender and Contract Defaulters. That
relief is sought in paragraph 1 of the amended notice
of motion.
[92]
Related to the relief
sought in paragraph 1 of the amended notice of motion is the relief
sought in paragraph 4 of the amended notice
of motion, in terms of
which the applicant seeks review of the respondents’ decision
to initiate steps in terms of clauses
57 to 60 of the SCM Policy,
which include 58.6. I also note that the applicant was silent
regarding this relief, both in the heads
of argument and in Court.
[93]
It is
furthermore common ground that if the applicant succeeds in the
review of the Sanction Decision (or the Ruling decision),
its review
relief in relation to the contract termination decisions and the
refusal of the City to conclude the contract
in
respect of Tender 415S/2022/23 must follow suit because
the
City’s stance in relation to both arose from the Ruling and
Sanction decisions. Accordingly, the challenges in respect
of those
decisions must be upheld.
[94]
As regards the
interim relief, what remains for determination is Tender 372S. In
terms of paragraph 9 of the court order of 10 June
2024 the City
undertook to not finally adjudicate this tender, effectively pending
the determination of Part B. In terms of paragraph
8.3 thereof any
order made in respect of Part A was to operate pending the
determination of Part B. The effect is that the court
order of 10
June 2024 has provided the interim relief in this regard, until now.
[95]
It is furthermore
common cause
that the applicant was
selected as the preferred bidder for this tender. It is also not
disputed that the reason that the City refused
to award the contract
to the applicant is the Sanction decision. I am accordingly of the
view that
no purpose would be served by
adjudicating the interim relief now that Part B has been decided, and
that the interim remedy should
be discharged.
[96]
Besides,
the parties’ contentions in the interim interdict have become
academic. The City’s main contentions against
the interim
relief were firstly,
that
the applicant failed to establish a
prima
facie
case and did not establish the clearest of cases, as contemplated in
Economic
Freedom Fighters v Gordhan and Others; Public Protector and Another v
Gordhan and Others
[22]
,
and pointed to its poor prospects of success in what has now been
ventilated as Part B of the case. The Court’s finding
in
respect of the Sanction decision establishes that the applicant did
have some prospects of success in its main case, and accordingly,
a
prima
facie
right.
[97]
In
the second place, the thrust of the City’s opposition to the
interim relief concerned
the
balance of convenience
.
Relying on
National
Treasury v Opposition to Urban Tolling Alliance
[23]
,
it
referred to
harm
to the separation of powers principle that would ensue
if
the interim relief were granted
.
On this score, it placed reliance on time-sensitive considerations
related to its intended deadlines and service delivery imperatives,
which would be jeopardized if the interim relief is granted. It would
be unable to carry out the finalization of its tender processes,
which have a cut-off date of 31 December 2027 for the award of the
tender, so that the new payroll system can go live on one January
2028.
[98]
In reply, the
applicant pointed out that this is more than three
years away, and that
in the circumstances, it could not seriously be suggested that the
City would suffer any prejudice if it had
to wait an extra month or
two before making its appointment under Tender 372S. The applicant
also argued that it would have suffered
irreparable prejudice if it
were to succeed in its Part B relief only to find itself frozen out
of a contract in respect of RFT
372S, which runs into hundreds of
millions of rands, because the City had concluded a more expensive
contract with one of its competitors
in the meantime.
[99]
These
arguments illustrate that, contrary to the arrangement between the
parties which found its way into a court order, no purpose
would be
served by adjudicating the interim relief at this stage. The issues
raised there, which were raised pending the determination
of Part B,
are not paramount or even live, considerations at this stage. As a
result, the existing interim relief in respect Tender
372S should be
discharged.
F.
COSTS
[100]
Both parties
have been partially successful. The applicant has been successful
only in respect of the Sanction decision. In those
circumstances, it
is appropriate that each party should pay its own costs. I am also of
the view that both sides are entitled to
costs of two counsel, given
the volume and complexity of the issues raised.
G.
ORDER
[101]
In the
circumstances, the following order is granted:
1.
The interim
relief obtained in paragraph 9 of the court order of 10 June 2024 in
respect of Tender 372S is discharged.
2.
The
applicant’s review against the second respondent’s Ruling
decision of 22 February 2024 is dismissed.
3.
The following
decisions are hereby declared unlawful, and are reviewed and set
aside:
3.1
The second
respondent’s Sanction decision of 26 April 2024.
3.2
The
respondents’ decision not to conclude a contract with the
applicant in respect of RFT 415S/2022/23.
3.3
The
respondents’ decisions to terminate the following 10 contracts:
a.
Contract
172S/2019/20 for the Supply, Installation and Maintenance of Audio
Visual and Video Collaboration Systems;
b.
Contract
265S/2019/20 for the Supply, Support, Maintenance and Services of ICT
Security Related Infrastructure, Software, Services
and Licensing;
c.
Contract
091S/2022/23 for the Provision of Environmental Upgrades, Maintenance
and Support of Data Centres;
d.
Contract
273S/2022/23 for the Supply, Installation and Maintenance of CCTV
Camera Systems;
e.
Contract
265S/2022/23 for the Supply, Installation and Maintenance of Queue
Management Systems;
f.
Contract 238G/2021/22
for the Supply and Delivery of SIP Analogue and other
Telecommunication Devices
g.
Contract
342S/2021/22 for the Maintenance of Telecommunications Facilities for
the City of Cape Town
h.
Contract
225S/2022/23 to Supply, Install and Maintain Telecommunication
Management Systems for the City of Cape Town;
i.
Contract 201S/2022/23
for the Provision of Mobile Data Services.
j.
Contract 197S/2021/22
for the Supply, Installation, Transitioning, Maintenance and Support
of Integration Middleware.
4.
Each party is
to pay its own costs, including costs of two counsel, on a party
party basis, on Scale C.
N.
MANGCU-LOCKWOOD
Judge of the High
Court
APPEARANCES
For the
applicant
:
Adv M
Chaskalson SC
Adv P
Buckland
Instructed by
: T Mfusi
Eversheds
Sutherland SA Inc.
For the
respondents
:
Adv K
Pillay SC
Adv K
Saller
Instructed by
: D
Olivier
Fairbridges
Wertheim Becker
[1]
It
later transpired that the applicant was not the preferred bidder in
Tender 102 S, and that Tender 115 S was later cancelled.
Accordingly, only Tender 372 S remains for determination out of the
three.
[2]
In
terms of the court order of 23 July 2024, the City’s decision
to terminate the ten contracts was suspended, pending determination
of Part B which, in terms of the amended notice of motion, was to
include review of the termination decision relating to the
ten
contracts.
[3]
MEC
for Environmental Affairs and Development Planning v Clairison’s
CC
2013
(6) SA 235
(SCA) para 18; since cited with approval in this Court by
Rogers J in
JH
v Health Professions Council of South Africa
2016
(2)
SA 93 (WCC) para 23, by a unanimous Full Bench in
Cape
Town City and Another v Da Cruz and Another
2018
(3) SA 462
(WCC) para 70 footnote 91 (not disturbed on appeal), and
by Sher J in
Philippi
Horticultural Area Food and Farming Campaign and Another v MEC For
Local Government, Western Cape And Others
2020 (3) SA 486
(WCC) para 92.
[4]
See
Bo-Kaap
Civic and Ratepayers Association and Others v City of Cape Town and
Others
[2020] 2 All SA 330
(SCA) paras 70-75 and the authorities cited
there.
[5]
Commissioner,
South African Revenue Service v United Manganese of Kalahari (Pty)
Ltd
2020 (4) SA 428
(SCA) para 8.
[6]
See
Cradle
City (Pty) Ltd v Lindley Farm 528 (Pty) Ltd
2018
(3) SA 65
(SCA) para 16, with reference to
Ekurhuleni
Metropolitan
Municipality
v
Germiston
Municipal
Retirement
Fund
2010
(2) SA 498
(SCA) para 3;
Natal
Joint Municipal Pension Fund v Endumeni Municipality
2012
(4) SA 593
(SCA) para 18.
[7]
Natal
Joint Municipal Pension Fund v Endumeni Municipality
2012
(4) SA 593
(SCA) para 19.
[8]
Capitec
Bank Holdings Ltd and Another v Coral Lagoon Investments 194 (Pty)
Ltd and Others
2022
(1) SA 100
(SCA) para 25.
[9]
Bothma-Batho
Transport (Edms) Bpk v S Bothma & Seun Transport (Edms) Bpk
2014
(2) SA 494
(SCA) para 12. As was said in
Society
of Lloyd's v Robinson
[1999]
1 All ER (Comm) 545
at 551, ‘
a
commercial construction is likely to give effect to the intention of
the parties’.
[10]
Natal
Joint Municipal Pension Fund,
para
18.
[11]
Natal
Joint Municipal Pension Fund
,
para 25.
[12]
Commissioner,
South African Revenue Service v Short and Another
2018
(3) SA 492
(WCC) para 14; see also
Society
of Lloyd's v Robinson
[1999]
1 All ER (Comm) 545
at 551: ‘
Words
ought therefore to be interpreted in the way in which the reasonable
person would construe them. And the reasonable commercial
person can
safely be assumed to be unimpressed with technical interpretations
and undue emphasis on niceties of language.’
[13]
Port
Elizabeth Council v Port Elizabeth Tramway
1947 (2) SA 1269
(A) at 1279.
[14]
Plascon-Evans Paints
Ltd v Van Riebeeck Paints (Pty) Ltd
[1984] ZASCA 51
;
[1984]
(3) SA 623
(A
)
.
[15]
Manyasha
v Minister of Law and Order
[1998] ZASCA 112
;
1999 (2) SA 179
(SCA) at 186B-C, referring to
Port
Elizabeth Council
.
see also
Langston
Clothing (Properties) CC v Danco Clothing (Pty) Ltd
1998 (4) 885 (SCA) at 889D-E where Schutz JA declined to follow this
reasoning in circumstances where the changed terms were
drafted by a
person who did not seem to be ‘one with a ready appreciation
of the lawyer's notion that a change in wording
is a
prima
facie
indication
of a change in intention’.
[16]
PAN-5450, PAN-5400, PAN-600, and PAN-460 or no model number.
[17]
Indicted
by the model numbers PAN-5260 and PAN-820 or no model number.
[18]
Patel
v Witbank Town Council
1931
TPD 284.
[19]
Westinghouse
Electric Belgium SA v Eskom Holdings
2016
(3) SA 1
(SCA) at paras 44 to 46
[20]
Westinghouse
Electric Belgium SA v Eskom Holdings
2016
(3) SA 1
(SCA) at paras 44 to 46.
[21]
Rustenburg
Platinum Mines Ltd (Rustenburg Section) v CCMA
2007
(1) SA 576
(SCA).
[22]
See
Economic
Freedom Fighters v Gordhan and Others; Public Protector and Another
v Gordhan and Others
2020 (6) SA 325
(CC) para 42.
[23]
National
Treasury v Opposition to Urban Tolling Alliance
2012 (6) SA 223
(CC) para 26. See also
City
of Tshwane Metropolitan Municipality v Afriforum and Another
2016 (6) SA 279
(CC) para 43.
sino noindex
make_database footer start
Similar Cases
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
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
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)98% 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