Case Law[2023] ZAWCHC 31South Africa
JK Structures CC v City of Cape Town and Others (14485/2021) [2023] ZAWCHC 31; [2023] 2 All SA 431 (WCC) (20 February 2023)
High Court of South Africa (Western Cape Division)
20 February 2023
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
>>
2023
>>
[2023] ZAWCHC 31
|
Noteup
|
LawCite
sino index
## JK Structures CC v City of Cape Town and Others (14485/2021) [2023] ZAWCHC 31; [2023] 2 All SA 431 (WCC) (20 February 2023)
JK Structures CC v City of Cape Town and Others (14485/2021) [2023] ZAWCHC 31; [2023] 2 All SA 431 (WCC) (20 February 2023)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAWCHC/Data/2023_31.html
sino date 20 February 2023
Republic of South
Africa
IN THE HIGH COURT OF
SOUTH AFRICA
(WESTERN
CAPE DIVISION, CAPE TOWN)
Case No. 14485 / 2021
Before: The Hon. Mr
Justice Binns-Ward
Date of hearing:
6 February 2023
Date of judgment: 20
February 2023
In
the matter between:
JK
STRUCTURES CC
Applicant
and
THE
CITY OF CAPE TOWN
First Respondent
THE
CITY MANAGER, CAPE TOWN
Second Respondent
NEJENI
CONSTRUCTION & MANAGEMENT (PTY) LTD
Third Respondent
MARTIN
AND EAST (PTY) LTD
Fourth Respondent
JUDGMENT
BINNS-WARD J:
[1]
The Construction Industry Development Board
Act 38 of 2000 (‘the CIDB Act’) was brought into
operation on 1 December
2000. The current litigation arises out
of a dispute between the applicant close corporation, which is an
emerging enterprise
in the construction industry, and the City of
Cape Town. It concerns the interpretation and implementation of
the CIDB Act
and related regulations.
[2]
The dispute arose out of the City’s
rejection of a tender submitted by the applicant for appointment to a
panel of contractors
to be used by the City for the replacement of
sewer pipes. The invitation to tender issued by the City was
directed at procuring
up to three contractors to be available to
undertake the work as and when required over a three-year period.
The type of
contractual arrangement in terms of which the
contemplated panel of contractors would be constituted is known in
procurement parlance
as a ‘framework agreement’.
Because the currency of the framework agreement was to extend over a
term of three
years, the related tender was called a ‘term
tender’.
[3]
The bid initiation documentation reflects
that the City envisaged that it could expend as much as R180 million,
in total, on the
work during the stipulated period. The tender
invitation was predicated on the work being undertaken by way of a
series of
individual works project contracts to be concluded with one
or the other of the successful tenderers during the term of the
contractors’
appointment. The invitation made no mention
of the forementioned amount of R180 million, but it did
stipulate that the
value of each of the works contracts to be
concluded under the framework to be established by the award of the
tender would fall
within a range between R1 million and
R6 million.
[4]
The
invitation to tender issued by the City stipulated that tenderers
were required to be contractors registered in terms of the
CIDB Act
with a minimum grading of 7CE. I shall come to an explanation
of the relevant grading system presently. It
is sufficient at
this stage to point out that contractors with a 7CE grading are
considered qualified to undertake a civil engineering
(hence the ‘CE’
designation) works contract with a tender value of up to
R60 million.
[1]
The
City determined the 7CE grading requirement by the dividing the
envisaged expenditure of R180 million by 3, being
the number of
years over which the contractual relationship provided in the tender
invitation was intended to extend. Hence
its requirement that
only contractors graded as qualified to undertake a construction
works contract with a tender value of R60 million
would be
considered. In doing so, it purported to be acting in terms of
reg. 25(1) and 25(1B) of the Construction Industry
Development
Regulations, 2004 (‘the regulations’).
[5]
Regulation 25(1) and (1B) of the
regulations provide as follows:
‘
(1)
Subject to subregulation (1A), in soliciting a tender offer or an
expression of interest for a
construction
works contract
, a client or employer
must stipulate that only submissions of tender offers or expressions
of interest by contractors who are registered
in the category of
registration required in terms of subregulation (3) or higher, may be
evaluated in relation to
that contract
.
…
.
(1B)
Where
a contract
involves construction works over an agreed number of years-
(a)
on an ‘as and when required’
basis;
(b)
of a routine nature; or
(c)
grouped into identifiable and similar
components where an instruction to proceed to the construction of the
next component is conditional
on the successful completion of the
previous component, the value of that contract may
for
the purpose of subregulation (1)
, be
taken at its annual value.’
Sub-regulation
(3) referred to in sub-regulation (1) states:
‘
The
category of registration for contractors whose submissions of tender
offers or expressions of interest qualify to be evaluated
in terms of
subregulation (1), is-
(a)
a contractor grading designation not lower
than that derived from-
(i)
the selection of a single class of
construction work that best describes
the
construction works contract
for which
tender offers or expressions of interest is invited, or the broad
technical capabilities required of the contractor,
provided that if
more than one class of works equally describes the construction work
for which tender offers are invited, then
an alternative class of
work may also be selected in terms of this subparagraph, but not more
than two classes of work may be so
selected; and
(ii)
the identification of the tender value
range based on the estimated tender value where expressions of
interest are called for or
tenders are advertised and the tendered
price where tenders are evaluated, and where that estimate is within
20 per cent of the
lower limit of that tender value range, the tender
value range immediately below that tender.
(b)
from a date determined by the Minister in the Gazette, the
recognition status in terms of a best practice contractor recognition
scheme in relation to the capabilities of the contractor concerned
but if a requirement in terms of this paragraph is set, it must
be
justifiable in respect of the quality of the procurement.’
(Italicisation
provided to highlight that the quoted provisions are concerned only
with contracts that are ‘construction works
contracts’
within the meaning of reg. 25(1).)
It
is common ground that sub-regulation 25(3)(b) found no application in
the current case.
[6]
The applicant’s tender was not
evaluated by the bid evaluation committee. It was rejected as
non-compliant because the
applicant’s registered grading was
lower than 7CE.
[7]
The
applicant’s registered grading was 6CE when it submitted its
tender for appointment to the panel of contractors with whom
the City
would contract to undertake the required works projects during the
stipulated three-year period. A 6CE grading denoted
a
recognised capability to undertake a construction works contract with
a tender value of up to R20 million. The applicant’s
6CE designation was supplemented by a PE designation. The ‘PE’
denotes registration as ‘
a
potentially emerging enterprise
’.
(Registration as a potentially emerging enterprise requires that the
enterprise concerned be substantially owned
and managed by previously
disadvantaged persons.
[2]
)
Notwithstanding the stipulated 7CE grading requirement, the applicant
was under the impression that its tender would nevertheless
qualify
for consideration by virtue of reg. 25(8), alternatively, in
terms of reg. 25(7A).
[8]
Regulation 25(8) provides:
‘
Within
the framework of a targeted development programme promoted by a
client or employer, that client or employer may accept for
evaluation
tender offers or expressions of interest by a contractor who is
registered as a potentially emerging enterprise in terms
of these
Regulations at a contractor grading designation, one level higher
than the contractor's registered grading designation,
if that client
or employer-
(a)
is satisfied that such a contractor has the
potential to develop and qualify to be registered in that higher
grade; and
(b)
ensures that financial, management or other support is provided to
that contractor to enable the contractor to successfully
execute that
contract.’
And
reg. 25(7A) provides:
‘
An
organ of state may subject to its procurement policy and
notwithstanding anything to the contrary contained in this
regulation,
evaluate and award a tender offer from a tenderer who is
registered but who tendered outside of his or her tender value range
as
contemplated in regulation 17, provided that-
(a)
the margin with which the tenderer exceeded
his or her tender value range contemplated in regulation 17, is
reasonable;
(b)
the award of the contract does not pose
undue risk to the organ of state;
(c)
the tender offer in all other aspects
comply with these Regulations; and
(d)
the report referred to in regulation 21 or 38(5) and (6), indicates
whether this subregulation was applied in the award of the
tender.’
[9]
The applicant also contended that the City
had in any event been misdirected in its application of the
regulations. It contended
that the value of the individual
construction works contracts to be concluded under the framework
arrangement at which the tender
invitation was directed was the
relevant determinant for specifying the minimum qualifying grading
qualification that the tenderers
needed to have,
not
the anticipated total expenditure by the City pursuant to the
framework agreement. An alternative argument advanced by the
applicant was that the City had erred by applying the provisions of
reg. 25 as if the project works were to be undertaken by a
single
contractor, whereas the intention was to treat with a panel of
contractors. In that regard it argued that where it
was
contemplated that the work would be done between three contractors
the annualised tender value (R60 million in this case)
fell to
be divided by three for the purposes of determining the relevant
tender value range in Table 8 of the regulations.
[10]
The City’s response to the
applicant’s reliance on reg. 25(8) was that the sub-regulation
did not apply because the
City does not have a ‘targeted
development programme’. As to reg. 25(7A), it
explained that, for the purpose
of para (a) thereof, it would
not consider any margin greater than 20 percent to be reasonable.
Having regard to what
the City treated as the annualised value of the
tender (R60 million), it considered that the applicant was
exceeding its maximum
tender value range (R20 million) by 300
percent.
[11]
It
bears relating that the applicant had previously been contracted,
apparently satisfactorily, to render the selfsame type of
construction work in terms of an immediately preceding framework
contract with the City. The required grading stipulated by
the
City for the equivalent framework contracts in the preceding term
when the applicant had successfully tendered to be appointed
to the
panel from which the works project contractors had been selected had
been 4CE.
[3]
Indeed, the
bid specification committee established to determine the
specifications for the tender currently in issue also
initially fixed
a 4CE grading requirement.
[12]
The
bid specification committee’s initial stipulation was in line
with the guidance provided in the City’s ‘
Guidelines
for Compilers of Term Tender Contract Documents, Volume 1, Civil
Construction Works
’.
[4]
The
Guidelines refer to the type of contract involved in the tender in
issue in the current case as a ‘framework contract
(panel
type)’ as distinct from a ‘framework contract
(winner-takes-all type)’. It is convenient to quote
(warts and all) the Guidelines’ description of framework
agreements in full, for it gives a good idea of the nature of the
agreement that was to be concluded between the City and the
successful tenderers:
‘
FRAMEWORK
AGREEMENTS
The
CIDB’s Practice Note # 15 on Framework Agreements (Version 3
-August 2010) introduces the subject as follows:
“
Framework
agreements provide a convenient means for employers to obtain goods,
services or works from contractors within a defined
scope on an “as
instructed” basis over a set term without necessarily
committing to any quantum of work. Normally the
employer appoints a
number of contractors to provide goods commerce services or works in
terms of a framework agreement following
a competitive selection
process e.g. qualified procedure or open procedure.”
And
also quotes from ISO 10845-1, Construction procurement – Part 1
: Processes, methods and procedures, which it says
“
defines
a framework contract as a “agreement between an employer and
one or more contractors, the purpose of which is to establish
the
terms governing contracts to be awarded during a given period, in
particular with regard to price and, where appropriate, the
quantity
envisaged”
and
further quotes from ISO 10845-1 as follows
“
when
awarding contracts based on a framework agreement, the parties may
not under any circumstances, make substantial amendments
to the terms
laid down in that framework agreement. Employers should not use
framework agreements improperly, or in such a way
as to prevent,
restrict or distort competition.”
As
can be seen from the above, the terms “agreement” and
“contract” are not used consistently.
In
these Guidelines, and in the example documents they apply to,
“framework agreement” as used above is replaced by
framework contract (except ...).
In
conclusion, therefore, City of Cape Town contracts awarded in respect
of term tenders comprise
a)
The initial framework contract, under which
b)
goods services or works are carried out as
individual contracts (called “batch”, “task”
or “package
orders” in the abovementioned CIDB practice
note), But which are intricately tied to the framework contract. As
an example,
in term tenders for
construction
works
such contracts are called works
project contracts (or simply
works
projects
), and where
c)
the framework contract document sets out in
comprehensive detail, inter alia, the terms, conditions, pricing data
and scope of work
for works projects which may be allocated in terms
of a secondary selection process or on a winner-takes-all basis as
stipulated
in the contract, and
d)
works project contract documents themselves contain, inter alia, the
minimum necessary additional terms, conditions, pricing
data and
scope of work specific to that particular works project.’
[13]
It follows that the framework agreements
concluded with the successful tenderers did not directly engage them
to undertake specific
works. The ‘works project
contracts’ or (to use the language of the regulations)
‘construction work contracts’
(as mentioned, each falling
within a contract value range of between R1 million and
R6 million) contemplated in the tender
invitation fall to be
separately concluded by the City with the successful tenderers on an
‘as and when needed’ basis
during the three-year term of
the framework agreement. Those contracts will be allocated in
terms of a secondary selection
process. The City might well end
up expending much less on project works during that period than the
R180 million figure
used for the purposes of framing the tender
invitation. What it will spend will be the sum of its
expenditure on the individual
construction works contracts concluded
during the term of the framework agreement.
[14]
The
Guidelines provide that in a tender invitation pertaining to a
framework agreement such as that involved in the current case
‘[t]
he
works
projects value
must be stated,
which
also determines what CIDB contractor grading is applicable
’.
[5]
The
4CE grading initially determined by the bid specification committee
was fixed in accordance with that provision in the Guidelines.
[15]
The requirement was amended to 7CE only
after an official in the City’s supply chain management
department drew attention
to a directive-memorandum issued by the
municipal manager to the City’s director: supply chain
management, dated 4 August
2020. The intended purpose of
the memorandum was to clarify how bid specification committees should
determine the applicable
minimum grading qualification required of
contractors in respect of multi-year contracts. The nub of the
City Manager’s
opinion was expressed in the following passage
of the memorandum:
‘
Determining
the total value of a tender
Part
of the duties of the BSC [bid specification committee] is the
compilation of a tender document. Every tender is compiled
with
an estimated total value which would determine the applicable tender
process and the documentation required from bidders.
The tender value
ranges set out in table 8 of regulation 17 accommodate the
impreciseness of estimated total values. An employer
can never know
the exact value that the successful tenderer will offer and therefore
the estimated total value of the tender is
what an employer has at
hand at the bid specification stage.
The
provisions of regulation 25(1B) only provide a discretion to deviate
from using the total value of the contract and to use an
annual one.
What
the Guidelines provide, the use of the value of each works project,
has no basis in law. Every tender is specified with an
estimated
value in the bid initiation form and therefore the provisions of the
CIDB regulation can and should be applied in all
instances.’
The
memorandum concluded:
‘
Applying
the interpretive principle expressed by the SCA in
Natal
Joint Municipal Pension Fund v Endumeni Municipality
[6]
,
regulation 25(1B) is discretionary in how a total value of a term
tender can be broken down. However, exercise of the said discretion
ought to be objective and in line with the purpose of implementing
CIDB contractor gradings in public procurement.
The
manner in which the City has exercised its discretion, i.e. the
adopting of the Guidelines undermines what is contained in the
remaining provisions of the Regulations, which I caution against.
For
your attention and action.’
[16]
The argument addressed by counsel for the
City was directed in essence at supporting the City Manager’s
expressed opinion
on the application of the regulations. For
the reasons that follow, I have concluded that the City Manager’s
criticism
of the relevant provisions of the Guidelines was incorrect
and that his construction of the applicable regulations was in fact
undertaken at odds with the principles rehearsed in
Endumeni
supra, loc.cit.
[17]
I would stress the following parts of para
18 of
Endumeni
for the purpose of the required interpretative exercise: (i) ‘the
“inevitable point of departure is the language
of the provision
itself”, ‘read in context and having regard to the
purpose of the provision’, (ii) ‘whatever
the nature
of the document, consideration must be given to the language used in
the light of the ordinary rules of grammar and
syntax to the context
in which the provision appears; [and] the apparent purpose to which
it is directed’, (iii) ‘where
more than one meaning is
possible each possibility must be weighed in the light of all these
factors’ and (iv) ‘[a]
sensible meaning is to be
preferred to one that leads to insensible or unbusinesslike results
or undermines the apparent purpose
of the document’. The
stated principles highlight the particular importance when construing
written language to be
mindful of context and apparent purpose.
[18]
It
should be evident from discourse so far that it is the import of
certain of the regulations that is centrally in dispute in the
current matter. The regulations fall to be construed, as far
their language allows, consistently with the governing Act,
as their
evident purpose is to facilitate the implementation of the statute.
If the language of the regulations were, on
any interpretation,
irreconcilable with the Act, it would suggest that the Minister had
acted outside his or her powers in making
them.
[7]
Reaching that conclusion would be a last resort.
[19]
According to its long title, the purposes
of the CIDB Act were the establishment of the Board and the
implementation of ‘
an integrated
strategy for the reconstruction of, growth and development of the
construction industry and to provide for matters
connected
therewith
’. The preamble
gives as one of the inspirations for the legislation Government’s
‘
vision of a construction industry
development strategy that promotes stability, fosters economic growth
and international competitiveness,
creates sustainable employment and
addresses historic imbalances as it generates new construction
industry capacity
’. It also
speaks of ‘
the specialised and
risk-associated nature of construction plac
[ing]
an onus on the public sector client to
continuously improve its procurement and delivery management skill in
a manner that promotes
efficiency, value for money, transformation
and the sustainable development of the construction industry
’.
It is evident that by ‘
transformation
’
the Act envisages the effective outcome of strategies to be
implemented to advance meaningful participation in the construction
industry by the ‘
emerging
sector
’. The ‘
emerging
sector
’ is defined in s 1 as
‘
that sector of the construction
industry which comprises emerging enterprises
’.
An ‘
emerging enterprise
’
is by definition ‘
an enterprise
which is owned, managed and controlled by previously disadvantaged
persons and which is overcoming business impediments
arising from the
legacy of apartheid
’. The
facilitation of involvement in the construction industry by emerging
enterprises is quite obviously part of Government’s
stated
vision of a strategy that ‘
addresses
historic imbalances as it generates new construction industry
capacity
’. The applicant
close corporation is an ‘
emerging
enterprise
’ within the defined
meaning of the term. The self-declared objects of the Act
include promoting the inclusion of enterprises
like the applicant in
the construction industry and broadening the contractor base from
which organs of state and the private sector
procure construction
work services.
[20]
The
Act requires the Board to keep and maintain a register of the
prescribed particulars of contractors who are registered with
the
Board.
[8]
The Board is
mandated to establish and maintain a national register of contractors
that ‘
categorises
contractors in a manner that facilitates public sector procurement
and promotes contractor development
’.
[9]
A contractor may not undertake, carry out or complete any
construction works for public sector contracts awarded in terms
of
competitive tender or quotation unless it is registered with the
Board.
[10]
The evident
purposes of registration and categorisation are the management of
risk. In this regard the statute is directed
at minimising the
risk inherent in the conclusion of construction works contracts with
contractors which have not shown that they
are appropriately
qualified and financially sound enough to undertake the work
involved.
[21]
The
Minister
[11]
is charged with
prescribing the requirements for registration ‘
taking
into account the different stages of development of contractors in
the construction industry, the development of the emerging
sector and
the objectives of the Act
’.
[12]
The Minister must also prescribe ‘
the
manner in which public sector construction contracts may be invited,
awarded and managed within the framework of the register
and within
the framework of the policy on procurement
’.
[13]
Every organ of state ‘
must,
subject to the policy on procurement, apply the register of
contractors to its procurement process
’.
[14]
[22]
Insofar as relevant to the current matter,
the CIDB Act is concerned with the regulation of contractors and
construction works,
as defined in s 1 of the statute.
‘
Contractor
’
is defined to mean ‘
a person or
body of persons who undertakes to execute and complete construction
works
’. The specially
defined meaning of ‘
construction
works
’ is ‘
the
provision of a combination of goods and services arranged for the
development, extension, installation, repair, maintenance,
renewal,
removal, renovation, alteration, dismantling or demolition of a fixed
asset including building and engineering infrastructure
’.
The defined meaning of ‘
client
’
also bears noting: ‘
a person, body
or organ of state who enters into a contract to procure construction
works
’.
[23]
Reference
to the employment of those defined terms in the body of the statute
confirms that the legislation is centrally directed
at the regulation
of contracts for the undertaking of construction works. This is
especially evident in the provisions of
Chapter Three (ss 16-21)
of the CIDB Act. The heading to the Chapter spells out that its
provisions are directed at
the creation of a register ‘
that
will support risk management in the tendering process, provide a
means to assess the performance of contractors in the execution
of
contracts and thus provide a performance record for contractors
’.
Section 18(1) prohibits a contractor from undertaking, carrying out
or completing any construction works unless he
or she is registered
and holds a valid registration certificate. The registration
certificate in question will reflect the
contractor’s ‘category
status’.
[15]
The
contracts to which s 18 refers are the contracts in terms of
which the construction works are undertaken, i.e. construction
works
contracts. Section 19 of the CIDB Act provides for the
cancellation of a contractor’s registration. The
effect
of cancellation is, in terms of s 19(5)(b), that the affected
contractor ‘
may
not perform any act which he or she was entitled to perform as a
registered contractor
’.
What acts are contractors qualified to perform in terms of their
registration? Construction works. Section
19(7) bears out
the answer; it provides: ‘
A
contractor whose name and particulars are removed from the register
in terms of this section, during the currency of a public
sector
contract, may be permitted to complete the construction works or
portion thereof, as determined by the Board.
’.
The reference in reg. 25 to ‘
construction
works contracts
’
is entirely consistent with that.
[24]
A
‘construction works contract’ is, according to the
ordinary contextual import of the words making up the term, an
agreement in terms of which a client contracts with a contractor to
undertake to execute and complete construction works.
As
apparent from the description thereof set out above,
[16]
a framework agreement is
not
a construction works contract.
[25]
Counsel were agreed, correctly so, that the
CIDB Act and the regulations do not contain any reference to
framework agreements; they
are concerned only with construction works
contracts. Construction work is not executed in terms of a
framework agreement.
The construction work contemplated in
terms of the provisions of a framework agreement is not undertaken in
terms of that agreement,
but rather in terms of the construction
works contract(s) that the framework agreement contemplates might
subsequently be awarded
to the contractors who are party to the
framework agreement. The regulations are relevant for the
purposes of a framework
agreement because there would be no point in
concluding a framework agreement with contractors that were not
qualified to enter
into the construction works contracts to be made
later in terms of the agreed framework. The framework agreement
in the current
matter limits the value of each of those possible
contracts to a maximum of R6 million. Contractors with a
4CE registration
are permitted to execute and complete construction
works contracts with a tender value of R6 million.
[26]
The City’s counsel argued that
notwithstanding the limits on the maximum anticipated value of the
individual construction
works contracts to be concluded during the
three-year term of the framework agreement, the ‘
tender
value
’ was R180 million.
He emphasised the use of the expression ‘
tender
value range
’ in the regulations,
suggesting that the ‘tender value’ was the anticipated
total expenditure in terms of the
framework agreement, and not of the
individual construction works contracts that might (or might not) be
concluded pursuant to
it. He submitted that it was the ‘tender
value’, so understood, that was germane, not the contract
values of
the construction works contracts that might be concluded in
terms of the framework.
[27]
In my judgment the argument advanced on
behalf of the City in that respect has to fail because it overlooks
that the CIDB Act and
the regulations are not concerned with
framework agreements. They are concerned only with construction
works contracts.
[28]
The expressions ‘
tender
value
’ and ‘
range
of tender values
’ are not defined
in the CIDB Act and regulations, but contextually they can pertain
only to the type of contract with which
the legislation is engaged,
viz. construction works contracts. The term ‘
tender
value range
’ does not appear in
the CIDB Act, and ‘
tender value
’
is used only twice (in s 22(3) and s 23(2)). Both
occurrences of the latter term are in relation to ‘
construction
contracts
’. As I have
stressed, framework agreements are not ‘
construction
contracts
’. Regulation 1,
which is the definitions provision in the regulations, provides that
‘[i]
n these Regulations, unless
the context otherwise indicates, every word takes the meaning as
defined in the Act
’. As
‘
tender value
’
is not specially defined in the CIDB Act, it takes its meaning, where
it is used there, from the context; i.e. in relation
to ‘
construction
contracts’
, not framework
agreements.
[29]
Regulation 17, which contains Table 8
setting out the applicable gradings for which registered contractors
can qualify, states ‘[a]
contractor
registered in a contractor grading designation indicated in column 1
of the Table 8 below, is considered to be capable
of undertaking a
contract in the range of tender values indicated in column 2 of
that table in the class of the construction
works
[in this case, civil engineering]
to
which the category of registration of that contractor relates
.’
Table 8, which is periodically adjusted, in terms of reg. 17A,
to take account of the changing value of money,
has, since 5 October
2019, set out the following grading criteria in respect of the
ability of a contractor to undertake a contract:
TABLE
8
Grade
Current (TVR)
Proposed Adjustment
(TVR)
1
200 000
500 000
2
650 000
1 000 000
3
2 000 000
3 000 000
4
4 000 000
6 000 000
5
6 500 000
10 000 000
6
13 000 000
20 000 000
7
40 000 000
60 000 000
8
130 000 000
200 000 000
9
No Limit
N/A
The
amounts in the third column of Table 8 have, since October 2019, been
the respective upper limits for the corresponding grades
identified
in the first column. The amounts in the second column applied
before the amendments effected from October 2019.
‘TVR’
is an acronym for ‘
Tender Value
Range
’. A consideration of
Table 8 shows that the term ‘tender value range’ relates
to the range between the
lowest and highest tender values for each of
the grades identified in the first column. Thus, for example,
the tender value
range for Grade 7, which slots in between Grades 6
and 8, is between R20 million (the upper limit for Grade 6) and
R60 million
(the lowest value in the range applicable to Grade
8).
[30]
The
manner of determination of contractor grading determinations is
regulated by regs. 11 and 12. It involves an evaluation
of
(i) the contractor’s ‘financial capacity’
[17]
and (ii) the contractor’s ‘works capability’.
[18]
[31]
One of the three factors to which the Board
has regard, in terms of reg. 11(2), for the purpose of establishing a
contractor’s
‘financial capacity’ is the completion
by the contractor within the preceding five years of at least one
construction
works contract exceeding a total
contract
value
of an amount stipulated in the
fourth column of Table 1 (which appears in reg. 12(1)). The
heading to the fourth column is
‘
Largest
Contract (22.5% of Upper Limit of
tender
value
range. 20% for Grade 2
’,
which suggests that the expressions ‘
contract
value
’ and ‘
tender
value
’ are used synonymously.
Acknowledging the synonymity is the only way to sensibly reconcile
the provisions of reg. 11(2)(b)
and reg 12(1).
[32]
A contractor’s ‘works
capability’ is, in terms of reg. 11(5)(b), determined by
establishing whether ‘
the
contractor has during the five years immediately preceding the
application completed at least one construction works contract
in the
category of construction works for which the contractor wishes to
register, of which the value equals or exceeds the amount
of that
works capability designation as contemplated in regulation 12(7)
’.
Regulation 12(7) provides ‘
To
qualify to be categorised in a specific works capability designation
as indicated in columns 1 and 2 of table 5 below, a contractor
must,
in addition to the requirements of subregulation (5)
[which, as currently worded, applies only to the class of
construction works “Electrical Engineering Works –
designation
EB”]
, have
successfully completed a contract of at least the value indicated in
column 3 of table 5 below.
’.
[33]
Table 5 is reproduced below:
TABLE
5
Works Capability
Designation
Maximum Value of
Contract That A Contractor is Considered Capable of Performing (R)
Largest Contract
Executed in The Last 5 Years in The Class Of Construction Works
Applied For (R) Largest Contract (22.5% of
Upper Limit of tender
value range, 20 % for Grade 2)
1
200 000
-
2
650 000
130 000
3
2 000 000
450 000
4
4 000 000
900 000
5
6 500 000
1 500 000
6
13 000 000
3 000 000
7
40 000 000
9 000 000
8
130 000 000
30 000 000
9
No Limit
90 000 000
One
would expect the amounts for each grade in the second column of Table
5 to correspond with the upper limits for those grades
in Table 8 in
regulation 17. That they do is confirmed when they are checked
against the amounts in the second column of
Table 8.
[19]
[34]
One would also have expected Table 5 to
have been revised to correspond with the amounts reflected in the
third column of Table
8 once the latest revisions to the latter table
came into effect on 5 October 2019, but judging by the copy of the
regulations
published in Juta’s regulations service that does
not yet appear to have been done. However, what is relevant for
present
purposes is that reading Table 5 with Table 8 provides
further confirmation there is no difference in meaning between
‘
tender value
’
and ‘(construction works)
contract
value
’ as those terms are
employed in the regulations. A contractor is considered
qualified to execute construction works
of contract or tender value
falling within the tender value range applicable in respect of the
grading designation assigned to
it in terms of its registration.
[35]
If the interpretation propounded by the
City Manager were correct, it would give rise to startlingly
anomalous consequences.
In the context of the situation of a
contractor like the applicant, it would imply disqualifying it from
appointment to a panel
of contractors constituted to undertake
construction work contracts each not exceeding R6 million in
contract or tender value
despite the applicant having been graded by
the Construction Industry Development Board as capable of undertaking
construction
works contracts of up to R20 million in value.
Put otherwise, it is an interpretation that would exclude any
contractor
from tendering for a framework agreement that would
potentially lead to construction works contracts each worth no more
than R6 million
being awarded to it during a three-year period
unless the contractor had been graded as able to execute construction
works contracts
up to ten times that value.
[36]
The considerations identified in the
preceding paragraph highlight the unbusinesslike results that would
follow were the City Manager’s
interpretation applied. It
is an interpretation that not only just does not make business sense;
it is also one that, were
it applied, would undermine some of the
principal objects of the CIBD Act. It would imply that the City
could employ only
relatively large and well-resourced contractors to
undertake works projects well within the established capability of
much smaller
contractors. It needs no explanation to appreciate
that that would not foster the transformation of the construction
industry
at which the CIDB Act is in part directed.
[37]
The
foregoing analysis of the CIDB Act and the regulations in accordance
with the precepts rehearsed in
Endumeni
supra, loc.cit. and stressed in paragraph [17]
above
impels the conclusion that the City Manager’s interpretation
was erroneous, and that the City’s ‘Guidelines’
document referred to earlier
[20]
proceeded, in relevant part, in accordance with the correct
construction of the relevant legislation.
[38]
The
City Manager’s misconceived interpretation proceeded from a
misunderstanding of the import of reg. 25(1B) of the regulations.
He appears to have thought it could pertain to a framework contract
of the type involved in the current case. Yet, as explained
above, it is clear, when regard is had to reg. 25(1), 25(1A) and
25(1B) read together, that the word ‘
contract
’
in reg. 25(1B) relates to a ‘
construction
works contract
’
within the meaning of that term in reg. 25(1).
[21]
The object of reg. 25(1B) is to modify the effect of reg. 25(1)
in cases where the
construction
works project
in question is to extend over more than one year on any of the bases
stated in paragraphs (a) to (c) of reg. 25(1B). There
has been
no suggestion that any of the construction works contracts, each
valued at no more than R6 million, that might be
concluded under
the regime to be set up by the framework agreement in issue will be
executed over a period exceeding a year.
The framework
agreement’s three-year term is also an entirely different
concept to the term of any construction works contract
that might be
concluded pursuant to the framework agreement.
[39]
It
is well established that decisions made in respect of the
implementation of public procurement, including issuing invitations
to tender and adjudicating the elicited bids ordinarily constitute
administrative action within the meaning of the Promotion of
Administrative Justice Act 3 of 2000 (‘PAJA’); see e.g.
Logbro
Properties CC v Bedderson NO and Others
[2002] ZASCA 135
(18 October 2002;
[2003] 1 All SA 424
(SCA);
2003
(1) SA 460
(SCA) from para 5. That is undoubtedly so in respect
of procurement by municipalities, which is governed by the Local
Government:
Municipal Finance Management Act 56 of 2003 (‘MFMA’).
In relevant part, the MFMA reiterates and gives effect to
s 217(1) of the Constitution, which requires organs of state in
the national, provincial and local spheres of government to
undertake
procurement of goods and services ‘
in
accordance with a system which is fair, equitable, transparent,
competitive and cost effective
’.
The City, correctly, accepted that its decisions in the tender
process in issue in the current case amounted to administrative
action.
[22]
[40]
The
City is required by the MFMA to adopt and apply a supply chain
management policy. Clause 123 of the City’s policy
provides that if a bid relates to construction works as contemplated
by the
Construction Industry Development Board Act, then
the
requirements of that Act must be taken into account in the bid
documentation. That was purportedly done in the current
case
but, for the reasons discussed, it is evident that it was done based
on a misconceived apprehension of the import of those
requirements.
The misconception, which led to a 7CE grading being stipulated
as the minimum category status of contractor
whose bids would be
considered, when the regulations indicated that a 4CE grading would
suffice, clearly resulted in unfairness
to the applicant and probably
also to other contractors who held the legally requisite grading to
execute the contemplated construction
works contracts but were
excluded by the bid specification from tendering. It
fundamentally tainted the procurement process,
including the legality
of the award to the two successful tenderers, Nejeni Construction &
Management (Pty) Ltd and Martin
and East (Pty) Ltd.
[23]
Those companies were cited in the application as the third and fourth
respondents, respectively, but played no active part
in the
proceedings, thereby in effect abiding the judgment of the court.
[41]
In its amended notice of motion, the
applicant sought primary relief by way of an order in the following
terms:
‘
2.
In relation to the [City’s] tender no. 134Q/202/21, a term
tender for trenchless rehabilitation of sewers by pipe cracking
(“the
tender”), the requirement of the tender specification that
bidders must have a CIDB grading of “7CE or
higher” is
declared to be unlawful;
3.
Consequent on the declaration in prayer 2 above:
3.1
The approval of the tender specification is reviewed and set aside;
3.2
The approval and publication of the tender and the invitation of bids
in response thereto is reviewed and set aside;
3.3
The tender evaluation process is reviewed and set aside
3.4
The decisions holding the applicants bid non responsive are reviewed
and set aside; and
3.5 The awards made to
the third and 4th respondents in terms of the tender (and any
contracts concluded with them pursuant thereto)
are reviewed and set
aside;
4.
The [City] is granted leave to readvertise for the tender services on
such lawful terms, conditions and specifications as it
deems fit,
having regard to the declaration in prayer 2 above’.
[42]
The applicant’s counsel submitted
that it was entitled to the aforementioned relief on the grounds
described in s 6(2)(d)
and 6(2)(e)(iii) of PAJA, namely, that
the administrative action was materially influenced by an error of
law and that the action
was taken because irrelevant considerations
were taken into account or relevant considerations were not
considered. The submission
was well made.
[43]
The
application for review was, however, arguably submitted outside the
180-day outer limit prescribed in s 7(1) of PAJA.
If the
180-day limit was exceeded, the court would be precluded from
entertaining it unless the time within which review proceedings
had
to be commenced was varied in terms of s 9(1) of PAJA.
[24]
Section 9(1) provides that the period may be extended by agreement
between the parties, or failing such agreement, by the
court on
application. No agreement was made, and the applicant applied,
in terms of its finally amended notice of motion,
for condonation, if
such were required, of the delay. The City opposed the
condonation application. Section 9(2)
of PAJA empowers the
court to grant the application ‘where the interests of justice
so require’. Whether the
period was exceeded depends on
whether it fell to be calculated from the date the applicant first
had knowledge of the 7CE grading
qualification stipulation. It
would not have been exceeded if the relevant date were either the
date upon which it was informed
of the rejection of its bid or date
it was advised of the result of its internal appeal.
[44]
The applicant was aware of the stipulated
7CE grading requirement when it read the invitation to tender.
As mentioned, it
considered that as the holder of a 6CE grading its
bid would nonetheless qualify for consideration by virtue of reg
25(8).
It did not appreciate that the City did not operate a
targeted development scheme, and assuming that the City did, did not
think
to ask at the clarification meeting the City had with potential
bidders about whether such a programme in fact existed.
[45]
The
stipulated grading in any event also begged the question about the
role of reg. 25(7A) (quoted above), which affords an
organ of
state a qualified discretion in given circumstances ‘
to
evaluate and award a tender offer from a tenderer who is registered
but who tendered outside his or her tender value range as
contemplated in regulation 17
’.
In this regard, counsel on both sides acknowledged that there was
what appeared at first blush to be what Mr
Newdigate
SC for the applicant described as ‘a tension’ between the
provisions of reg. 25(1) and reg. 25(7A). Neither of
them,
however, ventured any argument on how the apparent tension fell to be
resolved. It has proved unnecessary to do so
in this matter,
but without being determinative, it seems to me that the reg. 25(7A)
could apply only when the applicable contractor
grading designation
referred to in reg. 25(3)(a)(ii) falls to be ‘
derived
’
(rather than predetermined) in the second of two scenarios
contemplated in that sub-paragraph.
[25]
That construction seems to me the only way in which the provisions of
reg. 25(1), 25(3) and 25(7A) can be read harmoniously.
On that
approach, reg. 25(7A) would have found no scope for application in
the adjudication of the tender in issue in the current
case.
[46]
The applicant was informed on 21 April 2021
of the rejection of its bid as non-compliant with the stipulated
grading qualification
and also because it omitted proof of the
applicant’s asbestos contractor certification. The
applicant then lodged
an appeal in terms of
s 62
of the
Local
Government: Municipal Systems Act 32 of 2000
. It requested
certain information from the City to supplement its appeal.
Some of the requested information was furnished
by the City on 19
July 2021. The appeal was against both legs of the adverse
decision. In respect of the first leg,
the applicant contended
that the applicable grading requirement should have been stipulated
as 4CE or 5CE. The applicant
also contended that the City
should not have rejected its bid without having due regard to the
provisions of reg. 25(7A).
In that regard it stressed that its
ability to undertake the contract work had been demonstrated by its
performance of construction
works contracts under the previously
subsisting framework agreement. (For the reasons given earlier
I consider the applicant’s
invocation of reg. 25(7A) was
misconceived, but that is by the by.)
[47]
The City’s internal appeal authority
upheld the appeal against the rejection of the bid for non-compliance
with the asbestos
contractor certification requirement but dismissed
the applicant’s arguments based on reg. 25(7A) and (8).
The appeal
authority, consistently with the interpretation propounded
in the City Manager’s abovementioned memorandum-directive, held
that the situation was regulated by reg. 25(1B). The
appeal was dismissed on 6 August 2021, and papers in the current
judicial review application were issued 19 days later, on 25 August
2021.
[48]
The application for condonation is
predicated on the assumption that the 180-day period stipulated in
s 7(1)
of PAJA fell to be calculated from the date it became
aware of the stipulated 7CE grading requirement, which was sometime
between
9 October and 13 November 2020. Mr
Farlam
SC for the City submitted that that was the time from which the clock
started running. He contended that the time taken up
by the
internal appeal process did not stop the clock because the
applicant’s grievance about the 7CE stipulation was not
susceptible to appeal in terms of s 62 of the Systems Act.
The relevant regulations are not easy to construe, however,
and I do
not consider that the applicant’s mistaken apprehension that
reg. 25(7A) could afford the internal appeal authority
the power to
reconsider the rejection of its bid submission for non-compliance
with the stipulated 7CE grading was unreasonable.
The City
certainly entertained the appeal.
[49]
The City gave an undertaking, on 18 August
2021, a week before the institution of this application, that the
tender award would
not be implemented pending the determination of
the litigation. The City’s willingness to give the
undertaking suggests
that at the time it did not consider itself
materially prejudiced by the institution of review proceedings.
When the applicant
required a postponement on 12 October 2022 in
order to amend its notice of motion when the matter came up before me
for hearing,
the City did at that stage complain of prejudice. Its
complaint was addressed by the court directing, when it granted the
postponement,
that the City’s undertaking would fall away.
[50]
The character of the amended relief now
sought by the applicant (described above as the ‘primary
relief’) required that
notice be given afresh to the third and
fourth respondents because, unlike the case under the original notice
of motion, the award
of the tender to them became imperilled by it.
It was for that reason that a postponement was necessitated so that
those
respondents could reconsider their non-participation in the
proceedings. As mentioned, neither of them entered the fray,
which suggests on the probabilities that they do not consider
themselves materially prejudiced by the time and course the
proceedings
have taken. They have not placed any evidence
before the court in opposition to the application for condonation or
the primary
relief.
[51]
The case involves an important matter of
principle affecting not just the current applicant, but potentially
also many other contractors
who are currently excluded from
construction industry work because of the City’s application of
the CIDB Act and regulations
in accordance with the instruction given
by the municipal manager instead of the relevant provisions of the
City’s ‘Guidelines’
document. Mr
Farlam
acknowledged the importance, in the wider context, of obtaining
clarity about how tender processes regulated by reg. 25 should
be
conducted. He argued, however, that the court should refuse
condonation and strike the review application from the roll
yet use
the opportunity to opine in the judgment on the proper interpretation
of the contentious provisions. That approach
does not commend
itself to me. It is not the courts’ function to give
advice, their function is to determine justiciable
disputes.
The general importance and usefulness of a determinative decision by
the court on the questions in dispute weighs
in favour of a
conclusion that it would be in the interests of justice for the
review application to be decided.
[52]
For the reasons explained above, I consider
that the delay caused by the appeal process was not unreasonable.
It was adequately
explained. No time was wasted by the
applicant in proceeding with the application after its internal
appeal had been dismissed
and there is no evidence that any of the
respondents would be occasioned substantial prejudice if the
application were entertained
outside the prescribed time limit.
[53]
Another factor weighing in favour of
condonation is that, as apparent from findings made above on the
proper interpretation of the
regulations, the applicant enjoyed good
prospects of success. It was because prospects of success in
the main application
are relevant to determining what might be in the
interests of justice that applications for condonation in terms of
s 9 of
PAJA are often addressed at the end of the judgment
rather than at the beginning as would ordinarily be appropriate on
account
of their preliminary character.
[54]
All of the aforegoing considerations impel
the conclusion that condonation, to the extent that it is required,
should be granted.
[55]
Mr
Farlam
argued that in the event that I came to the conclusion that I have
done, the effect of any order reviewing and setting aside the
tender
process should be suspended for a reasonable period to enable the
City, if so advised, to run a fresh tender process.
His
contention was in accordance with the course ordinarily followed in
such circumstances.
[56]
The applicant’s counsel, however,
resisted the idea. They submitted that it would be unfair, and
result in the denial
of meaningful relief to the applicant. In
a post-hearing written submission, they argued that it would instead
be just and
equitable for the court to order ‘
that
the declaration of unlawfulness and invalidity … be suspended
in relation only to any construction works contracts allocated
to the
third and fourth respondents where work has already commenced as at
the date of the court’s order
’.
[57]
The
applicant’s counsel submitted that while the City proceeded
with a fresh tender process, it could contract for the necessary
repair of its sewer pipes by availing of reg. 36 of the
Municipal
Supply Chain Management Regulations
[26
]
promulgated in terms of the MFMA and also clause 327 of the City’s
supply chain management policy. That course would
be available
- only (i) in an emergency; (ii) if the goods or services in question
are produced or available from a single provider
only; (iii) for
the acquisition of special works of art or historical objects where
specifications are difficult to compile;
(iv) in respect of the
acquisition of animals for zoos; or (v) in any other exceptional case
where it is impractical or impossible
to follow the official
procurement processes. The very object of suspending orders of
invalidity in cases like this is to
avoid situations of urgency and
the creation of situations sufficiently exceptional to justify
deviations from the prescripts of
s 217(1) of the Constitution.
I do not accept that the type of order proposed by Mr
Farlam
would deny the applicant effective relief.
[58]
An order will issue in the following terms:
(a)
Insofar as may be necessary, the period for
the institution of these proceedings prescribed in
s 7(1)
of the
Promotion of Administrative Justice Act 3 of 2000
is extended, in
terms of
s 9
of the said Act, to 25 August 2021 (being the date
upon which the proceedings were instituted).
(b)
The City of Cape Town’s tender
process in tender no. 134Q/202/21 for the procurement of a panel
of contractors with which
to be able to contract for the trenchless
rehabilitation of sewers by pipe cracking is declared to have been
invalid and is reviewed
and set aside, including the resultant award
of the tender contract to the third and fourth respondents.
(c)
The operation of the order in terms of
paragraph (b) above is suspended for a period of six months from the
date of this order to
enable the City of Cape Town to make such
alternative arrangements as it may deem meet to procure the services
of a contractor
or contractors to undertake trenchless rehabilitation
of sewers by pipe cracking.
(d)
The first respondent shall be liable to pay
the applicant’s costs of suit, including the fees of two
counsel where such were
engaged.
A.G. BINNS-WARD
Judge
of the High Court
APPEARANCES
Applicant’s
counsel:
J.A. Newdigate SC
Nick
de Jager
Applicant’s
attorneys:
Edward Nathan Sonneberg Inc
Cape
Town
First
respondent’s counsel:
P.B. Farlam SC
First respondent’s
attorneys:
Levendal Attorneys
Kuils
River, Cape Town
[1]
In
terms of Table 8 in reg. 17 of the Construction Industry Development
Regulations, 2004, published in GN 692 in GG 26427 of
9 June 2004,
as amended in GenN 357 of 5 July 2019.
[2]
See
reg. 13 of the regulations.
[3]
The
applicant’s appointment in terms of the preceding framework
agreement was ultimately obtained after a litigious challenge
to the
City’s initial decision to exclude it.
[4]
Version
1, October 2014.
[5]
Bold
font in the original. Underlining supplied for emphasis.
[6]
[2012]
ZASCA 13
(16 March 2012);
[2012] 2 All SA 262
(SCA);
2012 (4) SA 593
(SCA) at para 18. Reference to
Endumeni
loc. cit. was described in
Capitec
Bank Holdings Limited and Another v Coral Lagoon Investments 194
(Pty) Ltd and Others
[2021] ZASCA 99
(9 July 2021);
[2021] 3 All SA 647
(SCA);
2022 (1)
SA 100
(SCA) at para 49 as having become ‘
a
ritualised incantation
’
in regard to questions of interpretation. The SCA cautioned
‘
It
is often used as an open-ended permission to pursue undisciplined
and self-serving interpretations.
’.
I venture that is liable to happen only when sufficiently close
attention is not paid to everything that Wallis
JA compressed into a
single paragraph.
[7]
Section
33(1) of the CIDB Act empowers the Minister ‘to make
regulations not inconsistent with this Act’.
[8]
Section
17.
[9]
Section
16(1).
[10]
Section
18.
[11]
‘
Minister
’
is not defined in the statute, but it would appear that the CIDB Act
is administered by the Minister of Public Works.
[12]
Section
16(5).
[13]
Section
16(3).
[14]
Section
16(4).
[15]
Section
17.
[16]
In
paragraph [12].
[17]
Reg.
11(2).
[18]
Reg.
11(5).
[19]
Table
8 was reproduced in paragraph [29]
above.
[20]
In
paragraphs [12][12]
to
[14].
[21]
Sub-regulations
25(1), 25(1B) and 25(3) are quoted, with relevant highlighting, in
paragraph [5]
above.
[22]
For
examples of cases where the contrary has been argued, see
Logbro
supra,
Transnet
Ltd v Goodman Brothers (Pty) Ltd
[2000] ZASCA 62
(9 November
2000); 2001 (1) SA 853
(SCA),
Eden
Security Services CC and Others v Cape Peninsula University of
Technology and Others
[2014] ZAWCHC 148
(8 September 2014),
Mzanzi
Fire and Security (Pty) Ltd v Durban University of Technology and
Others
[2022]
ZAKZDHC 12 (3 March 2022);
[2022] 2 All SA 475
(KZD);
2022 (5) SA
510
(KZD) and
Ma-Afrika
Hotels (Pty) Ltd v Cape Peninsula University of Technology
[2023] ZAWCHC 4
(19 January 2023).
[23]
Cf.
Seale v Van Rooyen NO and Others; North-West Province v Van Rooyen
NO and Others
[2008]
ZASCA 28
;
[2008] 3 All SA 245
(SCA);
2008 (4) SA 43
(SCA), at para
13.
[24]
Opposition
to Urban Tolling Alliance and Others v The South African National
Roads Agency Ltd and Others
[2013] ZASCA 148
(9 October 2013);
[2013] 4 All SA 639
(SCA) at para
26.
[25]
Reg.
25(3)(a)(ii) is quoted in paragraph [5]
above.
[26]
GNR
868 of 2005, published in GG 27748 of 30 June 2005, as amended by
GNR 31 published in GG 40553 of 20 January 2017.
sino noindex
make_database footer start
Similar Cases
JK Structures CC v City of Cape Town and Others (leave to appeal) (14485 / 2021) [2023] ZAWCHC 93 (8 May 2023)
[2023] ZAWCHC 93High Court of South Africa (Western Cape Division)100% similar
K.J v I.J and Another (Reasons) (2025/095755) [2025] ZAWCHC 408 (4 September 2025)
[2025] ZAWCHC 408High Court of South Africa (Western Cape Division)98% similar
J.R.S v K.D.Z-S and Another (2025/027753) [2025] ZAWCHC 96 (10 March 2025)
[2025] ZAWCHC 96High Court of South Africa (Western Cape Division)98% similar
S.K v J.L.K (3198/23) [2023] ZAWCHC 62 (24 March 2023)
[2023] ZAWCHC 62High Court of South Africa (Western Cape Division)98% similar
J.A.L v J.L and Another (19441/2020) [2022] ZAWCHC 118 (10 June 2022)
[2022] ZAWCHC 118High Court of South Africa (Western Cape Division)98% similar