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 89
|
Noteup
|
LawCite
sino index
## BCB Cable Jointing CC v Ampcor Khanyisa (Pty) Ltd and Others (4709/2021)
[2023] ZAWCHC 89; [2023] 3 All SA 81 (WCC) (5 May 2023)
BCB Cable Jointing CC v Ampcor Khanyisa (Pty) Ltd and Others (4709/2021)
[2023] ZAWCHC 89; [2023] 3 All SA 81 (WCC) (5 May 2023)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAWCHC/Data/2023_89.html
sino date 5 May 2023
FLYNOTES:
ADMINISTRATIVE – Tender – Review – Losing
company seeks to review and set aside award to
winner and
seeks substitution – Delay of 8 months from dismissal of
internal appeal before bringing application –
Failing to
bring a substantive application for extension of the 180-day
period – Applicant’s stance that fraud
unravels
everything so it was not necessary for it to seek condonation –
Grounds for review also not sustainable –
Application
dismissed.
IN
THE HIGH COURT OF SOUTH AFRICA
(WESTERN
CAPE DIVISION, CAPE TOWN)
Case
No: 4709/2021
In
the matter between:
BCB
CABLE JOINTING
CC
Applicant
and
AMPCOR
KHANYISA (PTY) LTD
First
Respondent
THE
CITY OF CAPE
TOWN
Second
Respondent
THE
CITY MANAGER, CITY OF CAPE TOWN
Third
Respondent
Coram:
Justice J Cloete
Heard:
16 March 2023
Delivered
electronically:
5 May 2023
JUDGMENT
CLOETE
J
:
Introduction
[1]
This is an opposed review in which the applicant (“BCB”)
seeks,
inter alia
, the setting aside of a tender awarded by
the second respondent (the “City”) to the first
respondent (“Ampcor”)
relating to the provision of
“emergency cable jointing and terminating services for up to 11
KV cables” (the “tender”).
[2]
BCB launched this application on 16 March 2021 in two parts. In Part
A
it sought an order that pending determination of the relief in Part
B the City be compelled to conclude a contract, and allocate
work to
it, as alternative contractor pursuant to the tender award.
[3]
On 19 April 2021, Part A was settled in terms of an agreed order
which
reads in relevant part as follows:
‘
2.
It is recorded that:
2.1
a contract was concluded on or about 3 August 2020 between the second
respondent and the
applicant, as alternative contractor (“the
Contract”) pursuant to the award of tender number…
2.2
the applicant and second respondent will adhere to the terms of the
Contract referred to
in paragraph 2.1 above, while the Contract
remains in effect;
2.3
the applicant’s entitlement to be allocated work, as
alternative contractor, in terms
of the Contract is dependent on the
first respondent as main contractor defaulting in terms of the
relevant provisions of the contract
concluded between the first
respondent and the second respondent pursuant to the award of the
Tender…
3.
The aforementioned recordals do not constitute an admission on the
part of the
second and/or third respondents that the applicant is
entitled to any of the relief sought in Part A of the notice of
motion.
4.
The second and third respondents expressly reserve the right to
dispute the applicant’s
entitlement to any of the orders sought
in Part A of the notice of motion; and to dispute the allegations in
the founding affidavit
pertaining to the relief sought in Part A of
the notice of motion.
5.
The costs pertaining to the relief sought in Part A of the notice of
motion,
will stand over for determination at the hearing of the
relief sought in Part B of the notice of motion.’
[4]
In the amended Part B the following relief is sought:
4.1
Condonation for any delay in launching the application;
4.2
Setting aside the City’s supply chain management policy
(“SCMP”) to the
extent that it seeks to comply with the
Preferential Procurement Regulations, 2017;
4.3
Setting aside the tender award together with the decision of the
third respondent (“City
Manager”) to dismiss BCB’s
appeal against that award;
4.4
Substituting the award of the tender by awarding it to BCB as
principal contractor;
4.5
Directing that compensation be paid to BCB, jointly and severally by
the respondents, in
the amount of R958 820.86; and
4.6
Costs on the scale as between attorney and client.
Relevant
factual background
[5]
BCB had previously been the contractor and service provider to the
City
for the electrical work underpinning the tender for 12 years.
During 2019 the City advertised the tender with a closing date of
3 December 2019 for a period not exceeding 36 months ‘
from
date of commencement of contract’.
[6]
From the tender documents it is clear that the tender did not relate
to
any specific project(s). It instead envisaged a “framework
agreement” in which a successful bidder would perform
ad hoc
services for the City as and when the need arose, at agreed rates.
[7]
Bids would
be assessed in accordance with a so-called “80/20”
calculation, which applies to tenders with a value less
than
R50 million. This meant that bidders would be scored based on a
competitive assessment of their quoted prices with a
maximum score of
80 points; and up to 20 “preference points” based on
their “contribution level” in terms
of the B-BBEE Act.
[1]
The bidder with the best overall score would be successful, save in
exceptional circumstances (as far as can be gleaned from the
papers,
BCB does not rely on any such circumstances).
[8]
As also evidenced by the tender documents, the City envisaged
appointing
one successful bidder for all of the tendered work in all
of its electrical distribution areas. However, it reserved the right
to break up the tendered work, and to appoint both a “main”
and “alternative” contractor. The alternative
contractor
would only be awarded work projects if the main contractor defaulted,
and failed to meet its commitment to be on site
within 4 hours of
notification that work was required.
[9]
The City’s Bid Evaluation Committee (“BEC”) found
that
both BCB and Ampcor submitted “responsive” bids
(i.e. those which met the mandatory requirements of the tender);
offered
reasonable and acceptable rates; had sufficient experience;
and offered adequate resources and staff to complete the work.
[10]
However, when the bids were scored, Ampcor achieved better than BCB.
The latter offered
the best prices, thus entitling it to 80/80 points
for this item. However BCB acknowledged in its bid that it was a
“non-compliant
contributor” in terms of B-BBEE. In terms
of the tender documents, this meant that BCB had to be scored with
0/20 possible
preference points. Ampcor offered competitive prices,
which entitled it to 75.07/80 points for price; and was a “level
1”
B-BBEE contributor, which entitled it to 20/20 preference
points.
[11]
The BEC thus recommended that Ampcor be appointed as the main
contractor, and BCB as the
alternative contractor. This
recommendation was accepted by the City’s Bid Adjudication
Committee (“BAC”) and
the tender award decision was
conveyed to BCB and Ampcor on 11 June 2020.
[12]
Aggrieved by the outcome, BCB submitted an internal appeal to the
City Manager. In summary
its grounds of appeal were: (a) superior
work experience and functionality in comparison to Ampcor; and (b)
better pricing
than Ampcor. On 13 July 2020 the City Manager
advised BCB that its appeal had been unsuccessful. In his
accompanying reasons
the City Manager confirmed that BCB offered
marginally better prices, but this had been eclipsed by the fact that
it scored no
preference points. Ampcor thus achieved the highest
score, and there was no reason that BCB’s claimed superiority
should
place it above Ampcor. In particular, the City Manager stated
that:
‘
What
the Appellant raises as its upper hand when compared to Ampcor was
responsiveness criteria which both tenderers satisfied.
Accordingly,
based on regulation 5(7) of the PPPFA Regulations, the tenderers had
to be evaluated further based on their price
and preference points…
Clause
6.3.10.3 of the tender conditions provides that scoring of tenderers
would be done in terms of points for price
and
preference.
The
Appellant is correct in asserting that its price was lower than that
of Ampcor. However, as alluded to earlier, price is not
the only
factor to consider when determining the highest ranked tenderer; a
tenderer’s preference points must additionally
be considered.
The
Appellant, as a non-contributor
[2]
in terms
of Broad-Based Black Economic Empowerment, did not score any
preference points.
For
further clarity on why Ampcor was successful as Main Contractor, the
total scores on price and preference were as follows:-
Tenderer
Price points
Preference
points
Total
1.
Ampcor
75.07
20
95.07
2.
The
Appellant
80
0
80
[13]
Almost three months later, on 8 October 2020, BCB enquired from
the relevant City
official ‘
if there has been a commencement
date set for the tender…’
. On 16 October 2020
the official confirmed BCB’s appointment as alternative
contractor and requested certain documents
and information, including
‘
the staff that will be used in the contract’.
On
19 October 2020, BCB responded, pointing out that most of the
documentation had already been supplied. It also complained
about
Ampcor’s competence and then went on to state:
‘
As
per a previous email received from the CoCT regarding our appeal, we
were informed that we could seek further legal action within
180 days
should we feel that we are not receiving the necessary feedback we
require. To date, we do feel that this matter is not
being dealt with
and hope that this is not the course of action which we may need to
follow.’
[14]
On 20 October 2020 the Head: Maintenance and Service Standards
for electricity generation
and distribution, the City’s
Mr Gqwede, responded. In essence, he pointed out that it had
taken time to have Ampcor’s
cable jointers declared competent
by the City’s training centre (due to Covid-19 related
restrictions) and stated that:
‘
As
mentioned above we aim to finalise the administrative process this
week and issue communication to our users to start placing
orders to
Ampcor in the coming week. In essence we have not officially
commenced with this contract, we have not officially monitored
the
contractor’s performance and therefore cannot agree with
[BCB’s]
comments. The contract allows us to utilise the
alternative contractor where necessary, at the moment it is not
necessary and we
will not invoke this provision yet. As per the norm
we will monitor the performance of this contractor and enforce
contract conditions
as is required from us.’
[15]
Almost another month went by until on 18 November 2020, BCB’s
erstwhile attorney
wrote to the City. The relevant portion of that
letter reads as follows:
‘
3.
Our client’s further instructions are that no further feedback
or correspondence
has been received whatsoever in relation to the
prospective signature of a contract confirming their appointment as
Alternative
Contractor. Not only is this situation untenable, but it
also runs contrary to our client’s experience of the CoCT in
such
matters…
4.
Accordingly, our client is at a loss to understand… why the
CoCT has so
far failed to attend to the contract compliance matter…
5.
With due regard to the aforesaid, we are instructed to call upon you
to provide
our client with confirmed arrangements for signature of a
suitable contract to govern their position as Alternative Contractor…
Considering that so much time has passed since the tender was
awarded, you are requested to now respond with appropriate urgency
and in writing
by close of business on Friday 20 November 2020
.
6.
In conclusion, we are instructed to place on record that our client
intends to
conclude such a contract with the CoCT to regularise any
work that it is required to do as Alternative Contractor, but without
prejudice to its contention that the tender was irregularly composed,
considered and/or awarded and stands to be set aside. In this
latter
respect our client is mindful of the 180-day period within which it
is expected to launch a legal challenge if necessary.
That said, our
client persists in its hope that the CoCT will confront the
incontrovertible difficulties that it has created for
itself in the
award of this tender (some of which it has, itself, placed on
record), and that a Court challenge will not be required
to deal with
same…’
[16]
On the same date another City official replied that he ‘
Will
respond!’.
According to the applicant no response was
forthcoming at the time of deposing to the founding affidavit on
15 March 2021
(a further 4 months later). After this application
was launched (with Part A enrolled for hearing on 19 April 2021)
the attorney
for the City and its Manager wrote to BCB’s
current attorney (on 1 April 2021). BCB was advised that the
contract had
been concluded with it on 3 August 2020. The City’s
formal acceptance of the same date was annexed to the letter, for
a
contract period commencing on 1 July 2020 and terminating on
30 June 2023. As I understand it, this resulted in the
agreed
order in respect of Part A.
[17]
There is no assertion in the answering affidavit of the City and its
Manager that this
formal acceptance was ever sent to BCB prior to
1 April 2021, and in this respect BCB’s version falls to
be accepted.
However in its supplementary founding affidavit deposed
to later on 26 July 2021, BCB nonetheless elected to devote 34
out
of 85 paragraphs (or 17 pages of its 40 page affidavit) to
the events leading up to settlement of the Part A relief, which
was
entirely unnecessary and caused the City (and its Manager) to incur
costs to deal with this.
Delay
[18]
In its
founding affidavit BCB relied squarely on PAJA
[3]
and accordingly – as BCB itself acknowledged in earlier
communications with the City – it was obliged to launch the
review “without unreasonable delay and not later than 180 days”
from having exhausted its internal remedy, i.e. its
appeal, in
terms of s 7(1)(a) of PAJA.
[4]
The appeal was determined on 13 July 2020 and the review should
thus have been instituted, at the latest, by 9 January
2021.
[19]
Section 9 of PAJA provides that a court may “on application”
extend the 180 day
period “where the interests of justice
so require”. What was stated in the founding affidavit on this
score is set
out hereunder:
‘
18.
In Part B of the notice of motion, the applicant seeks the following
orders:
18.1
An order condoning:…
18.1.2
Any delay in the institution of this application…
86.
In light of what is recorded above, it should be clear that the
tender could not have
been lawfully awarded to the first respondent.
The first respondent either made misrepresentations to the second
respondent (the
applicant alleged that the misrepresentations were
fraudulent), leading to the award of the tender, alternatively, the
representations
of the first respondent were not properly considered
before the tender was awarded...
121.
Given the applicant’s limited access to the tender documents of
the first respondent, and the documents
which show what the second
respondent did to award the tender to the first respondent, I am not
in a position to say precisely
what the first respondent put forward
to the second respondent, or where exactly the second respondent went
wrong in the award
of the tender to the first respondent, as
principal contractor, in addition to what is recorded above. The same
goes for the actions
of the third respondent. What is recorded above,
is based on the limited information which the applicant was able to
source from
various sources and with great effort, before this
application was launched. Accordingly, the applicant’s legal
advisers
will only be able to finalise the precise wording of the
review relief sought in respect thereof, once this information
becomes
available through the provision of the rule 53 record of
decisions.
122.
The applicant wanted to avoid litigation, but this amounted to a
waste of time. The officials of the second
respondent are not
interested in correcting the unlawfulness which resulted from their
unlawful decisions, or even ameliorating
the effects thereof. Their
refusal to conclude any contract with the applicant is proof thereof.
123.
It in fact took only a couple of months for the first applicant
[sic]
to resolve to pursue this weighty matter, to consult with relevant
persons who have some knowledge of the facts underlying this matter,
to work through what is a set of complicated facts and legal issues,
to instruct legal representatives and decide upon the course
of
action to be adopted. Thereafter the founding papers had to be
drafted and settled which, as is apparent from the complexity
of the
issues and the history of the matter, has in itself been a lengthy
task. I respectfully submit that the applicant cannot
be accused of
having been dilatory in launching this application, more particularly
in circumstances in which the second respondent
has kept the
applicant on a proverbial string, for a long time…
124.
I respectfully submit that the applicant has acted with all
reasonable expedition in investigating, obtaining
advice concerning
and now asserting its rights.
125.
In any event, I am advised that as a result of the fraudulent/false
(mis)representations of which the first
respondent made itself
guilty, in the submission of its tender to the second respondent (as
explained above), the decisions in
favour of the first respondent,
specifically the award of the tender to it as principal contractor
[under]
any subsequently concluded contract, were void ab
initio. The result of such voidness obviates any need for
condonation.’
[20]
Nothing more was said about the delay in BCB’s supplementary
founding affidavit (delivered
after receipt of the rule 53 record).
In its answering affidavit Ampcor pertinently raised the issue of
delay. It submitted that
there was no proper application for an
extension; BCB (which bears the onus) failed to provide any
compelling allegations to sustain
an extension; and that in any event
it was not in the interests of justice for an extension to be
granted. Ampcor stated that it
has been performing the tendered work,
and employed people on the basis that it was properly awarded the
tender. Should the tender
now be undone, these employees would suffer
most and the impact on Ampcor itself would be devastating.
[21]
The City and its Manager made similar submissions in their answering
affidavit. They pointed
out that BCB delayed for eight months (246
days to be exact) after its appeal was dismissed before bringing this
application. It
now not only seeks to review and set aside the award
to Ampcor, but also to substitute that decision with an award to it.
They
submitted that in the circumstances of this case, not least the
significant and far-reaching consequences insofar as Ampcor is
concerned, a delay of eight months from when BCB became aware of the
decision is unreasonable. They made common cause with Ampcor
that BCB
provided no reasonable justification for the delay in instituting the
review relief and took issue with BCB’s attitude
that there is
no need to seek condonation for the delay.
[22]
In its replying affidavit BCB submitted the following:
‘
46.
…
[PAJA]
allows for condonation, should an application
of this nature be launched outside of the period of 180…days.
The overall question
to be determined in this regard, is where the
interests of justice lie.
47.
There can be little doubt that the interests of justice demand that
the application succeed.
First respondent cannot be allowed to get
away with its actions, on the basis of delay…
59.
…The first respondent cannot be allowed to benefit from its
own wrongdoing, simply
because of the lapse of time…
212.
The applicant admits that the 180… day period… expired
on 9 January 2021. To the extent
that condonation is required,
the applicant has applied for condonation.
213
It is respectfully submitted that as a result of the conduct which
led to the award of the tender to
the first respondent, condonation
is not required. The applicant applied for condonation ex abundanti
cautela…’
[23]
In
Van Wyk
v Unitas Hospital
[5]
the Constitutional Court set out the manner in which condonation is
to be approached:
‘
[20]
This court has held that the standard for considering an application
for condonation is the interests of justice. Whether
it is in the
interests of justice to grant condonation depends on the facts and
circumstances of each case. Factors that are relevant
to this enquiry
include but are not limited to the nature of the relief sought, the
extent and cause of the delay, the effect of
the delay on the
administration of justice and other litigants, the reasonableness of
the explanation for the delay, the importance
of the issue to be
raised… and the prospects of success…
[22]
An applicant for condonation must give a full explanation for the
delay. In addition, the explanation must cover the
entire period of
delay. And, what is more, the explanation given must be reasonable…’
[24]
In
OUTA
[6]
it was held that:
‘
At
common law application of the undue delay rule required a two stage
enquiry. First, whether there was an unreasonable delay and,
second,
if so, whether the delay should in all the circumstances be condoned…
Up to a point, I think, s 7(1) of PAJA requires
the same two stage
approach. The difference lies, as I see it, in the legislature’s
determination of a delay exceeding 180
days as per se unreasonable.
Before the effluxion of 180 days, the first enquiry in applying s
7(1) is still whether the delay
(if any) was unreasonable. But after
the 180 day period the issue of unreasonableness is pre-determined by
the legislature; it
is unreasonable per se. It follows that the court
is only empowered to entertain the review application if the interest
of justice
dictates an extension in terms of s 9. Absent such
extension the court has no authority to entertain the review
application
at all.’
[25]
Having regard to the facts and those averments in BCB’s
affidavits in relation to
delay there is an entirely unexplained
period preceding the launching of this application of almost 4 months
out of the total 8
month period, i.e. between dismissal of the
appeal on 13 July 2020 and BCB’s first communication to
the City on
8 October 2020; and between the response of
Mr Gqwede on 20 October 2020 and the letter to the City
from BCB’s
erstwhile attorney on 18 November 2020. In
addition, the reasons advanced by BCB in respect of the balance of
the period are
extremely broad, vague, bereft of detail, and are not
even elaborated on in the confirmatory affidavit filed by its
attorney.
[26]
In
Gijima
Holdings
[7]
the Constitutional Court stated that the discretion to overlook an
undue delay in instituting review proceedings cannot be exercised
in
the abstract. There must be a basis upon which to do so, arising from
facts placed before the court by the parties, or objectively
available factors. In
Khumalo
[8]
the same court said:
‘
[A]
court should be slow to allow procedural obstacles to prevent it
from looking into a challenge to the lawfulness of an exercise of
public power. But that does not mean that the Constitution has
dispensed with the basic procedural requirement that review
proceedings
are to be brought without undue delay or with a court’s
discretion to overlook a delay.’
[27]
Further, in
Tasima
[9]
that court also explained that this discretion should not be
exercised lightly:
‘
While
a court “should be slow to allow procedural obstacles to
prevent it from looking into the challenge to the lawfulness
of an
exercise of public power”, it is equally a feature of the rule
of law that undue delay should not be tolerated. Delay
can prejudice
the respondent, weaken the ability of a court to consider the merits
of a review, and undermine the public interest
in bringing certainty
and finality to administrative action. A court should therefore
exhibit vigilance, consideration and propriety
before overlooking a
late review, reactive or otherwise.’
[28]
It is so that BCB failed to bring a substantive application for
extension of the 180 day
period. But even if this court is generous
to it, and accepts that BCB considered the averments made, coupled
with a prayer in
the notice of motion, to be such an application, I
am nonetheless in no position to determine whether or not the delay
was reasonable
in the circumstances.
I agree with Ampcor, the
City and its Manager that a delay of some eight months from when the
decision to award the tender was
finalised is most certainly not
negligible. BCB seemingly fails to appreciate that, even if the
review proceedings had been instituted
within the 180 day period
(i.e. by 9 January 2021), this court would still be required to
engage in an enquiry to ascertain
whether the delay was unreasonable
or not.
[29]
In my view BCB’s true attitude to the issue of delay is
displayed by its stance that,
given fraud “unravels
everything”, it was not necessary for it to seek condonation at
all but that it did so out of
caution. However at the time the
application was launched, on BCB’s own version, it had no
“proof” of fraud.
The best it could contend was that
either Ampcor made misrepresentations to the City (which BCB
“believed” to be fraudulent)
or Ampcor’s
representations were not properly considered by the City prior to
award of the tender.
[30]
In other words, BCB itself was not even sure of the true nature of
its complaint more than
eight months after dismissal of its appeal.
The assertion of possible fraud at the time when the review
application was instituted
does not, in my view, assist BCB even if
there was merit in its submission that in the case of fraud
condonation is not required.
In any event BCB has misconceived the
legal position. The authority upon which BCB itself relies indicates
quite the opposite in
challenges to administrative decisions:
‘
Furthermore,
decisions induced by fraud have sometimes been regarded as revocable
on the basis that “fraud unravels everything”.
This
common-law jurisprudence is, however, in considerable tension with a
principle established in Oudekraal and since developed
by the
Constitutional Court in a series of cases. In one of these
[i.e.
Tasima]…
a majority of the court expressed the principle as
follows:
Our
Constitution confers on the courts the role of the arbiter of
legality. Therefore, until a court is appropriately approached
and an
allegedly unlawful exercise of public power is adjudicated upon, it
has binding effect merely because of its factual existence.
In
a later case, Magnificent Mile Trading,
[10]
the
majority described this principle even more broadly. In the words of
Madlanga J, it applies “to any situation where
–
for
whatever reason
–
an
extant administrative act is being disregarded without first being
set aside.’
[11]
[31]
To my mind the most prominent factor militating against condonation
is the combination
of the unexplained delay of 4 months and the
wholly inadequate explanation for delay during the balance of the 8
month period.
However there is another significant factor which
stacks the cards against BCB.
[32]
The contract period for the tender expires on 30 June 2023, a
mere 3 ½ months
after the matter was argued. Ampcor accepts
that it was late in delivering its answering affidavit and has given
a satisfactory
explanation why this occurred. That affidavit was
deposed to on 19 November 2021. However the affidavits of the
City and its
Manager were delivered around 11 October 2021, and
this puts Ampcor’s delay of just over five weeks thereafter in
proper
perspective.
[33]
It is also no excuse for BCB’s earlier 8 month delay, since by
the time Part A
was set down to be heard the parties were
already almost a year into the three year contract period. Moreover
after delivery of
the replying affidavit on 15 February 2022 (I
accept BCB’s explanation that this further delay was due to
ill-health
of one of its members as well as its attorney) it was in
fact only on 19 September 2022 (another 7 months later) that the
registrar was approached for a date to be allocated for the hearing.
[34]
Even then Ampcor, the City and its Manager had to file heads of
argument before BCB in
order to comply with the relevant Practice
Directive. BCB should have filed theirs by latest 22 February 2023
but they were only
filed on about 9 March 2023, unaccompanied by
any explanation, let alone a condonation application.
[35]
The further unexplained delays outlined above do not portray the
picture of an anxious
litigant wishing to bring finality to its
dispute in a reasonably expeditious manner. The factual consequence
is that, even were
this court to come to BCB’s assistance on
the merits, the relief it seeks will be all but rendered moot.
[36]
I thus
conclude that to the extent BCB has made out a case for condonation,
it must fail, and the application falls to be dismissed
on this
ground alone. However I nonetheless deal with the merits, for two
reasons. The first is that the Supreme Court of Appeal
has held that
it is not desirable, where possible, for a lower court to determine a
matter purely on a point
in
limine
.
[12]
The second is what was stated by that court in
Sasol
Chevron
:
[13]
‘
[17]
In Mulaudzi v Old Mutual Life Assurance Company (South Africa)
Limited
[14]
,
this court said that in applications for condonation (extension of
time in the context of s 9(2) of PAJA), the substantive
merits
of the principal case may be relevant. The court proceeded to say
that in circumstances where the merits are considered
to be relevant,
they are not necessarily decisive. In Opposition to Urban Tolling
Alliance and Others v The South African National
Roads Agency Limited
and Others
[15]
this
court stated that absent an extension, “the court has no
authority to entertain the review application”. However,
this
statement was qualified in South African National Roads Agency
Limited v City of Cape Town
[16]
,
in which Navsa JA said that this dictum “cannot be read to
signal a clinical excision of the merits of the impugned decision,
which must be a critical factor when a court embarks on a
consideration of all the circumstances of a case in order to
determine
whether the interests of justice dictate that the delay
should be condoned.’
[17]
The
City’s supply chain management policy
[37]
The crux of
BCB’s attack is that, since the regulations promulgated on
20 January 2017 by the Minister of Finance while
purporting to
act in terms of s 5 of the PPPF Act
[18]
were declared unlawful by the Supreme Court of Appeal in
Afribusiness
NPC
[19]
on 2 November 2020, so too is the City’s supply chain
management policy (“SCMP”) – the so-called domino
effect – and given that the award of the tender to Ampcor
occurred in terms of the “regulations and” SCMP, this
is
a self-standing ground for the setting aside of that award.
[38]
However the following passages from the
Afribusiness
judgment
are instructive:
‘
[40]
It follows therefore that the Minister’s promulgation of
regulations 3(b), 4 and 9 was unlawful.
He acted outside his powers
under s 5 of the Framework Act
[i.e. the PPPF Act].
In
exercising the powers to make the 2017 Regulations, the Minister had
to comply with the Constitution and the Framework Act, which
is the
national legislation that was enacted to give effect to s 217 of
the Constitution. The framework providing for the
evaluation of
tenders provides firstly for the determination of the highest points
scorer and thereafter for consideration of objective
criteria which
may justify the award of a tender to a lower scorer. The framework
does not allow for the preliminary disqualification
of tenderers,
without any consideration of a tender as such. The Minister cannot
through the medium of the impugned regulations
create a framework
which contradicts the mandated framework of the Framework Act.
[41]
The Minister’s decision is ultra vires the powers conferred
upon him in terms of s 5…’
[39]
On appeal
the majority of the Constitutional Court
[20]
stated that:
‘
[111]
In my view, the impugned regulations are not necessary. The impugned
regulations are meant to serve as a preferential
procurement policy…
Section 2(1) of the Procurement Act
[i.e. PPPF Act]
provides
that an organ of state must “determine its preferential
procurement policy” and implement it within the framework
laid
down in the section… If each organ of state is empowered to
determine its own preferential procurement policy, how
can it still
lie with the Minister also to make regulations that cover that same
field?’
[40]
Accordingly, as I see it, the fundamental flaw in BCB’s
argument is its contention
that the invalidity of the regulations
results in the SCMP being invalid on the basis that it is
unconstitutional. The courts found
the Minister to have acted
ultra
vires
his powers in promulgating those regulations because they
were unnecessary to make, since each organ of state is empowered to
determine
its own preferential procurement policy. There is no direct
challenge by BCB to the constitutionality of the SCMP itself. In any
event BCB failed to follow the procedure prescribed in rule 16A of
the uniform rules of court (for constitutional challenges) and,
even
if it could be said that some sort of challenge is advanced on BCB’s
papers, that challenge is thus not properly before
the court.
[41]
Moreover
the Supreme Court of Appeal suspended its declaration of invalidity
for 12 months to enable corrective action. Once
the
Constitutional Court dismissed the Minister’s appeal on
16 February 2022 that 12 month period resumed. Neither court
granted retrospective relief. This accords with the general principle
that such a declaration should have no retrospective effect.
[21]
In the circumstances the SCMP was valid at the time of the tender
award.
[42]
It also dispenses with BCB’s argument that had it not been for
the “unconstitutional”
2017 regulations, the 80/20-point
system would not have been applied to the tender. As was submitted on
its behalf:
‘
This
means that:
.1
Either a 90/10-point system would have been applied, in terms of the
2011 regulations, as the 2011 regulations would
not have been
repealed but for the unconstitutional 2017 regulations. The results
of this conclusion would mean that the applicant
would have scored
90/90 for price and 0/10 for its previously disadvantages status. The
scoring of the first respondent on this
interpretation is unknown; or
.2
No point system should have been applied to this tender in terms of
the 2017 regulations, because of the unconstitutionality
thereof. The
result of this latter conclusion would mean that the tender should
have been awarded to the applicant, based on price
only.’
Setting
aside of tender award and substitution
[43]
BCB advanced 9 grounds for why it believed the tender award to
Ampcor should be set
aside. Of these only 5 were persisted with in
argument, namely: (a) fraud by Ampcor; (b) pricing; (c) the
report
to the BAC; (d) point scoring; and (e) absence of a
quorum for the Bid Specification Committee (“BSC”).
Alleged
fraud
[44]
This
relates to the cable jointers put forward by Ampcor for purposes of
its tender. It is BCB’s case that the successful
tenderer had
to have at least three qualified cable jointers in its employment at
close of the tender on 3 December 2019,
failing which it could
not have met the requirement for its “capacity to proceed with
the contract”.
[22]
BCB
maintained that none of the three cable jointers put forward by
Ampcor met this threshold (including a Mr Vicars), but
in
argument BCB only persisted in relation to two of them, namely a
Mr Jones and a Mr Van Staden.
[45]
BCB claimed that Jones lacked the relevant qualifications and had no
knowledge of his name
being put forward. He also did not reside in
Cape Town and had no intention of relocating here. Although Van
Staden was resident
in Cape Town on date of closure of the tender, he
too lacked the necessary qualifications and was dismissed from
Ampcor’s
employ shortly after 3 December 2019.
[46]
These were not complaints raised in BCB’s internal appeal to
the City Manager, but
appeared for the first time in BCB’s
founding affidavit. The information was apparently obtained by BCB’s
attorney
from Jones and Van Staden. Neither Jones nor Van Staden
deposed to a confirmatory affidavit and these allegations thus
constitute
inadmissible hearsay.
[47]
The only objective “evidence” relied upon by BCB is a
list which came into
its possession from an undisclosed source on an
undisclosed date of certain cable jointers in Cape Town on 3 December
2019,
and who allegedly held the required qualifications for the
tender. BCB maintained that none of them were employed by Ampcor on
that date.
[48]
In its answering affidavit Ampcor pointed out that the same list
included Mr Vicars
(who was in its permanent employ and was
presented in its tender). This is presumably the reason why BCB
dropped that complaint.
After setting out in detail why both Jones
and Van Staden were eminently qualified for purposes of the tender,
and stating that
it was the intention that Jones would relocate if
successful, Ampcor explained that soon after the award (i.e. on
11 June
2020) Van Staden resigned and was replaced by a
Mr Samuels. Jones was replaced by a Mr Hackley. Both met
the qualification
requirements. These replacements occurred with the
City’s approval in accordance with clause 6.1.5 of the
tender documents.
[49]
In reply BCB appeared to abandon its “qualification”
attack, persisting however
with a claim that Ampcor should have
disclosed that Van Staden was not employed by it before the award of
the tender. This
was alleged to constitute fraud on Ampcor’s
part. In addition much was made by BCB of Jones not being in Cape
Town “at
the time the tender was awarded” to Ampcor. But
nothing turns on this since that was not the relevant date; and to
the extent
that it might have some significance this was a new case
made out in reply which Ampcor was thus precluded from dealing with.
[50]
BCB also alleged in its founding papers that in an email dated
20 October 2020, the
City’s officials admitted that
Ampcor’s responsiveness was never checked before the tender
award was made. But this
is a misleading gloss on that email. It
actually states that after the tender award the City assessed
Ampcor’s designated
cable jointers at the City’s training
centre – as expressly permitted in clause 8 of the tender
specifications.
Ampcor’s cable jointers were again found to be
competent. This is over and above the minimum requirements in the
tender.
Pricing
[51]
BCB’s complaint is that the manner in which points were
allocated for pricing of
the tender was irrational since the formula
contained in clause 6.3.10.2.4 of the tender documents “made
no mathematical
sense” when applied to the tender awarded to
Ampcor. BCB “assumes” that the City added all the items
on the pricing
lists of the tenderers together, to determine
individual totals per tenderer. These totals were then compared for
the awarding
of points. According to BCB this was irrational.
[52]
However the City provided a complete answer. It explained that it
uses a “basket”
to evaluate rates. It advises tenderers
that a basket will be used but the City cannot make these values
known as this would defeat
the competitiveness criteria in the tender
process. The salient information is made known in clause 6.3.10.3.1
of the tender
documents:
‘
6.3.10.3.1
Points for price will be allocated in accordance with the formula set
out in this clause based on the price per item/rates as set
out in
the Price Schedule (Part 3):
·
Based on the sum of the prices/rates in relation to a typical
project/job.’
[53]
The City also stated that the evaluation of adjudication points was
made available to the
BAC for consideration. It also pointed out that
of the two responsive tenderers, being BCB and Ampcor, BCB scored
highest on points
but because it scored no points for B-BBEE
criteria, on the 80/20 points system utilised for the tender, BCB
scored fewer points
overall and was thus appointed as alternative
contractor.
[54]
BCB seems to suggest that if it could show Ampcor should have scored
lower than 75.07/80
points for pricing, this would have tipped the
overall scale in BCB’s favour, since it scored 80/80 points,
and the only
differential was the scoring of preference points.
[55]
However cut to its bare bones BCB’s irrationality complaint is
really nothing more
than an assumption. Apart from its (failed)
attack on the constitutionality of the SCMP, it has not been able to
demonstrate how
being provided with chapter and verse of the City’s
internal scoring process would place it in a better overall position
than Ampcor. Although it alleges that the manner in which points were
allocated for pricing of the tender was irrational, BCB can
go no
further than “assuming” that the City approached pricing
in a particular way. To my mind more is required of
BCB to persuade
this court in its favour.
The
report to the BAC
[56]
BCB complained that when the BEC report was submitted to the BAC,
pricing and B-BBEE status
were not allocated in points, and
accordingly those points were not considered when the tender was
adjudicated. Reliance was placed
on an extract of the BEC report
which was annexed to the founding affidavit.
[57]
However the very extract upon which BCB relied clearly reflects that
the tender sums were
“rates based”; Ampcor was found to
be a level 1 valid, verified B-BBEE contributor whereas BCB was found
non-responsive;
and the 80/20 price preference points system was
prescribed in the tender documents as advertised.
[58]
In addition, after the award of the tender BCB requested the City to
provide it with the
final scoring, to which the responsible City
official replied that there was no such scoring for the tender.
Although BCB latched
onto this to draw a conclusion that therefore no
scoring took place, as the City’s deponent pointed out, no
final scoring
was required since the tender did not have a
functionality requirement.
[59]
Again BCB changed tack in reply:
‘
318
I deny that the second and the third respondents were
entitled to award the tender without final scoring, simply because of
the
absence of the requirement of functionality. This concession
alone, should cause this application to succeed…’
[60]
BCB has not explained why it holds this view and the court is left to
consider whether
this has any merit in the abstract, which it cannot
do. But in any event the argument is self-defeating because BCB
cannot rely
on a process which it contends is fatally flawed for
substitution relief (the same applies to most of the other grounds as
well).
[61]
For sake of completeness and as pointed out by the City, the lack of
a functionality assessment
does not render the tender irrational, as
responsiveness was evaluated based on the documents and information
submitted by the
tenderers. The responsive tenders (i.e. those
that met the tender criteria) were evaluated on price and B-BBEE
points on an
80/20 basis. The City has a discretion whether a bid
demands the burden of a functionality assessment, and it was well
within its
powers to determine that in respect of this tender it was
not required.
Point
scoring
[62]
The complaint is the same as that pertaining to the “challenge”
to the SCMP
although it was advanced under the guise of a separate
ground. I accordingly do not repeat what is already contained in this
judgment.
Absence
of a quorum for the BSC
[63]
This complaint was raised in BCB’s supplementary founding
affidavit and formulated
as follows:
‘
78.
The first meeting of the bid specifications committee took place on
13 September 2019. The above five (5) persons attended
the
meeting, but there were three (3) apologies… Only two (2) of
the persons appointed to the BEC on 3 May 2018, attended
this
meeting. The applicant challenges the lawfulness of that meeting on
the basis that it did not have a quorum…’
[64]
Clause 116 of the SCMP provides that:
‘
The
Bid Specification Committee shall be comprised of at least two city
officials as members, consisting of an appointed Chairperson
and a
responsible technical official. The Supply Chain Management
Practitioner serves in an advisory capacity. No bid committee
meeting
shall proceed without an SCM practitioner.’
[65]
The City states that the BSC meeting of 13 September 2019 was
attended by two SCM representatives,
the chairperson and two other
officials from the Line Department. Regulation 27(3) of the SCM
regulations provides that:
‘
A
bid specification committee must be composed of one or more officials
of the municipality or municipal entity, preferably the
manager
responsible for the function involved and may, when appropriate,
include external specialist advisors.’
[66]
As pointed out by the City the constitution of the BSC for the
meeting of 13 September
2019 was thus consistent with the
abovementioned prescripts. However BCB maintains that the minimum
number of persons by which
the BSC committee must be composed does
not equate to a quorum. It submits that in the absence of a quorum
prescribed by law: (a) there
is authority that it is two-thirds
of members of the meeting; and (b) if functions are entrusted to
a statutory body, it can
only act if all of its members are present
and unanimous.
[67]
The common
law authority upon which BCB relies for the “two-thirds”
requirement
[23]
does not
assist it since on the City’s version (which must be accepted
on the basis of the Plascon-Evans rule) only three
individuals (two
City officials and a SCM practitioner) are required to attend BSC
meetings and this occurred on 13 September
2019. There is also
nothing on the papers that I can find (and BCB itself did not suggest
this in argument) that those who attended
that meeting were not
unanimous in their decision(s).
[68]
Those
common law authorities upon which BCB relies for functions entrusted
to a statutory body also do not support its argument.
The starting
point of
Schierhout
[24]
is that: ‘
when
several persons are appointed to exercise… powers, then in the
absence of provision to the contrary, they must all act
together…’
.
Price
[25]
dealt with the composition of a court in a criminal trial in similar
context.
Schoultz
[26]
and
De
Vries
[27]
applied
Schierhout
and
Price
.
On the City’s version the procedure followed accords with the
principle.
[69]
In any event BCB also relied on various dictionary definitions for
the meaning of a “quorum”.
The Collins Dictionary
describes it as ‘
the minimum number of people that a
committee needs in order to carry out its business efficiently’
;
the Cambridge Dictionary as ‘
the smallest number of people
needed to be present at a meeting before it can officially begin and
before official decisions can
be taken’
; and the Merriam
Webster Dictionary as ‘
the number (such as a majority) of
officers or members of a body that when duly assembled is legally
competent to transact business’.
BCB’s reliance on
these definitions puts paid to its own argument.
Substitution
[70]
Given my conclusions BCB’s substitution relief must fail, and
as earlier stated,
even if it had succeeded on one or other ground,
BCB cannot have it both ways. Apart from the ground of fraud, all the
others were
directed at a fatally flawed process. A finding to that
effect would have had the consequence that the tender process was
void
ab initio
and would have to commence afresh.
Payment
of compensation
[71]
Although this claim was introduced in the amended notice of motion,
the accompanying supplementary
founding affidavit made no mention of
it at all and accordingly no case was advanced for any of the
respondents to meet. It was
also not even alluded to in BCB’s
replying affidavit (although this would have been impermissible in
the absence of the court
sanctioning it on application with an
appropriate order as to costs and time for the respondents to deal
with it).
[72]
Moreover, not a murmur was made of any “exceptional
circumstances” to justify
compensation in terms of
s 8(1)(c)(ii)(bb) of PAJA. The “claim” is thus
stillborn and no more need be said about
it.
Costs
[73]
BCB on the one hand, and Ampcor, the City and its Manager on the
other, claim punitive
costs against each other. The manner in which
BCB approached and conducted its case is concerning. It also made
certain scurrilous
attacks on Ampcor and the City. I quote a few
examples from its replying affidavit:
‘
131.
The fact that the first respondent continues to put forward
incorrect facts, in order to justify its own unlawful position,
and
which facts cannot be sustained, justifies a punitive costs order
against it. It also justifies the disqualification of the
first
respondent from all future tenders. Tenderers who win tenders in
unscrupulous and/or unlawful ways can be disqualified…
thereby
preventing future situations such as the present situation, from
arising…
137.
The conduct of the first respondent is reprehensible and it should be
disqualified from future tenders…
157.
It appears that the first respondent either did not bother to read
the awarded tender properly, or it is
intentionally attempting to
mislead this honourable court. In light of the fraud it committed in
having the tender awarded to it,
together with the false allegations
the first respondent puts forward in its answering affidavit, the
applicant puts nothing past
the first respondent…
220.
The second and third respondents are being intentionally slow-witted
in this paragraph…
274.
The interpretation which the deponent to the
[City’s]
answering affidavit gives to the tender document is irrational and
with respect, ridiculous. No reasonable person will interpret
the
terms and conditions of the tender in that manner. As the City’s
Director: Supply Chain Management, the deponent knows
better than to
make allegations of this nature on oath.
275.
In short, it is shameful that a director of the City, which professes
to be the best run city in the country,
would depose to allegations
such as those contained in these paragraphs. If the second and third
respondents persist with the line
of argument contained in these
paragraphs, then oral evidence in this application cannot be
excluded. The deponent to the answering
affidavit may soon have to
explain himself before a High Court judge, for making wholly
unsustainable allegations, on oath. He
will also have to explain how
what he is doing is in the best interests of the second and the third
respondents, as well as the
ratepayers and residents of this city…’
[74]
In respect of the Part A relief, it is appropriate that each party
should pay their own
costs for the reasons contained in paragraph
[17] of this judgment. As far as the Part B relief goes, I am
persuaded that a punitive
costs award against BCB is warranted.
Ampcor has been put to considerable expense to fend off this
scatter-shot attack peppered
with serious allegations against it. It
is deserving of as full an indemnity for its costs as is reasonably
possible. The same
applies to the City and its Manager, but with the
additional factor that they will otherwise have to fund their
shortfall out of
public funds which could have been utilised for
other purposes.
[75]
The
following order is made:
1.
The application is dismissed;
2.
In respect of the Part A relief, no order is made as to costs;
and
3.
In respect of the Part B relief, the applicant shall pay the
costs of the first, second and third respondents on the scale as
between
attorney and client, including any reserved costs orders
pertaining to such relief as well as the costs of counsel.
J
I CLOETE
For
applicant:
Van Rensburg & Co (Mr L Van Rensburg)
For
first respondent:
Adv D Borgstrom SC
Instructed
by: Dirk Kotze Attorneys (Mr D Kotze)
For
second and third respondents:
Adv M Adhikari
Instructed
by: Riley Inc (Mr J Riley)
[1]
Broad-Based Black Economic Empowerment Act 53 of 2003
.
[2]
A non-compliant contributor is one who does not meet
the minimum score for a level 8 contributor in terms of clause
6.3.10.3 4 of the tender conditions.
[3]
Promotion of Administrative Justice Act 3 of 2000
.
[4]
Section 7(2)(c)
of PAJA does not apply since no relief
was sought in terms thereof.
[5]
2008 (2) SA 472 (CC).
[6]
Opposition
to Urban Tolling Alliance and Others v The South African National
Roads Agency Limited and Others
[2013] 4 All SA 639
(SCA) at para [26].
[7]
State
Information Technology Agency SOC Ltd v Gijima Holdings (Pty) Ltd
2018 (2) SA 23
(CC) at para [49].
[8]
Khumalo
and Another v MEC for Education, KwaZulu-Natal
2014
(5) SA 579
(CC) at para [45].
[9]
Department
of Transport and Others v Tasima (Pty) Ltd
2017
(2) SA 622
(CC) at para [142].
[10]
2020 (4) SA 375 (CC).
[11]
Hoexter: Administrative Law in South Africa (3ed) at 386-387.
[12]
Spilhaus
Property v MTN
2019 (4) SA 406
(CC) at para [44].
[13]
Commissioner
for the South African Revenue Service v Sasol Chevron Holdings
Limited
(1044/2020)
[2022] ZASCA 56
(22 April 2022).
[14]
Mulaudzi
v Old Mutual Life Assurance Company (South Africa) Limited and
Others, National Director of Public Prosecutions and Another
v
Mulaudzi
2017 (6) SA 90
(SCA) at para [34].
[15]
fn 6 above.
[16]
2017 (1) SA 468
(SCA) at para [81].
[17]
See also
Asla
Construction (Pty) Ltd v Buffalo City Metropolitan Municipality and
Another
2017 (6) SA 360
at para [12].
[18]
Preferential Procurement Policy Framework Act 5 of 2000
.
[19]
Afribusiness
NPC v Minister of Finance
2021 (1) SA 325 (SCA).
[20]
Minister
of Finance v Sakeliga NPC (previously Afribusiness NPC) and Others
2022 (4) SA 362
(CC).
[21]
S v
Bhulwana; S v Gwadiso
[1995] ZACC 11
;
1996
(1) SA 388
at para
[32]
.
[22]
Clause 6.1.1.3 of the tender conditions.
[23]
Voet
Commentarius
3.4.7
.
[24]
Schierhout
v Union Government
1919
AD 30
at 44.
[25]
R v
Price
1955 (1) SA 219
(A) at 223E-G and 224C-E.
[26]
Schoultz
v Voorsitter, Personeel-Advieskomitee van die Munisipale Raad van
George, en ’n Ander
1983 (4) SA 689
(C) at 707F-711B.
[27]
De
Vries and Others v Eden District Municipality and Others
(9164/09)
[2009] ZAWCHC 94
(17 June 2009 at para [26].
sino noindex
make_database footer start