Case Law[2023] ZAWCHC 197South Africa
City of Cape Town v Ramm System (Pty) Ltd t/a Ramm Technologies and Another (11437/2022) [2023] ZAWCHC 197 (10 August 2023)
Headnotes
on 21 February 2020 that when evaluating the first respondent's bid, the BEC considered the compliance statement, which formed part and parcel of the tender submissions. In addition, according to the audio recording of the BEC meeting held on 21 February 2020, which was provided in terms of the Rule 53 review record, it is evident that the BEC members considered the compliance statement and made reference to it when evaluating the bid.
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 197
|
Noteup
|
LawCite
sino index
## City of Cape Town v Ramm System (Pty) Ltd t/a Ramm Technologies and Another (11437/2022) [2023] ZAWCHC 197 (10 August 2023)
City of Cape Town v Ramm System (Pty) Ltd t/a Ramm Technologies and Another (11437/2022) [2023] ZAWCHC 197 (10 August 2023)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAWCHC/Data/2023_197.html
sino date 10 August 2023
REPUBLIC OF SOUTH
AFRICA
IN THE HIGH COURT OF
SOUTH AFRICA
(WESTERN CAPE
DIVISION, CAPE TOWN)
CASE NO: 11437/2022
In
the matter between:
CITY
OF CAPE TOWN
Applicant
And
RAMM
SYSTEM (PTY) LTD
First
Respondent
t/a
RAMM TECHNOLOGIES
NESTSTAR
(PTY) LTD
Second
Respondent
Heard: 7 - 9 June 2023
Delivered: 10 August
2023
This judgment was handed
down electronically by circulation to the parties' representatives
via email and released to SAFLII. The
date and time for hand-down is
deemed to be 10 August 2023 at 10h00.
JUDGMENT
LEKHULENI J
[1]
There are three separate applications before this court. The first
application is for judicial
review in terms of the principles of
legality. In the first application, the applicant seeks an order
declaring that the award
of tender number 169S/2019/20 (“tender
169S”) to the first respondent for supplying and delivering
vehicle tracking
and recovery to the applicant's vehicles expired on
30 June 2023. In the alternative, the applicant seeks an order
that the
decision of the applicant's Bid Adjudication Committee ("the
BAC"), taken on 22 June 2020 to award tender number 169S
to the
first respondent, is invalid and that it be reviewed and set aside.
[2]
The first respondent opposed the application and further launched a
counter-application (the second
application) against the applicant.
In the counter-application, the first respondent seeks an order that
the applicant be ordered
to conclude a contract with the first
respondent for the supply and delivery of vehicle tracking and
recovery service and equipment
by counter-signing the tender
documents published by the applicant in respect of tender 169S. In
addition, the first respondent
seeks an order that the said contract
would be subject to a condition that the contract period would be for
36 months in accordance
with the tender document, commencing on the
date when the applicant concludes the contract with the first
respondent.
[3]
While the impasse of tender 169S was pending between the applicant
and the first respondent, the
applicant proceeded to issue a tender
invitation in respect of contract 198S/2022/2023 (a new tender) for
precisely the same goods
and services as envisaged in terms of tender
169S. The applicant proceeded in this regard without prior notice to
the first respondent
and without providing any indication of its
further intentions regarding its self-review application in respect
of tender 169S.
[4]
Pursuant to that tender invitation, the first respondent applied for
an interdict against the
applicant (the third application) for an
order interdicting the applicant from awarding tender 198S to any
person. The first respondent
also sought an order that the applicant
be interdicted and restrained from contracting with any third party
pursuant to the tender
award. At the hearing of these applications,
the court was advised that the applicant has since cancelled tender
198S. As a result,
the interdict application became moot, and this
court was asked only to consider the question of costs in respect of
the interdict
application. The second respondent did not oppose the
applicant’s application. Instead, it filed a notice to abide
the decision
of this court.
THE BACKGROUND FACTS
[5]
The first respondent has provided vehicle tracking services to the
applicant for over fifteen
(15) years. Currently, the first
respondent provides tracking and recovery services for the applicant
regarding tender 387G, which
was awarded on 28 November 2016. This
contract is for the maintenance of tracking devices that the
applicant purchased from the
first respondent. Regarding this tender,
the first respondent receives a monthly service fee from the
applicant depending on the
number of tracking devices it maintains.
Tender 387G is scheduled to endure until 30 June 2025.
[6]
On 15 November 2019, the applicant published tender 169S for the
'Supply and Delivery of Vehicle
Tracking and Recovery', with a
closing date of 20 January 2020. When advertising tender 169S, the
applicant sought a vehicle on-board
monitoring system: fleet
tracking, fleet management (system generated reports), and fleet
recovery systems. The main difference
between tender 169S and tender
387G is that in terms of tender 169S, the applicant intended to rent
tracking devices it may require
from a supplier instead of purchasing
such devices. Essentially, tender 169S contemplated the rental of
vehicle tracking devices
as opposed to the acquisition thereof.
Tender 169S was intended to run alongside tender 387G, which the
applicant concluded with
the first respondent for maintenance and
services of the vehicle tracking devices currently installed in the
applicant's vehicles.
[7]
Leading up to the closing date of the advertisement for tender 169S,
the first respondent addressed
an email correspondence dated 14
January 2020 to the applicant, challenging the tender specifications
and requesting clarifications.
Among others, the first respondent was
concerned that the tender conditions had no evaluation criteria and
weightings. The first
respondent was also concerned with the possible
overlap between tender 387G and tender 169S. The first respondent
challenged the
bid specifications because it contended that they
envisaged the possibility of two tracking systems being run by two
different
service providers, one under contract 387G, by the first
respondent and one to be appointed pursuant to tender 169S.
[8]
On 15 and 16 January 2020, the applicant responded and advised the
first respondent that tender
169S (rental of new tracking devices)
was different from contract 387G (maintenance of existing fitted
tracking units). Furthermore,
the applicant allayed the first
respondent’s fears and advised the first respondent that if the
latter wished, it was at
liberty to submit an offer for tender 169S,
where it would have to compete with other bidders.
[9]
The first respondent submitted a bid for tender 169S under cover of
its letter dated 17 January
2020 with various attachments. Among
others, the first respondent submitted a compliance statement with
its bid document concerning
tender 169S. The covering letter refers,
in two instances, to the inclusion of the compliance statement, which
constitutes the
crux of the dispute between the applicant and the
respondent. Ordinarily, a compliance statement acts as a
checklist, which
bidders submit with their bids for tenders detailing
how they comply with the tender specifications.
[10]
The first respondent stated that it always submits a compliance
statement in response to any tender advertisement,
including all
tenders the applicant and other municipalities advertised.
The
first respondent further asserted that bids awarded by the applicant
to the first respondent over the last 15 years have always
been
accompanied by a compliance statement prepared in the same format
with colour coding and bold fonts as the
compliance
statement in terms of tender 169S. The first respondent further
states that it is clear from the minutes of the BEC meeting held
on
21 February 2020 that when evaluating the first respondent's bid, the
BEC considered the compliance statement, which formed
part and parcel
of the tender submissions. In addition, according to the audio
recording of the BEC meeting held on 21 February
2020, which was
provided in terms of the Rule 53 review record, it is evident that
the BEC members considered the compliance statement
and made
reference to it when evaluating the bid.
[11]
The first respondent's compliance statement is divided into two
columns. In the first column, the first respondent
listed the tender
specifications of tender 169S and incorporated its interpretation of
the specifications. In the second column
indicating whether it
complies with the specifications, the first respondent stated 'noted'
or 'comply'. These comments (comply,
noted) were also in respect of
those tender specifications against which the first respondent
included comments or its interpretation
in the first column. The
first respondent's comments and interpretation of the tender
specifications in the compliance statement
are concordant with the
contents of its letter dated 14 January 2020, in which it complained
about the overlap of the two contracts
(tender 387G and tender 169S).
[12]
The applicant's Bid Evaluation Committee ("the BEC")
evaluated the bids at its meeting on 30 January
2020, 21 February
2020, and 4 September 2020. The BEC found that the first and second
respondents' tenderers were responsive. The
two respondents were
requested to demonstrate a presentation on 15 May 2020. On 7 May
2020, the applicant asked the first respondent
to demonstrate the
operability of its equipment and services as provided in the tender
documents. On 15 May 2020, the first respondent
demonstrated its
presentation of the operability of its equipment to the BEC, based on
the required services. The BEC was satisfied
with the report from the
first respondent.
[13]
On 19 May 2020, the BEC discussed and evaluated the first
respondent's demonstration of the required services
and concluded
that it was satisfied and impressed with the presentation. The BEC
subsequently submitted its report to the supply
chain management Bid
Adjudication Committee ("the BAC"), wherein it was
confirmed that the first respondent complied
with the tender
requirements in all respects.
[14]
The applicant, however, asseverated that when it considered and
evaluated the first respondent's bid, the
BEC did not consider the
compliance statement attached to the bid, in large part because of
the formatting of the compliance statement
and the use of a dark font
colour made it difficult for the BEC to distinguish between the
tender specifications and the applicant's
additions. This, coupled
with the absence of any indication in the bid documents that the
first respondent sought to vary the tender
specifications in its bid,
contended the applicant, meant that the BEC remained unaware of the
significance of the compliance statement.
[15]
The applicant further avers that on 20 June 2020, the BAC considered
the report of the BEC, which did not
mention or discuss the
compliance statement, and awarded tender 196S to the first respondent
in terms of the tender specifications.
On 22 June 2020, the applicant
informed the first respondent that its offer for tender 169S was
successful, and the tender was
awarded.
[16]
Subsequent to the tender being awarded, on 27 July 2020, the
applicant notified the first respondent per
email that an appeal had
been lodged against the award of the tender in terms of the Municipal
System Act 32 of 2000 and that the
first respondent would be advised
of the outcome of the appeal and commencement date of the contract
should the appeal be dismissed.
[17]
The applicant dealt with appeals by disgruntled tenderers in respect
of this tender. On 22 December 2020,
the applicant transmitted a
draft Memorandum of Agreement to the first respondent with a request
for signature by 28 December 2020.
In the said memorandum, the
applicant informed the first respondent that the applicant received
numerous appeals concerning the
tender. The applicant further
informed the first respondent that all Supply Chain Management
contracts entered into between the
applicant and all service
providers must be reviewed by the applicant's legal services
department before signing to ensure that
such agreements meet legal
standards.
[18]
In response, the first respondent advised the applicant that prior to
the contract being awarded, it asked
for clarification on a number of
points. The first respondent wanted to revisit the issues it raised
before the conclusion of the
agreement, particularly the variation
and additions contained in the compliance statement. The first
respondent also contended
that it was surprised that it was requested
to enter into a Memorandum of Agreement with the applicant as this
ran contrary to
the tender documentation. According to the first
respondent, the applicant's tender documentation stipulated that by
signing the
Offer and Acceptance attached to the bid, the applicant
accepted the offer submitted and concluded a contract with the
supplier.
[19]
The applicant rejected the proposal of the first respondent of the
incorporation of the compliance statement
and its amendments to the
Memorandum of Agreement. The applicant contended that the additions
in the compliance statement were
amending the tender specifications
and could not be included in the Memorandum of Agreement. The first
respondent refused to sign
the Memorandum of Agreement and insisted
that such memorandum must reflect its full bid, including the
compliance statement.
[20]
The first respondent insisted that the applicant must sign the offer
and acceptance of the tender documents
to complete the agreement. The
first respondent sought to incorporate its compliance statement to
form part of the Memorandum of
Agreement. The applicant rejected this
proposal and contended that the inclusion of the compliance statement
into the memorandum
of agreement would result in significant changes
to the tender specifications, which would be to the prejudice of
other tenderers
and would also conflict with section 217 of the
Constitution.
[21]
The applicant also averred that if the BEC had considered the
compliance statement as an integral part of
the first applicant's
bid, and included it in its evaluation, the BEC would have declared
the first respondent's bid non-responsive.
Over many months, the
parties' corresponded and could not reach a consensus. The first
respondent insisted that the compliance
statement form part of the
Memorandum of Agreement. On the other hand, the applicant contended
that the insertion of the compliance
statement into the Memorandum of
Agreement would result in significant changes to the tender
specification of tender 169S, particularly
in that the compliance
statement purports to integrate tender 169S with tender 387G.
[22]
On 19 May 2021, the applicant sent a clarification report to the
first respondent. In the clarification report,
the first respondent
was requested to review and inset comments on the appropriate column
for the contract to commence. The clarification
report dealt with the
specifications in terms of the tender, the first respondent's
response to it as set out in the compliance
statement, and the
applicant's comments thereto it. In addition, the applicant's
comments in the clarification report were that
compliance with the
tender specifications must be adhered to. In addition, that not
adhering to tender specifications would render
a tenderer
non-compliant, thus non-responsive. The first respondent was
requested to reaffirm that it would abide by the specified
tender
specifications of tender 169S.
[23]
The first respondent took issue with the clarification report and
viewed it as a review of the first respondent's
compliance statement,
which it argued should have been dealt with prior to the tender
award. The first respondent further insisted
that the applicant was
not entitled
ex post facto
to request the first respondent to
clarify in terms of the clarification report how it would be
attending to the implementation
of the tender or to ask the first
respondent to re-affirm upfront that it would comply with the
specifications of the tender as
a pre-condition for the conclusion of
the contract as that constituted a unilateral moving of the
goalposts. In addition, the first
respondent contended that in its
covering minute dated 17 January 2020, which accompanied its tender
submission, stated clearly
that a detailed compliance statement was
attached to its covering letter and that it clearly stated that its
offer was based upon
their compliance response, and associated
documentation enclosed with its tender submission.
[24]
Despite several correspondences and meetings, the parties could not
break the deadlock regarding this impasse.
Subsequently, the
applicant's City Manager addressed a correspondence to the first
respondent on 12 July 2021. He advised the first
respondent that the
award of tender 169S to the first respondent was unlawful. The City
Manager averred that this was so because
when it evaluated the first
respondent's bid and awarded it tender 169S, the applicant did so
without considering the compliance
statement annexed to its bid. The
applicant further advised that it is constitutionally obliged to take
steps to correct its unlawful
award. However, it could not do so
unilaterally as it was
functus officio
to correct its decision
to award tender 196S to the first respondent because that decision
was finally made.
[25]
The applicant proposed to the first respondent to agree to the
revocation of the award of the tender 169S
as an exception to the
functus officio
rule so that all the bids in respect of tender
169S could be re-evaluated. The applicant further advised the first
respondent that
unless it agreed to the revocation of the award of
tender 169S, the applicant was left with no other option than to
approach the
court for a self-review of the applicant’s award
of tender 169S to the first respondent. In response, the first
respondent
declined to waive any of their rights and contended that
the award of tender 169S was lawful. The first respondent refused to
consent
to the revocation of the award.
[26]
On 14 July 2022, the applicant launched this self-review application
to set aside tender 169S awarded to
the first respondent. On 3 August
2022, the first respondent filed a notice of its intention to oppose
the applicant's self-review
application. On 7 November 2022, while
the applicant’s self-review application was pending and
undetermined, the applicant
issued a tender invitation for bids in
respect of tender contract 198S, which was intended to provide
precisely the same goods
and services concerning to tracking vehicles
as tender 169S.
[27]
The first respondent disputed that the applicant was entitled while
the self-review application was pending,
and the award of tender 169S
to the first respondent remained valid and lawful to advertise tender
198S. It contended that this
constituted a severe and unlawful
infringement of the first respondent's right in terms of tender 169S
and indicated that it intends
to apply for an interdict on an urgent
basis to interdict the applicant to not award tender 198S. After the
discussion between
the parties' legal representatives, on 08 December
2022, the applicant made an undertaking in writing to the first
respondent that
it would not award a tender in respect of tender
contract 198S on or before 28 March 2023. As a result of this
undertaking, the
parties agreed on date for the hearing of the
interdict application. As explained earlier, at the hearing of these
applications,
the court was advised that tender 198S was cancelled.
The only issue that remained for determination regarding the
interdict is
the question of costs.
PRELIMINARY ISSUES
[28]
There are two preliminary issues that this court is enjoined to
consider, namely: Condonation for the late
filing of the self-review
application and an Application to strike out paragraphs 35 to 101 of
the applicant’s replying affidavit
to the self-review
application. For the sake of completeness, I will deal with these two
preliminary issues
ad seriatim.
CONDONATION FOR THE
LATE FILING OF THE SELF-REVIEW APPLICATION
Whether the
applicant’s delay in filing the self-review application was
unreasonable?
[29] It
is common cause that the applicant's review application was served on
14 July 2022, more than two years
since the tender was awarded to the
first respondent on 22 June 2020. The applicant contended that its
officials were initially
unaware of the first respondent's stance on
the compliance statement. They only became aware in February 2021.
Thus, the proverbial
clock to commence the self-review application
started ticking as far back as February 2021. The applicant,
therefore, took almost
15 months to launch its self-review
application. In the notice of motion, the applicant sought
condonation to the extent that the
court considers that the applicant
delayed unreasonably in launching the self-review application.
[30] It
is now settled that an organ of State seeking to review its own
decision must do so under the principle
of legality and cannot rely
on PAJA. See
State Information Technology Agency SOC Ltd v Gijima
Holdings (Pty) Ltd
2018 (2) SA 23
(CC). In terms of the Promotion
of Administrative Justice Act, 3 of 2000 ("PAJA"), any
proceedings for judicial review
in terms of section 6(1) thereof must
be instituted without unreasonable delay and not later than 180 days.
In
Buffalo City Metropolitan Municipality v Asla Construction
(Pty) Ltd
2019 (4) SA 331
(CC) at para 48, the Constitutional
Court confirmed that, unlike a review in terms of PAJA, a review
under the doctrine of legality
is not subject to a 180-day time bar.
[31]
The guiding factor is whether the application has been brought within
a reasonable time. A legality review
must be initiated without undue
delay, failing which the court can refuse the application or overlook
the undue delay. Whether
a delay was undue or unreasonable is a
factual inquiry upon which a value judgment had to be made with due
regard to all the relevant
circumstances.
Khumalo and Another v
Member of the Executive Council for Education: Kwa-Zulu Natal
2014 (5) SA 579
(CC) para 49.
[32]
The Constitutional Court in
Buffalo City Metropolitan Municipality
v Asla Construction (Pty) Ltd (supra)
set out a three-stage
inquiry in determining the question of unreasonable delay. First, the
court noted that it must be determined
whether the delay was
unreasonable, which is a factual inquiry involving a value judgment.
Secondly,
if the delay was unreasonable, whether the applicant
has provided a satisfactory explanation for the delay (which must
cover the
entire period of the delay). Thirdly, if the delay was
unreasonable and no satisfactory explanation has been provided,
whether
the delay should be overlooked, which is a flexible approach.
This involves a legal evaluation taking into account the following
factors:
32.1
The potential prejudice to affected parties
as well as the possible consequences of setting aside the impugned
decision;
32.2
The nature of the impugned decision, which
involves a consideration of the merits of the legal challenge against
that decision,
and in this regard the nature and extent of the
illegality may be a crucial factor; and
32.3
The conduct of the party concerned bringing
the review (in this case the applicant) particularly for State
litigants because they
are often best placed to explain the delay and
are subject to a higher duty to respect the law and rectify unlawful
decisions.
Merafong City Local
Municipality v Anglogold Ashanti Ltd
2017
(2) SA 211
(CC) para 61. However even if a functionary has not acted
as a model litigant or constitutional citizen there may be a basis to
overlook the delay if the functionary acted in good faith or with the
intent to ensure clean governance.
Department
of Transport and Others v Tasima (Pty) Ltd; Tasima (Pty) Ltd and
Others v Road Traffic Management Corporation and Others
2017 (2) SA 622
(CC) para 168.
[33]
There is a further catch-all consideration, based on constitutional
grounds, namely, that even where there
is no basis for a court to
overlook an unreasonable delay, the court may nevertheless be
constitutionally compelled to declare
the State's conduct unlawful.
This is so because 172(1)(a) of the Constitution enjoins a court to
declare any law or conduct that
it finds inconsistent with the
Constitution invalid – often referred to as the ‘the
Gijima
principle’.
State Information Technology
Agency SOC Ltd v Gijima Holdings (Pty) Ltd (supra)
para 40-41;
Bigen Africa Services (Pty) Ltd and Others v City Of Cape Town and
Others
(18681/2020)
[2021] ZAWCHC 107
(1 June 2021) at para 24.
[34] At
the hearing of this application, Ms O'Sullivan, who appeared on
behalf of the applicant, conceded that
the applicant accepts that its
explanation for the delay in bringing its self-review is limited and
does not meet the requisite
threshold of explaining all the periods
comprising the delay. However, Counsel contended that the impasse
between the parties had
the effect that the tender could not be
implemented, and the applicant was ‘damned if it did and damned
if it didn't.’
[35] Ms
O' Sullivan further submitted that the first respondent had been
aware of the applicant's intentions concerning
the review since
December 2021 and that the tender was never implemented. As a result,
there was no prejudice to the first respondent.
Counsel argued that
the first respondent was aware of the applicant's concerns about the
amendment of the tender specifications.
In expanding her argument, Ms
O'Sullivan argued that the first respondent was aware of these facts
before submitting its tender.
According to Counsel, the BAC's award
of the tender to the first respondent deviated substantially from the
mandatory constitutional
and legislative precepts and is unlawful.
[36]
Meanwhile, Mr Schreuder, who appeared on behalf of the first
respondent, submitted that the applicant failed
to give a full and
plausible explanation for the significant delay in bringing the
self-review application. Counsel submitted that
the delay had
prejudiced the first respondent. Mr Schreuder further submitted that
the first respondent was awarded a tender in
June 2020, and nearly
three years later, a contract has yet to be concluded, and the first
respondent is nowhere closer to knowing
where it stands. Counsel
submitted that the first respondent is entitled to certainty and
finality so that it can appropriately
regulate its affairs.
[37]
Furthermore, Counsel submitted that even if the delay had not
prejudiced the first respondent, the applicant's
failure to bring
these proceedings with due expedition has, on its version, caused
manifest prejudice to the applicant, its staff,
and the public. To
this end, Counsel argued that the applicant has been unable to
procure the tracking devices that are essential
to the safety of its
staff for three years since it was first awarded the tender. This
prejudice, counsel argued, which the applicant
has not addressed at
all, is equally relevant to the question whether the Court should
exercise its discretion in the applicant's
favour.
[38] I
am mindful that the parties engaged in a series of correspondences to
break the deadlock between them for
an extended period without
success. However, the correspondence makes it clear that the first
respondent insisted on including
its compliance statement as early as
January 2021 after being informed that the appeal processes had been
finalised. The first
respondent has insisted that the offer and
acceptance of the Memorandum of Agreement must incorporate its
compliance statement
as part of its bid documents. The applicant
objected to this request as it believed such a concession amounted to
a variation of
the tender specifications.
[39]
Notwithstanding, the applicant did not immediately act to correct the
said unlawfulness expeditiously within
the boundaries of the law and
the interest of justice.
Khumalo and another v members of the
Executive Council for Education: Kwazulu Natal (supra)
at paras
35 – 36. Had the applicant expeditiously dealt with the
self-review, the issues could have been ventilated and resolved.
Viewed against the applicable legal principles, these considerations
led me to conclude that the delay was indeed unreasonable.
Whether
the applicant has provided a satisfactory explanation for the delay
[40]
There are huge unexplained gaps in the applicant's version regarding
the delays. The applicant had to give
a complete and thorough
explanation for the delay. For instance, the first respondent
rejected the City Manager's request in November
2021 to set aside the
award by agreement as the applicant was contending that the award of
the tender to the first respondent was
unlawful. In November 2021,
the first respondent advised the applicant that it would not agree to
the revocation of the tender.
The applicant should have explained in
its application why it took a further eight months to proceed with
the self-review application
only in July 2022, and it failed to do
so.
[41]
I am mindful that there was a stalemate between the parties. The
first respondent was unsatisfied with the
advertised tender
specifications and endeavoured to conform and align its bid by
submitting the compliance statement. The tenuous
explanation that the
applicant proffered that parties were engaged in correspondences,
hence the delay, in my view, is deficient
and falls short of the
requirements that ordinarily should be met in applications of this
nature.
[42]
In this regard, I agree with the views expressed by Mr Schreuder that
the delay in bringing this application
has been so inordinate and has
been to the prejudice of the applicant and its employees.
Importantly, given that tender 169S had
not yet been implemented, the
applicant could not obtain tracking devices for its vehicles.
Furthermore, the applicant was advised
of the significant risk faced
by the applicant's fleet due to several vehicles not having the
necessary monitoring equipment fitted
and the vulnerability of the
City staff due to the vehicles not having tracking devices.
[43] On
a conspectus of all the facts, I am of the view that there was an
inordinate delay in bringing this application.
I am further of the
opinion that the explanation proffered by the applicant in this
matter is deficient and unsatisfactory. The
contention that the
review application was prepared as expeditiously as possible in the
circumstances is hollow and fundamentally
flawed as the facts do not
support it. I conclude, therefore that based on the facts placed
before court, the applicant's explanation
is unsatisfactorily.
However, following the guiding principles discussed above, the
enquiry does not end there. The next question
to consider is whether
this court should overlook the delay. I turn to consider that
question.
Whether the delay
should be overlooked?
[44]
Having found the delay unreasonable with no satisfactory explanation,
should the court overlook the delay?
This is a flexible approach that
this court should engage in. To this end, this court must consider
the potential prejudice to
the affected parties and the possible
consequences of setting aside the impugned decision to award the
tender to the respondent.
[45] It
must be stressed that the issues raised in this matter are
constitutionally contestable. Section 195(1)(a)
of the Constitution
provides that the public administration must be governed by
democratic values and principles, including a high
standard of
professional ethics. The applicant's conduct must be consistent with
this standard. The first respondent has insisted
that the Memorandum
of Agreement must include its compliance statement. As it will be
demonstrated later in this judgment, the
compliance statement
conflicts with the tender specifications. The compliance statement
purported to integrate tender 169S and
tender 387G.
[46] If
this court were to dismiss the applicant's application based on the
inordinate delay, the applicant would
be bound to contract with the
first respondent contrary to its tender specifications. The applicant
would be constrained by its
decision to award the tender to the first
respondent contrary to its tender specifications.
Oudekraal
Estates (Pty) Ltd v City of Cape Town
2004 (6) SA 222
(SCA) para
26. The applicant would be bound to contract with the first
respondent on the terms and specifications of the first
respondent.
In
Minister of Home Affairs and Another v The Public Protector
2018 (3) SA 380
SCA para 38, the Supreme Court of Appeal held that
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.
[47]
Furthermore, if the decision to award the tender to the first
respondent is not revoked, the award would
remain contrary to the
procurement principles as it creates an unfair advantage to the first
respondent. The applicant would be
severely prejudiced while the
first respondent, on the one hand, would be placed in an advantageous
position to the prejudice of
other tenderers.
Chairperson:
Standing Tender Committee and Others v JFE Sapela Electronics (Pty)
Ltd and Others
2008 (2) SA 638
(SCA) at para 14. The argument
raised by Ms O'Sullivan that the first respondent's purported
amendment of the specifications was
unfair, and skewed the
competitive process, is spot on and to the point.
[48]
Consistent with the
Gijima
principle, if this award is allowed
to stand, it would offend against section 217 of the Constitution,
which enjoins the applicant
as an organ of State, when it contracts
for goods or services, that it must do so in accordance with a system
that is fair, equitable,
transparent, competitive and cost-effective.
While I appreciate that reference was made to the compliance
statement in the first
respondent's covering minute of the bid
documents, the first respondent did not indicate that its bid was
conditional to the compliance
statement. It cannot be accepted that
the first respondent be exempted from the tender specifications while
at the same time, other
tenderers are subjected to the applicant's
tender requirements. Such an approach is objectionable, unlawful, and
cannot be countenanced.
All bidders had to comply and ensure their
bid documents conform to the advertised tender specifications.
[49]
The insistence of the first respondent to have the compliance
statement forming part of the agreement is
very telling. It is
telling that the first respondent endeavoured to vary the tender
specification by incorporating its compliance
statement in the
parties' agreement to secure the tender for itself on terms that are
most advantageous to it. The first respondent
deviated and wanted to
avoid adhering to and complying with the terms and conditions set out
in the specification, which meet the
applicant's needs and
requirements. This was erroneously overlooked by the BEC. As
previously stated, such an approach offends
section 217 of the
Constitution. In these circumstances, forcing the applicant to
contract with the first respondent would be unlawful
and contrary to
the five pillars of procurement discussed above.
[50]
Significantly, there is no prejudice to the first respondent if the
impugned decision is revoked. Whilst
I understand that the first
respondent is entitled to certainty and finality so that it can
appropriately regulate its affairs,
it has not suffered prejudice.
Notably, thus far, the first respondent has not incurred costs
regarding that tender. More so, the
tender has not yet been
implemented. Since January 2021, the first respondent has been made
aware of the applicant's concerns of
its modifications of the tender
specifications. On the other hand, the prejudice that the applicant
would suffer if the award is
not set aside, is far-reaching. To my
mind, the prejudice that will be suffered by the applicant far
outweighs any prejudice that
the respondent would suffer if the
tender award is not revoked.
[51] In
any event, I am of the view that it is in the interest of justice
that the delay be condoned. Consequently,
to the extent that I have
found that delay in launching this application was unreasonable, in
the circumstance of this case, the
delay should nevertheless be
overlooked.
APPLICATION TO STRIKE
OUT
[52]
The first respondent has applied that paragraphs 35 to 101 of the
applicant's replying affidavit to the review
application be struck
out because they impermissibly raised new matters in reply. The
first respondent contends that it is
impermissible for the applicant,
for the first time in reply, to have explained the basis upon which
it contends that the compliance
statement constitutes a material
deviation from, or amendment to, the bid specification. The first
respondent further contends
that the applicant was required to make
out its case in the founding affidavit, and it did not do so. In its
founding affidavit,
the applicant alleged that had the BEC considered
the compliance statement and included it in its evaluation, the BEC
would have
declared the first respondent's bid unresponsive. It was
submitted that the applicant did not explain why the BEC would have
done
so. Belatedly, confronted with the gaping
lacuna
in its
founding affidavit, the applicant has impermissibly attempted to
bolster its case in reply by setting out at considerable
length the
multiple respects in which the compliance statement allegedly
represents a material deviation from the tender specification.
[53]
The key consideration in striking out applications is that of
prejudice.
University of the Free State v Afriforum and Another
2017 (4) SA 283
(SCA) at 296E-F. Rule 23(2)(b) of the Uniform Rules
makes it abundantly clear that a court shall not grant the
striking-out application
unless it is satisfied that the applicant
will be prejudiced in the conduct of any claim or defence if the
application is not granted.
It is trite that an applicant must make
out a case and produce all evidence it desires to use to support its
application in its
founding affidavit filed with the notice of
motion.
[54]
In exceptional cases, an applicant would be allowed to make out or
supplement a case in its replying affidavit
and may thus risk those
additional allegations being struck out.
Bayat v Hansa
1955
(3) SA 547
(N) at para 553C- E. For instance, an applicant may bring
in a fresh matter in a replying affidavit if this is by way of a
reply
to a defence raised by the respondent in the answering
affidavit. However, the rule against new matters in reply is not
absolute
and should be applied with a fair measure of common sense.
cf Juta & Co Ltd and Others v De Koker and Others
1994 (3)
SA 449
(T) at 511F);
Smith v Kwanonqubela Town Council
1999
(4) SA 947
(SCA) para 15.
[55] In
this case, the applicant averred in para 41 of its founding affidavit
that it had considered the compliance
statement and prepared a
schedule setting out its reasons for not being able to accommodate
the first respondent's changes to the
tender specifications. In
response to these averments, the first respondent denied at para 141
of its answering affidavit that
its compliance statement changed the
tender specifications. Pursuant to that denial, the applicant was
compelled to respond in
detail and indicate in what respect the first
respondent sought to vary the tender specifications.
[56] In
my view, it was permissible for the applicant pursuant to the first
respondent’s denial, to put
up further information in
paragraphs 35 to 101 of its replying affidavit to explain the extent
of the first respondent’s
alterations to the tender
specification. The impugned paragraphs of the replying affidavit deal
in detail with how the first respondent’s
compliance statement
seeks to alter the tender specifications. This was in response to the
first respondent’s denial that
the compliance statement altered
the tender specifications. The submission that the applicant is
raising some new averments in
reply is erroneous and cannot be
sustained. More so, in its founding affidavit, the applicant recorded
the respects in which the
compliance statement varied the
specifications. And the first respondent was also aware of those
averments when the self-review
papers were served.
[57]
What compounds the difficulty with the respondent's striking out
application is that the first respondent
also instituted a
counter-application against the applicant. As correctly pointed out
by Ms O’Sullivan, the applicant's replying
affidavit serves a
dual purpose. It served as an answering affidavit to the
counter-application, and it also served as a replying
affidavit to
the self-review application. Ms O'Sullivan further argued that the
applicant was free to plead whatever evidence it
wished in an
answering affidavit, without restriction, in answer to the
counter-application. This is so because the first respondent,
viz the
applicant in the counter-application, enjoyed a right of reply to it.
[58]
These arguments, in my view, are undoubtedly correct. It cannot be
expected of this court to strike out specific
paragraphs of the
applicant's replying papers for purposes of the self-review
application only, but to leave them in the same affidavit
and take
them into account for purposes of the counter-application. That would
be absurd and untenable.
[59] My
conclusion, therefore, on this preliminary point is that the first
respondent's application to strike
out must fail. I will not deal
with the striking out application in the interdict application as
that application is moot. I turn
to consider the application on the
merits.
ISSUES
FOR DETERMINATION – ON THE MERITS
[60]
From the discussion set out above, the substantive issues that this
court is enjoined to consider are the
following:
1. Whether the
self-review and the first respondent’s counter-application are
moot.
2. Whether the inclusion
of the first respondent’s compliance statement in its bid
documents rendered its bid non-responsive.
Put differently, did first
respondent’s compliance statement vary the tender
specifications?
3. If so, did the BEC,
during the tender evaluation process, consider and appreciated that
the first respondent’s compliance
statement amended the tender
specifications?
4. Notwithstanding, Is
the applicant still obliged to conclude the tender contract with the
first respondent including its compliance
statement?
[61]
For the sake of convenience, I will consider these disputed issues
sequentially.
Whether the
self-review and the first respondent’s counter-application are
moot.
[62] At
the hearing of both applications, namely: the applicants'
self-review, and the first respondent's counter-application,
the
applicant contended that both applications are moot because, by the
time judgment is handed down, the judgment will have no
practical
effect because the tender would have expired on 30 June 2023, and
thereafter, there will be no live issue between the
parties. The
applicant contended that there is no need to consider the merits of
the matter any further because setting aside the
tender award and
remitting it to the BAC for reconsideration will be academic as the
tender will expire on 30 June 2023. To this
end, the applicant
delivered a Rule 28 notice, in which it sought to amend the Notice of
Motion to include a declaratory order
in a new Prayer 1A that the
award to the first respondent of tender 169S for the Supply and
Delivery of Vehicle Tracking and Recovery
expires on 30 June 2023.
[63] It
was submitted on behalf of the applicant that during the evaluation
of the first respondent's bid for
tender 169S, the applicant's BEC
did not appreciate the true meaning of the applicant's compliance
statement, which it submitted
with its bid. Ms O'Sullivan
contended that the BEC interpreted the compliance statement chiefly
as a checklist confirming
the first respondent's compliance with the
tender specifications. Had the BEC properly understood the first
respondent's insertions
or the first respondent's compliance
statement for what it was, Counsel argued, the BEC would have
declared the first respondent's
bid non-responsive and disqualified
the first respondent. Pursuant thereto, the contention proceeded; the
BEC found the first respondent's
offer responsive and recommended to
the BAC that the latter's bid be accepted and that the tender be
awarded to it, to run from
date of commencement until 30 June 2023.
The BAC accepted the recommendation of the BEC and duly resolved to
make the award accordingly.
[64]
Meanwhile, Mr Schreuder submitted that the decision by the BAC to
award tender 169S to the first respondent
vested the right in the
latter to insist that a contract be concluded by the applicant with
the first respondent upon the terms
and conditions set out in the bid
document. The fact that the BAC decided that the contract would
terminate on 30 June 2023 does
not render this matter moot after that
date. Counsel submitted that, when the applicant launched its
application, the applicant
correctly appreciated that the contract
period was not limited to 30 June 2023 and that there was
the prospect that,
if the applicant were granted the alternative
relief it seeks, namely, of remitting tender 169S to the BAC for
reconsideration,
the latter would need to re-evaluate the tender and
thereafter award it for a period that extended beyond 30 June 2023.
[65]
Furthermore, the first respondent contended that this case is not
moot because the BAC intended to make the
award for 36 months from
the date of conclusion of the parties' written contract, which has
yet to take place. Mr Schreuder further
submitted that the tender
award does not expire on 30 June 2023 and that the applicant has a
budget for a further 3 years because
it has advertised tender 198S.
The first respondent, therefore, sought an order that the applicant
be compelled to sign the tender
documents and conclude an agreement
with the first respondent for a period not exceeding 36 months from
the date of conclusion
of the agreement. According to Mr Schreuder,
the tender awarded to the first respondent runs for a period of 36
months from date
of conclusion of the contract between the parties
and not from the date of the BAC award.
[66]
Mootness is when a matter no longer presents an existing or live
controversy. The doctrine is based on the
notion that judicial
resources should be utilised efficiently and not be dedicated to
advisory opinions or abstract propositions
of law and that courts
should avoid deciding abstract, academic, or hypothetical matters.
See
JT Publishing (Pty) Ltd and Another v Minister of Safety and
Security and Others
[1996] ZACC 23
;
1997 (3) SA 514
(CC) at para 15.
[67] It
has been the understanding of all the parties involved that tender
169S was to run for three years, with
30 June 2023, as the contract's
end date. The chronology of events and the communication between the
parties attest that the agreement
between the parties was terminable
on 30 June 2023. The deadlock between the parties frustrated the
coming to fruition of the contract
in respect of the tender awarded
to the first respondent. The BEC's report approved by the Branch
Manager on 25 October 2019 to
the BAC, recommended that the tender be
awarded to the first respondent and expressly stated that the
contract period will be from
date of commencement until 30 June 2023.
[68] On
22 June 2020, the BAC considered the BEC's Report and expressly
resolved as follows: "
for the reasons set out in the [BEC's]
report, the tender offer submitted by RAMM System (Pty) Ltd t/a Ramm
Technologies for tender
169S/2019/20 for the supply and delivery of
vehicle tracking and recovery, be accepted
from 1 July 2020
until 30 June 2023”
(my underlining).
The BAC
expressly recorded that the award of the tender to the first
respondent terminates on 30 June 2023. Subsequent to that,
the
decision that the tender was awarded to the first respondent was
communicated to the first respondent in line with the BAC
resolution
of 22 June 2020.
[69] On
22 December 2020, the applicant sent the Memorandum of Agreement to
the first respondent for signature.
The front page of the said
document explicitly sets out the contract period of the agreement
being from the date of commencement
to 30 June 2023. Clause 1.1
dealing with acceptance, records that by signing this form of offer
and acceptance, the City of Cape
Town accepts the offer submitted by
Ramm (the first respondent), thereby concluding a contract with the
supplier for a contract
period from the date of commencement of
contract until 30 June 2023.
[70] As
it happened, the first respondent refused to sign the contract as it
insisted that its compliance statement
must be incorporated into the
contract, which the applicant rejected. There were several exchange
of correspondence between the
parties. On 21 July 2021, the applicant
sent the first respondent a final draft of the Memorandum of
Agreement and asked the respondent
to sign. The front page of the
draft agreement also specified the duration of the contract as being
from the date of commencement
of the contract to 30 June 2023. The
first respondent signed this agreement and sent an electronic copy
back to the applicant under
cover of its letter of July 2021. The
respondent did not object to the cut-off date of 30 June 2023. It
signed the contract and
asked the applicant to return a signed copy.
In addition, it incorporated its compliance statement into this
agreement which the
applicant found repugnant to the tender
specifications.
[71]
Notably, in its correspondence to the applicant dated 26 November
2021, Mr Welham, representing the first
respondent, stated as
follows:
"The termination
date of Tender 169S
is 30 June 2023. For all intent and purpose
(sic), it has 19 months left to run.
There is a provision in the
contract, insisting that the incumbent service provider commences
de-installation 6 months prior to
termination of contract (para
1.1.7.2). By
implication this tender [169S] has 13 months
left to run
.” (my underlining)
[72]
From the foregoing, it is abundantly clear that for all intents and
purposes, the parties intended and were
in
ad idem
that the
contract would be for three years, with the cut-off date being 30
June 2023. The respondent's argument that the agreement
between the
parties did not terminate on 30 June 2023 conflicts and contradicts
the documentary evidence discussed above, particularly,
the
correspondence exchanged between them. Ms O'Sullivan argued, and
correctly so, in my view, that it is not legally permissible
for the
first respondent to blow hot and cold by adopting mutually
inconsistent positions in this fashion in that it initially
accepted
that the BAC intended the contract between them to cut-off on 30 June
2023. Later, in its replying affidavit of the counter-application,
the first respondent adopted a different stance that the BAC intended
that the contract must run for 36 months from the conclusion
of the
written contract.
[73]
The argument that the BAC intended that the contract must run for 36
months from the date of conclusion of
the written contract ignores
the fact that the BAC's resolution determined the end date of the
contract being 30 June 2023. To
hold otherwise would be acting
contrary to the clear intention of the parties. Crucially, it is not
disputed that the applicant
plans and budgets its intended services
over a three-year cycle. The 30 June 2023, tender 169S deadline,
coincided with the applicant's
budgetary cycle or financial year-end.
This is also borne out by paragraph 7 of the applicant's Directive 21
of 2018, which provides,
among others, that all contracts must have
predetermined end dates. The Directive notes further that the end
date must be recommended
in the BAC report and contained in the BAC
resolution. Indeed, the BAC resolution recommended an end date of 30
June 2023 for the
tender it awarded to the first respondent.
[74]
Significantly, the applicant cannot be expected to contract with
third parties for the rendering of services
when such services have
not been budgeted for. The applicant’s budgetary process is
limited to a three-year horizon. The
termination date of tender 169S
on 30 June 2023 was consistent with the applicant's three-year
budgetary cycle, as formulated in
its Medium-Term Revenue and
Expenditure Framework. Ordinarily, a municipality wishing to conclude
a long-term contract that may
impose financial obligations on the
municipality beyond the three years covered in its budget must comply
with section 33 of the
Local Government: Municipal Finance Management
Act 56 of 2003 ("the MFMA").
[75]
Section 33 of the MFMA requires that special procedures be undertaken
regarding any contract that will impose
financial obligations on the
municipality beyond the three years covered in the annual budget for
that financial year. In particular,
in terms of section 33, the draft
contract that the municipality proposes to conclude must be
publicised and circulated for comment
by the local community and
interested parties. The purpose of section 33 of the MFMA is to
ensure that the council is fully apprised
of the financial impact,
both in terms of expenditure and income, of the long-term project on
the budget of the municipality. See
ICT-Works (Pty) Ltd v The City
of Cape Town
(6582/2020[2021] ZAWCHC 119 (18 June 2021) at paras
72 and 88.
[76] It
is common cause in this matter that tender 169S was advertised for a
maximum of three years without following
the section 33 MFMA approval
process. It was intended to run up to 30 June 2023. A contract that
is concluded and runs beyond 30
June 2023, as contended by the first
respondent, would be outside of that period, thereby activating the
requirements of section
33 of the MFMA. The tender was awarded on 22
June 2020 and was intended to run till 30 June 2023. A budget for
that period was
allocated. The 30 June 2023 has since come and passed
before the realisation of the intended contract. Save for the
assumption
made regarding the advertisement of tender 186S; there is
no evidence presented before this court confirming that the allocated
budget is still available for tender 169S.
[77]
On a conspectus of all the evidential material placed before this
court, the self-review, and the first respondent's
counter-application, are moot. The tender expired on 30 June 2023,
and there is no live issue between the parties.
Normandien
Farms (Pty) Limited v South African Agency for Promotion of Petroleum
Exportation and Exploitation (SOC) Limited and
Others
2020 (4) SA 409
(CC) para 52. The first respondent has been the
author of its own misfortune. It was furnished with a Memorandum of
Agreement,
and it insisted on the inclusion of its compliance
statement that had the potential to vary the terms of the tender
specifications.
In its correspondence dated 20 January 2021 to the
applicant, the first respondent stated that before the contract was
awarded,
it asked for clarification on several points and wanted to
revisit the latter and incorporate them into the tender contract. The
applicant rejected this proposal and advised the first respondent
that no incorporations to the contract could be made as this
will be
noted as a conflict with the tender specifications.
[78]
Crucially, the first respondent's bid was not conditional upon the
compliance statement. Several employees
of the applicant beseeched
the first respondent to sign the Memorandum of Agreement in line with
the tender specifications, and
the latter did not oblige. At all
material times relevant hereto, the first respondent knew that the
intended contract was budgeted
for and terminable on 30 June 2023.
Notwithstanding this knowledge, it refused to sign the Memorandum of
Agreement, excluding the
compliance statement. The first respondent
cannot legitimately cry foul and blame the applicant for the
expiration of the tender.
In my view, the first respondent suffers
the consequences of its imprudence and lack of sound judgement.
[79] At
the hearing of these applications, it was argued on behalf of the
first respondent that the compliance
statement could not vary the
terms of the tender specification. Mr Schreuder submitted that the
compliance statement is legally
irrelevant as the tender
specifications and the BAC's award are to be determined by the tender
documents, which also determine
the terms, conditions, and format of
the contract to be concluded between the first respondent and the
applicant. It was further
contended that the tender specifications,
as the terms of the contract, would prevail over any variation that
the first respondent
intended to insert into the agreement in terms
of the compliance statement.
[80]
While having a superficial attraction, I have some difficulty with
this argument. Surely, the applicant could
not be expected to
mindlessly sign a tender contract that
ex facie
was
problematic and could potentially breed conflict between the parties.
The first respondent's insistence on incorporating the
compliance
statement indicates that the first respondent intended to enforce its
deviation from the tender specifications when
the contract was
actualised.
[81] It
must be borne in mind that the deadlock between the parties hampered
service delivery and exposed the
applicant and its employees to risk.
The applicant feared, and correctly so, in my view, that the
conclusion of the agreement with
the inclusion of the first
respondent's compliance statement would frustrate its objective of
ensuring the provision of services
to its residents in a sustainable
manner as envisaged in chapter 7 of the Constitution.
[82] In
my opinion, the applicant was well with its right to insist that the
respondent sign the Memorandum of
Agreement without the inclusion of
the compliance statement, especially because the first respondent is
still contracted to the
applicant in terms of tender 387S. It was
prudent for the applicant to refuse the incorporation of the
compliance statement as
this would have blurred the lines between
tender 169S and tender 387G. This would have been inimical to a fair
and lawful tender
process. Therefore, in view of all these
considerations, I conclude that this matter is moot. Ordinarily, this
finding would lead
to the end of the dispute; however, for the sake
of completeness, I deem it prudent to consider the remaining disputed
issues briefly.
Whether the
inclusion of the first respondent’s compliance statement in its
bid documents rendered its bid non-responsive.
[83]
This disputed issue raises two subsidiary questions;
first,
did the first respondent's compliance statement vary the tender
specifications?
Secondly,
did the BEC, during the tender
evaluation process, appreciate that the first respondent’s
compliance statement did so? In
my view, these questions are
intertwined, and I will deal with them concurrently for the sake of
brevity.
[84]
The purpose of a compliance statement is simply for bidders to
indicate whether or not they comply with the
specifications of the
bid and, if not, the extent of non-compliance. Ms O'Sullivan stated
that when completing the compliance statement
schedule, bidders were
required to indicate the particular item number and the description
of each of the specifications, and then
in a separate column to
indicate whether or not they comply and, if not, the extent of
non-compliance. The applicant notes that
the compliance statement was
intended to be a checklist, which is how the BEC regarded and dealt
with it.
[85]
Meanwhile, Mr Schreuder argued on behalf of the first respondent that
the compliance statement is of no legal
relevance in the contractual
relationship between the parties as it could never serve to amend the
tender specifications or the
contract terms prescribed in the tender
documents. Counsel contended further that the status of the
compliance statement falls
to be determined against the wording of
the tender document, tender conditions, terms, and tender
specifications.
[86] I
have some difficulty with the proposition of Mr Schreuder. If the
compliance statement is intended to serve
as a checklist, the
question that begs is why did the first respondent made some
additions to it and how it would comply with the
tender. The first
respondent’s insistence that the compliance statement must be
incorporated into the agreement lends credence
to the applicant’s
submission that the statement does indeed amends the tender
specifications.
[87]
Importantly, before the tender could be awarded to the first
respondent, the latter raised concerns in its
correspondence dated 14
January 2020 on a possible conflict between the existing tender 387G
and tender 169S and demanded an explanation
on how this would operate
side by side. The applicant, in response, required that all
information, processes, procedures, and performance
measurements in
tender 169S be separated from the vehicle tracking maintenance
contract 387G that the first respondent had with
the applicant.
[88] It
is undeniable that in its compliance statement, the first respondent
intended to integrate the two contracts
in line with its letter to
the applicant dated 14 January 2020. The applicant insisted that the
tender 169S or any subsequent tender
should not be integrated with
any other different contract. Demonstrably, in terms of the tender
specification, under the column
Hardware requirements, the applicant
had to control all data that emanates from tender 169S. In the
compliance statement, the first
respondent indicated that it intended
to integrate this data within its existing contract with the
applicant under contract 387G.
[89]
The first respondent purported to amend the tender pricing, stating
that the rental per unit will change
every six months,
notwithstanding that the contract price adjustment provisions in
tender 169S do not provide for escalation. Paragraph
6.2.5 of the
tender specifications dealing with air response team, required that
the response shall include both dedicated ground
and air response
teams in recovering the City's assets. In its compliance statement,
the first respondent stated that the mobilisation
of the air response
team is done at the discretion of the aircraft operating company.
Furthermore, the compliance statement varied
the definition of
mandatory items that must be offered for the bid to be considered. I
do not intend to deal with all the intended
amendments or variations
that the first respondent proposed in the compliance statement.
[90]
Although not clearly admitted, these variations seem to be common
cause. The first respondent argues that
these variations are
irrelevant as the specifications of the tender prevail over them.
This argument in my view, is fundamentally
flawed and contradictory
in terms. The respondent insisted on including the compliance
statement in the memorandum of agreement
as it intended to enforce it
against the applicant. This resulted in a deadlock of two years.
Additionally, the first respondent
now seeks an order in the
counter-application that the applicant be ordered to conclude a
contract with it that would incorporate
its varied tender
specifications, as set out in its compliance statement.
[91] A
conspectus of all the evidence reveals that this tender's award to
the first respondent was invalid and
unlawful. It conflicted with
section 217 of the Constitution. The bid was awarded to the first
respondent, notwithstanding that
its bid varied the tender
specifications. When the tender award was made to the first
respondent, other bidders were not placed
on the same footing as the
first respondent. The first respondent's bid did not comply with the
tender specifications or the applicant's
requirements.
Notwithstanding, its bid was treated in error as responsive on the
basis that it complied with the eligibility criteria.
[92]
There is far more force in Ms O'Sullivan’s argument that it
could not be expected that the applicant
permits the variation of
tender specifications only in respect of one tender, and without the
proposed changes being communicated
to other bidders before the
closing date to allow them to adjust their bids if they wanted to.
That would materially breach the
principles of a competitive bidding
process contemplated in the procurement legislative and policy regime
applicable to tender
169S. In my opinion, the bid of the first
respondent ought to have been eliminated as non-compliant.
[93] I
am further of the view that there was a serious dereliction of duty
among the applicant's officials, in
particular, members of the BEC.
From the minutes of their evaluation, it is evident that they had a
cursory look at the bid documents
of the first respondent. They did
not scrupulously consider or thoughtfully pay attention to the first
respondent's bid documents,
particularly the compliance statement.
Had they done so, they would have rejected the first respondent's bid
as non-responsive.
They treated the tender as responsive and complied
with the tender specifications, even though it altered the tender
specifications
or the evaluation criteria.
[94]
Notwithstanding the finding I made hereinabove, I must stress the
fact that the defence raised by the applicant
that the BEC did not
consider the amendments to the specifications in the compliance
statement attached to the bid, in large part
because the formatting
of the compliance statement and the use of a dark font colour made it
difficult to distinguish between the
tender specifications and its
additions is concerning, to say the least. The BEC had a statutory
duty and, by extension, a constitutional
duty to ensure that the bid
documents comply with all the relevant specifications of the tender.
About eight officials of the BEC
failed to bring their minds to bear
when they considered this bid. One would expect that this slackness
among the City's officials
would be guarded against in the future.
[95] Mr
Schreuder argued on behalf of the first respondent that the BEC
indeed considered the first applicant's
compliance statement in its
deliberations. In amplification of his argument, Counsel referred the
court to the minutes of the BEC
where it was noted that the first
respondent complies with the tender specifications. I do not agree
with this argument. Whilst
I deprecate the ineptness of the BEC
officials, it must be borne in mind that the issues raised in the
compliance statement were
addressed with the first respondent before
it submitted its bid. The tender specifications that concerned the
first respondent
were discussed by some members of the BEC with the
first respondent before the latter could submit its tender documents.
[96]
Members of the BEC also clarified the first respondent's concerns at
the clarification meeting before the
bid was submitted. The first
respondent was assured that the two tenders (169S and 387G) would not
overlap and must be treated
separately as such. The pricing in terms
of the tender and the mandatory tender specifications were also
explained to the respondent.
Crucially, the fact that the two tenders
had to be treated differently was also addressed in several
correspondences with the first
respondent by the BEC members before
the tender's closure.
[97]
From the minutes of the BEC, nothing suggests that the BEC, decided
to condone the integration of the two
tenders as proposed by the
first respondent in its compliance statement. Furthermore, there is
nothing in the minutes of the BEC
suggesting that its members decided
to condone the inclusion of the first respondent's deviations (as
contained in the compliance
statement) to the tender specifications
contrary to the stance it held when it engaged the first respondent
before the submission
of the tender.
[98]
There is also nothing intimating that the BEC considered the
additions in the first respondent's compliance
statement and agreed
to depart from what it told the respondent during the clarification
session that the two tenders are separate
and would be treated as
such. What is clear, though, is that despite the additions of the
compliance statement, which differed
from the BEC's stance on the
tender specifications, the BEC noted that the first respondent
complied with all the tender specifications.
[99]
Evidently, the minutes tell a different story. The BEC's material
oversight came to its attention after the
award of the tender to the
first respondent was made. It is revealing that the BEC did not
consider the amendments or insertions
in the compliance statement,
which conflicted with the tender specifications. The chronology of
events and the correspondences
between the parties immediately before
the bid was submitted clearly indicates that the BEC had not
considered the compliance statement
in depth as required. The BEC
failed to appreciate the true nature and import of the first
respondent's compliance statement. Had
it done so, it would have
eliminated the first respondent's bid as non-responsive for violating
the tender specifications. Given
all these considerations, I am of
the opinion that the award of tender 169S to the first respondent was
unlawful and must be set
aside.
The Counter
Application
[100]
Regarding the counter application, the first respondent seeks an
order for the applicant to conclude a contract
with it by
counter-signing the Form of Offer and Acceptance on page 6 of the
tender document. The first respondent also contends
that the
agreement in question should be subject to further conditions that
the contract period shall be for 36 months in accordance
with the
tender document, commencing on the date when the applicant concludes
the contract with the first respondent. I addition,
the first
respondent contends that the price of the vehicle tracking and
recovery services and equipment supplied by the first
respondent
shall be adjusted according to the CPI in accordance with the tender
document and calculated with effect from 1 July
2020.
[101] I have
already found that the intended contract between the parties was
terminable on 30 June 2023. I have also
found that the counter
application is also moot. In addition to the above finding, it is
essential to note that the BAC's award
expressly specified that it
was from 1 July 2023, terminating on 30 June 2023. This decision of
the BAC stood unless set aside
by a court of competent jurisdiction.
Magnificent Mile Trading 30 (Pty) Ltd v Charmaine Celliers
2020 (4) SA 375
(CC) para 1. If the first respondent wanted a
contract for 36 months beyond 30 June 2023, it had to have taken the
BAC's
award on review. As correctly pointed out by the
applicant's Counsel, the BAC's award is an administrative decision
that
stood and remained effective and binding unless reviewed and set
aside.
Oudekraal Estates (Pty) Ltd v City of Cape Town
2004
(6) SA 222
(SCA) paras 26 and 31. From these findings, it is evident
that the counter-application must fail.
COSTS
[102] The
general rule is that the successful party is entitled to his costs.
The Supreme Court of Appeal has frequently
emphasised that in
awarding costs, the court has a discretion to be exercised judicially
upon a consideration of the facts in each
case. In essence, the
decision is a matter of fairness to both parties.
Intercontinental
Exports (Pty) Ltd v Fowles
1999 (2) Sa 1045
(SCA) at 1055F-G.
[103] It is
common cause that the applicant delayed in launching its self-review
application. The self-review application
was necessitated by the
negligence of the applicant's BEC when they adjudicated the first
respondent's tender documents. The first
respondent's compliance
statement was at variance with the tender specifications. On the
other hand, the counter-application had
no merit, and the first
respondent should have challenged the decision of the BAC to award
the tender until 30 June 2023. In my
view, this is a typical case in
which each party must pay its own costs in respect of the two
applications. However, I am of the
view that the first respondent’s
application for striking out paragraphs 35 to 101 of the applicant’s
replying affidavit
was unmerited and unwarranted. The first
respondent must pay for the costs of that application.
[104]
Regarding the costs of the interdict, the applicant argued that the
first respondent has failed to distinguish
between the advertising of
a tender, and the award of a tender. Ms O'Sullivan submitted that the
advertising of tender 198S did
not give rise to any rights on the
part of any third party, and it did not infringe the rights of the
first respondent. Counsel
further stated that tender 198S was for a
different period. In Counsel’ view, only the award of a tender
gives rise to rights.
I do not agree with this proposition. In my
view, it was unlawful for the applicant to publish tender 198S while
its legality review
on tender 169S remained undetermined. Tender 198S
was for the same services envisaged in tender 169S which was already
awarded
to the first respondent. The fact that it was for a different
period is neither here nor there.
[105] It was
instructive for the first respondent to protect its rights by
launching the interdict application. The
publication of the new
tender amounted to a threat and an unlawful interference with the
first respondent’s rights. The first
respondent could not be
expected to bring an application for an interdict long after the
tender has been granted and its rights
have been infringed. Such an
application for an interdict would have been an exercise in futility.
If the tender was awarded to
a third party as suggested by Ms
Sullivan, the only way the first respondent could protect its right
was to apply for the review
of the award and not to apply for an
interdict. To this end, I agree with Mr Schreuder that the
applicant’s conduct of initiating
a fresh procurement process
under tender 198S, was irresponsible and opportunistic. In my view,
the first respondent legitimately
brought the interdict application
to protect its rights and to interdict the applicant from awarding a
tender that was already
awarded to it. Consequently, the applicant,
in my view, must be ordered to pay the costs of the interdict
application.
ORDER
[106] In the
result, the following order is granted:
106.1 The late
filing of the self-review application is hereby condoned.
106.2 The
application to strike out is hereby dismissed.
106.3 It is ordered
that the award of tender 169S/2019/20 to the first respondent for the
Supply and Delivery of Vehicle Tracking
and Recover expired on 30
June 2023.
106.4 To the extent
necessary, it is ordered that the decision of the applicant’s
Bid Adjudication Committee taken on
22 June 2023 to award tender
number 169S/2019/20 for the Supply and Delivery of Vehicle Tracking
and Recover for a contract period
ending 30 June 2023 to the first
respondent is declared invalid and unlawful.
106.5 Furthermore,
to the extent necessary, the decision of the BAC taken on 22 June
2020 to award the tender to the first
respondent for a contract
period ending on 30 June 2023 is reviewed and set aside.
106.6 Each party is
ordered to pay its own costs in respect of the self-review and the
counter-application.
106.7 The first
respondent is ordered to pay the costs of the striking out
application.
106.8 The applicant is
ordered to pay the first respondent’s costs in respect of the
interdict application. Such costs to
include the costs of two
counsels were so employed.
LEKHULENI JD
JUDGE OF THE HIGH
COURT
Appearances
For
the Applicant:
Ms
M O’Sullivan SC and
Mr
N de Jager
Instructed
by:
Toefy
Attorneys
Applicant’s
attorneys
For
the First Respondent:
Mr
Schreuder SC
Mr
Quixey
Instructed
by:
Maurice
Phillips Wisenberg
First
Respondent’s attorneys
sino noindex
make_database footer start
Similar Cases
City of Cape Town v Cell C Limited and Others (20689/2018) [2025] ZAWCHC 246 (10 June 2025)
[2025] ZAWCHC 246High Court of South Africa (Western Cape Division)99% similar
City of Cape Town and Others v Sterea Digital CC and Another (A48/2023;18984/2020) [2023] ZAWCHC 293; [2024] 1 All SA 680 (WCC) (21 November 2023)
[2023] ZAWCHC 293High Court of South Africa (Western Cape Division)99% similar
City of Cape Town v Various Occupiers and Another (21101/2022) [2024] ZAWCHC 173; [2024] 3 All SA 428 (WCC); 2024 (5) SA 407 (WCC) (18 June 2024)
[2024] ZAWCHC 173High Court of South Africa (Western Cape Division)99% similar
City of Cape Town v Those Persons Identified in Annexure A and Another (14732/2024) [2025] ZAWCHC 490 (24 October 2025)
[2025] ZAWCHC 490High Court of South Africa (Western Cape Division)99% similar
City of Cape Town v Hussain and Others (Appeal) (A268/2024) [2025] ZAWCHC 171 (17 April 2025)
[2025] ZAWCHC 171High Court of South Africa (Western Cape Division)99% similar