Case Law[2023] ZAWCHC 303South Africa
Loghdey t/a Street Parking Solutions v City of Cape Town and Another (5276/23) [2023] ZAWCHC 303; [2024] 2 All SA 140 (WCC) (29 November 2023)
Headnotes
on 4 November 2022.
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 303
|
Noteup
|
LawCite
sino index
## Loghdey t/a Street Parking Solutions v City of Cape Town and Another (5276/23) [2023] ZAWCHC 303; [2024] 2 All SA 140 (WCC) (29 November 2023)
Loghdey t/a Street Parking Solutions v City of Cape Town and Another (5276/23) [2023] ZAWCHC 303; [2024] 2 All SA 140 (WCC) (29 November 2023)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAWCHC/Data/2023_303.html
sino date 29 November 2023
FLYNOTES:
ADMINISTRATIVE – Tender –
Bid
specifications deficiencies
–
Parking
management services – Applicant unhappy that tender required
bidders to adopt cashless parking revenue collection
system –
Alleges bid specifications did not impose minimum revenue that was
to be collected – Bid specifications
set not in compliance
with regulation requirements and City’s supply chain
management policy – City failed to
assess functionality and
preference claimed by successful bidder by conducting proper risk
analysis of its bid and verifying
its status – City’s
omissions constituted material irregularities – Occurred
pursuant to a breach of mandatory
provisions – Appropriate
relief considered – Tender award reviewed and set aside –
Regulation 51 of the
Supply Chain Management Regulations.
IN
THE HIGH COURT OF SOUTH AFRICA
[WESTERN
CAPE DIVISION, CAPE TOWN]
[REPORTABLE]
Case
no.
5276/23
In the matter between:
MOHAMMED ZUNADE
LOGHDEY t/a
STREET
PARKING SOLUTIONS
Applicant
and
THE
CITY OF CAPE TOWN
First
Respondent
SA-iPARK
(PTY) LTD
Second
Respondent
JUDGMENT
DELIVERED (VIA EMAIL) ON 29 NOVEMBER 2023
SHER, J:
1.
This is an application to review and set
aside a tender for the provision of kerbside parking management
services for a period of
3 years, which was awarded by the City of
Cape Town to the 2
nd
respondent on 6 March 2023.
2.
The applicant and the 2
nd
respondent were the only bidders who submitted bids. The 2
nd
respondent abides the decision of the Court. The City opposes the
review and seeks to defend the award.
The factual background
3.
The applicant has been providing parking
management services to the City for 16 years, in terms of successive
contracts which were
awarded to him pursuant to previous tenders. The
current contract which he has with the City comes to an end on 30
November 2023.
4.
The 2
nd
respondent is a company which has its principal place of business and
registered address in Bloemfontein. It provides parking management
services at several shopping malls and medical centres in the Free
State, Gauteng, Kwazulu-Natal and the Western Cape, and at the
King
Shaka and Cape Town International Airports. According to its bid
submission it was established in 2013 to support the B-BBEE
initiative of its Bloemfontein mother company Federal Parking
Services (Ltd), which holds a 49% shareholding in it.
5.
It is common cause that the bays for which
parking management services are currently being provided by the
applicant are located
in areas which are covered by the tender under
review, including the City/Gardens, Claremont/Kenilworth and
Bellville CBDs, and
Sea Point and De Waterkant. The tender makes
provision for a later roll-out of parking services to other areas, as
far afield as
Simonstown in the south, and Somerset West and Strand
in the north.
6.
When the tender was advertised on 14
October 2022 the applicant took issue with its bid specifications and
sought to engage the
City in respect thereof, at a briefing which was
held on 4 November 2022.
7.
He was unhappy that the tender required
bidders to adopt a wholly cashless parking revenue collection system.
It was his experience
that motorists within the metropole
predominantly settled their parking charges in cash rather than by
way of card payments, especially
for transactions involving minimal
parking charges, where vehicles occupied parking bays for short
periods of time. The applicant
was of the view that moving to an
entirely cashless system would be impractical for a service provider
and would place its ability
to collect parking fees at risk, as
motorists who were unable to make payments electronically by means of
a credit or debit card
would be tempted to drive off without paying.
In addition, the volatility which was being experienced with current
levels of ‘loadshedding’
and the additional 2-3% fee
which banks charged for processing electronic card payments, made a
cashless payment system an unfeasible
and unattractive option for a
service provider.
8.
In addition, the applicant pointed out that
the tender pricing schedule invited bidders to bid a percentage of
the parking fees
which they would collect, as a commission which they
would receive in lieu of payment for their services. But, as the bid
specifications
did not impose a minimum revenue that was to be
collected, although a bidder might offer what appeared to be an
attractive percentage
of the parking fees which they would collect,
to the City, it could be an offer that in real terms meant very
little and was less
competitive than one made by a competitor.
9.
In his founding affidavit the applicant
illustrated what he meant by way of an example: the value of a bid
which tendered 50% of
the revenue that would be collected but when
implemented only recovered 10% of the parking charges that were due,
would be far
less than one which was put up by a competitor which
only offered 30% of what was to be collected but was able to recover
90% thereof.
10.
Thus, the applicant contended, without
minimum ‘performance’ criteria being set in the tender
specifications the 1
st
bidder would nonetheless score higher on the price component of his
bid than his competitor. Consequently, the applicant submitted
that
given the City’s failure to impose such criteria in the tender
specifications by way of a minimum parking revenue which
was to be
collected monthly, it would be impossible for the value propositions
of competing bids to be properly assessed, as the
City would be
unable to determine which of the competing bids would generate the
most income for it. This fundamentally undermined
the requisite
competitiveness of the process and was not only inconsistent with the
constitutional imperatives which were set out
in s 217 of the
Constitution, but also contrary to clause 180 of the City’s
Supply Chain Management Policy, which required
that in a
percentage-based tender the compensation which a winning bidder was
to receive was to be performance-based and there
was to be a ‘cap’
on it i.e. a maximum amount that was to be paid.
11.
The applicant pointed out that although a
previous tender (in 2017) had also provided for percentage-based
compensation, its specifications
had included performance-based
criteria for each of the 3 years for which it was awarded. To this
end minimum collection revenues
were set by having regard for the
period of time that bays could ordinarily be occupied in a single
working day, and based on this
a notional determination was made of
the total revenue that could be collected in a month. Thus the 2017
tender required the supplier
of parking management services to make
payment to the City, in the 1
st
year, of an amount equal to no less than 70% of the total daily
parking fees that could be collected, which increased to 80% and
then
90%, in the 2
nd
and 3
rd
years respectively. Thus, the service provider was required to make a
percentage-based payment of what should have been collected
and not
what was actually collected. Implementation of the tender was carried
out via a parking sensor system, which monitored
the occupation of
bays that were under management on a real-time basis.
12.
The applicant sought to raise his
dissatisfaction with the tender specifications not only before, but
also after, the closing date
for the submission of bids. On 20
December 2022 he addressed a letter to the City in which he pointed
out that notwithstanding
the concerns he had raised the bid
specifications had not been amended. Whilst he had no intention of
meddling in the City’s
supply chain management processes and
was inclined to let the tender ‘unfold’ and, if
necessary, to contest the result
thereafter, he was concerned that if
he did so he might be accused of acquiescing therein. Consequently,
he asked the City to indicate
whether, in the circumstances, it
required him to challenge the tender before it was awarded or whether
he should do so afterwards.
Predictably, he did not receive a
response to his query.
13.
He was advised by his legal representatives
that he should accordingly challenge the tender specifications and
not wait for the
tender to be awarded. This prompted him to launch
the instant application on 30 March 2023, in which he initially only
sought an
order setting aside the tender specifications. According to
the applicant, at that time he was unaware that the tender had in
fact
already been awarded to the 2
nd
respondent some 3 weeks earlier.
14.
In compliance with the requirements of rule
53 the City first filed a record of its decision on 5 May 2023. From
the documents which
were contained therein it became evident not only
that the tender had already been awarded but that the record was
deficient, as
it failed to include 2
nd
respondent’s bid documentation and failed to include the
deliberations of the bid specification, evaluation and adjudication
committees. Pursuant to a complaint which was lodged a supplementary
record was filed by the City some two weeks later, which the
applicant contended was still deficient, as material portions of the
2
nd
respondent’s bid documentation were still not included therein,
including schedule 15 of the 2
nd
respondent’s bid, which set out the aspects which reflected on
its functionality i.e. details of its experience, staffing
and
management of paid parking and its experience in the implementation
and operation of an auditable electronic parking receipt
system.
15.
In his supplementary founding affidavit the
applicant pointed out that from a consideration of the supplemented
record it also appeared
that the City had failed to conduct a risk
analysis of 2
nd
respondent’s bid, prior to awarding the tender to it. This was
contrary to clause 2.3.10.5 of the tender invitation, which
required
that such an analysis be performed on all bidders, with a view to
determining whether they possessed the necessary technical
skills,
competence and capacity to fulfil their obligations. The applicant
contended that the City had not verified the information
which had
been supplied by the 2
nd
respondent in support of its bid. According to the applicant, the 2
nd
respondent had not included any documentation in its bid which would
enable the City to properly determine whether it could indeed
supply
the requisite services and pay over the tendered percentage of the
fees it had collected.
16.
Aside from these aspects, in a further
supplementary affidavit the applicant also sought to challenge the
tender process on several
additional grounds, including that the 2
nd
respondent had claimed functionality points for 15 years’
experience, which it could not have had as, according to its bid
submission, it had only come into existence in 2013. Therefore the
2
nd
respondent had seemingly laid claim to the experience and parking
management contracts which belonged to its mother company, and
not to
it. In this regard the applicant pointed out that from its portfolio
it was evident that some of the parking facilities
which 2
nd
respondent claimed to manage in the Free State, Gauteng and other
provinces, were in fact managed by Federal Parking (Pty) Ltd,
and not
by it. Thus, the applicant contended that 2
nd
respondent had claimed and been awarded functionality points to which
it was not entitled, and had failed to meet the requisite
functionality threshold.
17.
Pursuant to the filing of additional
documents by the City in June 2023, the applicant lodged a further
supplementary founding affidavit.
In it he pointed out that the
additional documents had only been filed after he had complained, in
his 1
st
supplementary founding affidavit, that material portions of the 2
nd
respondent’s bid documentation had been omitted from the record
of decision. He noted that the City’s attorneys had
attempted
to explain away the omissions on the basis of an alleged
misunderstanding between themselves and City officials who were
responsible for collating and supplying the record. They had claimed
that whilst the City had delivered the complete record to
them, in
preparing it for the Court they had removed certain documents from it
which they considered should not be disclosed on
the grounds that
they were subject to privilege, or confidential to the 2
nd
respondent, and in doing so they had inadvertently left out documents
they should not have.
18.
The applicant disputed that the further
documents which had finally been produced had been omitted as a
result of an oversight.
But he contended that, in any event, it
appeared from a consideration of these documents that the applicant’s
complaints
about the irregularity of the award of the tender were
substantiated. In this regard, aside from the grounds previously
raised
the applicant contended that the 2
nd
respondent’s claim to ‘Level 2’ B-BBEE status, on
the basis that its annual turnover was less than R 10 million
could
not be correct, and was implausible if, as it claimed, it had 35 520
parking bays under management and 120 employees.
19.
In June 2023, after the City filed the last
tranche of documents in supplementation of the record of its
decision, the applicant
amended his notice of motion to seek a
further order, reviewing and setting aside the award of the tender.
An assessment
20.
It
is by now trite that an invitation to tender (which contains its bid
specifications and bid evaluation criteria), together with
the
applicable constitutional and legislative procurement provisions,
constitutes the legally binding framework within which all
public
tenders by organs of state have to be submitted, evaluated and
awarded.
[1]
(i)
Ad the legislative framework
21.
As
far as the constitutional provisions which are applicable is
concerned, it is equally notorious that s 217(1) of the Constitution
provides that when an organ of state contracts for goods or services
it must do so in accordance with a system which is fair, equitable,
transparent, competitive and cost-effective. These constitutional
imperatives are, in turn, reiterated and given substance to in
several legislative instruments, including the Preferential
Procurement Policy Framework Act (‘the PPFA’),
[2]
the Public Finance Management Act (‘the PFMA’),
[3]
the Local Government: Municipal Systems Act
[4]
and the Local Government: Municipal Finance Management Act (‘the
MFMA’)
[5]
and the various
regulations promulgated in terms of these statutes.
[6]
22.
For
procurements at a local i.e. municipal level the MFMA requires
[7]
that each municipality must adopt a ‘supply chain management
policy’, and the Supply Chain Management Regulations (the
“SCM
Regulations’) stipulate
[8]
that the policy must determine the criteria to which bid
documentation for a competitive bidding process must comply, which
must
include bid evaluation and adjudication criteria.
23.
The
City adopted a supply chain management policy in March 2008
[9]
which, it is common cause, sets out such criteria. The policy
expressly states
[10]
that its
objectives are to give effect to s 217 of the Constitution, by
implementing a procurement system for the City that is
fair,
equitable, transparent, competitive, and cost-effective, and which
complies with the statutory procurement provisions which
are
applicable.
(ii)
Ad the price component of the invitation
to tender
24.
As far as the invitation to tender is
concerned, clause 2.1.1.1 of its conditions stipulated that the
tender and its evaluation
and acceptance, as well as any resulting
contract which might be entered into pursuant to an award, were
subject to the City’s
supply chain management policy, and
tenderers submitting bids and the City were to comply with the
conditions of the tender.
25.
As the value of the tender was said to be
less than R 50 million it made provision for an 80/20-point scoring
system: 80% of the
points were to be allocated to price and 20% to
preference, on the basis of B-BBEE status. According to Clause
2.3.10.3 points
for price would be allocated in accordance with a
formula, which was based on the percentage which was set out in the
Price Schedule
in Part 5 of the invitation.
26.
The
Price Schedule in turn contained the tender’s ‘Pricing
Instructions’. It is a curious and confusing document,
that
appears to be an adaptation of a template that is in common use.
Thus, on the one hand it stipulated that tenderers were to
state
their ‘rates and prices in percentage’
[11]
(sic) and should include all expenses, disbursements and costs
therein,
[12]
whilst at the
same time it required them to provide their ‘prices’ in
accordance with the ‘units’ specified
in the
schedule’
[13]
(none
were), and to provide ‘rates and prices’ which were
fixed for the duration of the contract and which would
not be subject
to adjustment. Attached to Part 5 was a so-called ‘Schedule of
Rates’, in blank, on which the total
number of bays that were
put out to tender and the areas in which they were located, were set
out, but no provision was made for
rates (i.e a charge or fee per
bay, day per day/month), to be offered.
[14]
27.
In
contrast to this clause 5.10 of the Price Schedule required bidders
to bid a percentage of the ‘actual collected’
parking
fees which they were to be paid monthly, as a fee for the services
they were to provide. Thus, notwithstanding what was
set out in the
earlier clauses of the Schedule, bidders were not asked to tender on
the basis of either a price (i.e. a cost) or
a rate, per parking bay,
per day or month. And once again, this was a somewhat curious
formulation: instead of requiring bidders
to indicate what percentage
of their collections would come to the City, as one would expect, the
invitation to tender required
them to indicate what percentage of the
collections would go to them. To this end, they would be required to
pay over all parking
fees which they had collected, to the City, and
to invoice it monthly for their percentage of the parking fees that
was to be paid
to them by way of compensation.
[15]
28.
Thus, as far as the Price Schedule is
concerned the bid criteria did not set out a minimum, prescribed
level of revenue i.e. a fixed
monthly amount (or percentage thereof)
which was to be obtained and paid over to the City, from the parking
charges that were to
be collected by the winning bidder.
29.
Although the Price Schedule did not
prescribe a minimum revenue that was to be collected, for the purpose
of scoring bids for price
the formula in clause 2.3.10.3.1 provided
that the fixed percentage of monthly parking fees which was tendered
(i.e. the percentage
that was to be paid to the winning bidder), was
to be multiplied by an estimated monthly revenue of R 3 million. It
was expressly
noted that this figure was one that would be used for
‘evaluation purposes’ only and did not reflect the
‘actual’
parking fees which were to be collected.
30.
How
this estimate was arrived at was not elucidated by the City in its
answering papers. According to the figures set out on an
extract
which it provided to bidders from its historic database,
[16]
for the 14 month pre-COVID period between January 2019 and March 2020
the total reported average monthly parking fees which were
collected
for the CBD, Bellville, Claremont and Sea Point areas came to R3 761
764 per month, whereas over the 8 month period
from November
2021 to July 2022 the average monthly parking fees collected
for the self-same areas came to R3
050 938. Presumably,
the estimated monthly revenue which was set in clause 2.3.10.3.1 was
therefore a conservative projection of
the average monthly earnings
which could be derived for the duration of the 3-year tender,
following its award at the end of 2022.
(iii)
The City’s case
31.
The City’s answering affidavit was
deposed to by the Manager of its Transport Network Facilitation &
Development branch.
It dealt only in perfunctory terms with the
principal averments in the founding and supplementary affidavits
which underpinned
the applicant’s case. In this regard it
responded meaningfully only to the challenge which was directed at
the price component
of the tender, and not to that which was directed
at the functionality and preference components thereof.
32.
So, in relation to the complaint that by
not setting a prescribed minimum revenue which was to be collected by
the winning bidder
the City failed to set the necessary
performance-based criteria required in terms of its supply chain
management policy, the Manager
said it was ‘preposterous’
to suggest the City should do so, as the revenue ‘structure’
which potential
bidders wished to include in their bids would differ
from bidder to bidder. He said that this was (nonetheless?) an
important ‘component’
which featured when the competing
bids were assessed. He claimed that the tender invitation in any
event required each bidder to
set out the ‘price’ at
which it intended to offer its services, even though, as previously
pointed out, this was not
the case.
33.
He claimed further that, in contending that
the invitation should have set out performance-based criteria for the
compensation that
was to be paid to the winning bidder, the applicant
was confusing terms which were to be included in the contract which
was to
be concluded with the winning bidder, after the tender had
been awarded, with the invitation to tender. Put simply, he contended
that clause 180 of the City’s supply chain management policy
only applied to the subsequent contract which was entered into
with
the winning bidder, and not to the tender invitation.
34.
He said that the provisions of the clause
could not apply to the tender invitation as the supplier i.e. the
winning bidder was not
capable of being identified at the time when
the invitation went out and would only become known after the award
of the tender
to it. He contended that, in any event, any requirement
which may have existed to impose performance-based criteria was
simply
aimed at getting the winning bidder to perform the services
required of it, to a satisfactory level, and in this regard the
invitation
to tender did set out several key performance indicators
(‘KPI’). It was thus not intended or necessary to impose
performance-based
criteria beyond that, in relation to revenue
collection, as the winning bidder would automatically be incentivised
to collect a
high percentage of revenue because it would share
directly therein and the more it collected the more its percentage
share thereof
in lieu of compensation would increase. Thus, any
profit-driven supplier would obviously endeavour to maximise the
collection of
revenue and it was not necessary to specify any
performance-based criteria in respect thereof.
(iv)
Ad Regulation 51 and clause 180: an
interpretation
35.
It is by now well-established and more than
trite that the act of determining the meaning which is to be
attributed to words which
are used in a document or statutory
instrument is an objective and unitary exercise by means of which
regard is to be had to the
text (the language used) in the light of
ordinary rules of grammar and syntax, in the context in which it
appears, and the apparent
purpose to which it is directed.
36.
From a perusal of the City’s supply
chain management policy it is evident that it largely constitutes a
wholesale adoption
of the SCM Regulations. In their legislative
scheme the Regulations are arranged in 2 chapters: the first (Chp 1)
deals with the
adoption of a supply chain management policy by
municipalities and the second (Chp 2) sets out a framework which is
to apply to
such policies, and is in turn divided into 4 parts,
headed 1) ‘Demand Management’ 2) ‘Acquisition
Management’
3) ‘Logistics, Disposal, Risk and Performance
Management’ and 4) ‘Other matters’. Regulation 51
is the
last of the regulations and resorts under the final
category/part. The City’s supply chain management policy adopts
a similar
structure to that adopted in the SCM Regulations.
37.
Clause 180 of the policy is a verbatim
repetition of Regulation 51. It states that if a supplier acts on
behalf of the City in providing
any service or to ‘act as a
collector of fees, service charges or taxes’ (sic) and the
compensation payable to it is
fixed as an agreed percentage of
turnover for the service or the amount collected, the ‘contract’
between the it and
the City must stipulate 1) a ‘cap’ on
the compensation payable and 2) that such compensation must be
‘performance-based’.
38.
Although the tender specifications provide
for key performance indicators (‘KPIs’), these are to be
used to monitor
the performance of the winning bidder, and none of
them apply to the collection of revenue i.e. to the parking charges
that are
to be levied, or the amount of compensation which is to be
paid to the winning bidder. They are concerned with issues such as
complaint
response rates, the creation of a database within a week of
implementation, the ratio of parking marshals to parking bays, a
requirement
that not less than 95% of all parked vehicles that have
been audited by means of a physical count have been recorded by the
provider,
and the date by which parking fees that have been collected
are to be paid over. As such, they do not constitute
performance-based
criteria, within the meaning of clause 180.
39.
The
clause is to be found in the ‘Acquisition Management System’
part of the City’s policy, which has amongst
its stated
objectives that goods and services are to be procured by the City
only in accordance with authorised procedures,
[17]
and bid documentation, evaluation and adjudication criteria and
general conditions of contract are to accord with the requirements
of
the relevant legislation.
[18]
40.
As provided for in the Regulations, this
part of the City’s policy sets out the various procurement
processes whereby the
City acquires goods and services, which range
from petty cash purchases (where the transaction value is less than R
2000), written
price quotations (for transactions between R 2000 and
R 10 000 in value), and formal written price quotations (where the
estimated
transaction value ranges from R 2000 to R 10 000), to
competitive bids- which apply when the estimated transaction value
exceeds
R 200 000 or involves a ‘long-term’ contract for
the provision of goods or services i.e. a contract which exceeds 1
year in duration. Clause 180 is located in the section of this part
of the policy which deals with competitive bids i.e. where
an
invitation to tender is involved.
41.
Clauses 108-114 in this section set out the
requirements that apply regarding the formulation of bid
specifications for tenders.
These include that such specifications
must be drafted in an ‘unbiased manner’ (sic) to allow
all potential suppliers
to offer their goods and services (clause
108) and shall, where possible, be described in terms of the
performance which is required
rather than in terms of ‘descriptive
characteristics for design’ (clause 110). Clauses 123-143 in
turn set out the
requirements which apply to the compilation of bid
documentation for invitations to tender. These include that the
documentation
must ‘clearly indicate’ the terms and
conditions of contract and the bid specifications and criteria for
evaluation
(clause 125) and must not be aimed at ‘hampering’
competition but rather at ensuring fair, equitable, transparent,
competitive and cost-effective bidding (clause 129).
42.
On
an ordinary and literal reading of clause 180 it appears as if the
contents thereof are directed at the contract which is to
be entered
into with a successful bidder who has been awarded a tender after a
competitive bidding process, rather than at the
invitation to tender
itself. But this is an impression that one obtains only after
engaging in the initial phase of the act of
interpretation. One is
also required to consider the literal meaning of the clause in the
context of the policy as a whole, with
specific reference to the
preceding clauses I have referred to, and their aim and purpose. As
was pointed out in
Coral
Lagoon
[19]
it is the relationship between the words used, the concepts expressed
in them and the place of the contested provision within the
scheme of
the document or statutory instrument as a whole, that ‘constitutes
the enterprise by recourse to which (a) coherent
and salient’
interpretation is arrived at. And, in this regard, when engaging in
this exercise one is required to remember
that inasmuch as the clause
is a verbatim repetition of Regulation 51 of the SCM Regulations, and
the policy as a whole is by and
large an adoption of the legislative
scheme, structure and wording of the Regulations, one is essentially
dealing with a legislative
provision which must be properly
contextualised, interpreted purposively, and construed in a manner
consistent with the Constitution.
[20]
43.
As far as the Constitution is concerned, as
was previously pointed out s 217(1), which serves as the
fons
et origo
of procurement legislation,
states that when an organ of State ‘contracts’ for goods
or services it must do so in accordance
with a system which is fair,
equitable, transparent, competitive and cost-effective.
44.
It has never been suggested that, because
of the use of the word ‘contracts’ in s
217(1) rather than ‘procures’, in the context of
procurements by organs of State the constitutional imperatives
referred
to in s 217(1) apply only to the subsequent contract which
is to be entered into with a supplier after a transaction has been
concluded
with it, and in the case of a competitive bidding process,
after a tender has been awarded, and not to the procurement process
which preceded it; and the word is commonly understood to apply to
the procurement process as a whole. Thus, the meaning which is
afforded to the word ‘contracts’ in s 217(1) extends
beyond a literal one: it is understood to refer to the process
of transacting, as a whole, which the State engages in when procuring
goods and services, which includes and culminates in the
contract
which is concluded with a supplier, be it after a transaction that
arises informally such as a petty cash purchase or
after a quotation
is obtained (i.e. where the value of the transaction is less than R
200 000), or one that occurs as a result
of the award of a tender
pursuant to a formal, competitive bidding.
45.
In my view a similar meaning should be
given to the word ‘contract’ in the context of Regulation
51 of the SCM Regulations,
and clause 180 of the City’s supply
chain management policy. An interpretation that holds that clause 180
of the City’s
supply chain policy (and by implication therefore
also Regulation 51), only applies to the contract which is ultimately
entered
into at the conclusion of a procurement process by an organ
of State, but not during it, would be nonsensical and unbusinesslike,
as it would allow the State to contract, in the case of tenders, with
bidders who were awarded them on a basis other than, or different
from, that in terms of which they had been invited to make competing
bids. It would allow contracts to be concluded with winning
bidders
in terms that are not transparent in the tender process, and which
may be potentially unfair, inequitable and/or uncompetitive
vis-à-vis
the winning bidder or their competitors, and which are not
cost-effective to an over-burdened and over-stretched
State, at the
expense of its citizens. It would allow for organs of State to
obfuscate or hide the real, intended terms of a procurement
in the
contract which it concludes with a winning bidder, leaving bidders to
compete on the basis of sham or bogus bid specifications
and
evaluation criteria, or specifications and evaluation criteria which,
at the very least, are unclear and uncertain. And this
would, for
obvious reasons, open the door further than it already is, to acts of
corruption.
46.
In
Firechem
,
[21]
one of the earliest, leading cases on tenders, the SCA emphasised
that one of the requirements for a credible tender process is
that
the tender invitation ‘should speak for itself’ and its
real import should not be ‘tucked away, apart from
its terms’.
Another requirement is that bidders should be treated equally in the
sense that all should be entitled to tender
for the same thing.
Clearly, without the real i.e. actual tender specifications and bid
evaluation criteria being openly revealed
in a transparent tender
invitation, competitiveness would not be served, as tenderers would
not know what the true object of the
tender was, or its real value.
47.
As
was pointed out in
Phoenix
Cash & Carry
,
[22]
a tender process which depends on uncertain criteria lends itself to
the exclusion of meritorious bidders and is opposed to fairness
amongst them, and between them and the State; and likewise in
Tetra
Mobile
[23]
the SCA emphasised the importance of fairness and transparency in the
tender process, and how these values ‘permeate’
the
entire tender process.
48.
The facts of this matter aptly illustrate
the points which are being made. As is evident from the extracts of
the historic database
which the City provided as part of its tender
documentation, immediately prior to the COVID epidemic the total
reported average
monthly parking fees which were being collected was
in the order of R 3.76 million, and in the period immediately after
the end
thereof, it came to just over R 3 million, and the City used
this figure as a projected estimate of what was likely to be
collected per month for the duration of the 3 years of the tender,
for the purpose of the formula which it set for the scoring
of the
‘price’ component of competing bidders’ offers.
Thus, objectively (or at least in the eyes of the City)
the value of
the tender was, on the face of it, in the region of approximately R
108 million (R 3 million pm x 36 months).
49.
As
provided for in the Preferential Procurement Regulations, the City’s
supply chain management policy stipulates
[24]
that in the case of preferential procurements, where scoring is to be
based both on price and preference, a 90/10-point scoring
system is
to apply to competitive bids with a Rand value greater than R 50
million. Despite this, the invitation to tender declared
that an
80/20-point scoring system would apply, a scoring system which is
only applicable to competitive procurements with a Rand
value of
between R 30 000 and R 50 million. The City was able to get away with
this apparent anomaly because of the opaqueness
in the bid
specifications.
50.
Despite repeated requests, the City refused
to provide a copy of the contract which it concluded with the 2
nd
respondent pursuant to the award of the tender to it, so the true
value of the tender is not known. It could well exceed the projected,
or estimated value thereof, as was used for scoring purposes. But
assuming nonetheless, for the purpose of the exercise, that it
is in
the region of R 108 million, this means that the 2
nd
respondent, which won the tender on the basis that it was to be paid
a shocking 78.5% of the value thereof (78.5 % of the fees
collected
by it), will effectively stand to make R 84.78 million out of it,
whilst the City will only make a paltry 21% of the
value thereof i.e.
R 23.2 million.
51.
In my view, Regulation 51 of the SCM
regulations is aimed at ensuring that winning bidders in
percentage-based municipal procurements
are not to profit unduly by
being paid large commissions, such as the one in this matter,
in the form of high percentages
of the turnover they derive from the
collection of municipal fees, service charges or taxes from residents
and ratepayers, without
some limitation being placed thereon, and
without some form of performance criteria (as opposed to inducement
or incentive), being
imposed in order to ensure delivery. In a
country that is being ravaged by tenderpreneurs it is necessary for
these forms of control
to be imposed. Without such conditions in
tender invitations which offer percentage-based commissions, there is
little to no risk
for opportunists to respond to them, in
circumstances where they don’t intend, or won’t be able,
to see the resultant
contract out to its end and merely wish to
derive an income from the tender, at a level that suits them, rather
than ensuring that
the State derives the income and/or services that
it is supposed to, from it. Without such criteria being imposed in
the evaluation
and award of a municipal tender there will be a
temptation for a supplier to apply for it without the necessary
commitment and
resources, only to ‘backslide’ after the
award thereof, to an earnings/turnover level which it is comfortable
generating,
with minimal effort.
52.
Placing a cap or limit on what is to be
paid to a winning bidder in percentage-based tenders ensures that
they are not to be paid
an exorbitant commission which is not
justified by the efforts and services involved, and which at a
certain level is wholly disproportionate
to what is derived by the
municipal entity and those who are supposed to benefit from the
services which are to be supplied in
terms of such tenders. Placing
performance-based conditions on bids for such tenders is aimed at
ensuring that the State derives
value for money, which ultimately, is
what is expected, fundamentally, from tenders. Performance-based
criteria therefore also
serve to hold winning bidders accountable to
the organ of State and its municipal residents and ratepayers, for
the cost-effective
delivery of the services envisaged by the tender.
53.
In addition, by clearly stipulating
performance-based criteria (such as, in this instance, a minimum,
prescribed turnover) and a
maximum cap on the commission which is to
be derived, in an invitation to tender, bidders can properly weigh up
whether it is worthwhile
for them to apply for it, and to this end
they can properly cost the tender with reference to their running
expenses and the capital
costs of any equipment or resources that
they must acquire to discharge their duties in terms of it, before
bidding for it. Not
putting these conditions in invitations to tender
would place winning bidders in an invidious position when presented
with a contract
in which these conditions are later included: whist
they may have elected not to put in a bid for the tender had they
known of
the conditions beforehand, once the tender has been awarded
to them they may have little option but to accept the onerous
conditions
attached to it, in terms of the contract they are required
to enter into. Finally, requiring performance-based criteria and caps
on percentage-based tenders to be set out in the tender documentation
and not just in the contracts which are subsequently concluded
after
they have been awarded, will not only allow bidders, but the public
as well, to scrutinize and evaluate the bid specifications
for their
value or lack thereof, which will assist in holding State
functionaries accountable for the proper expenditure of public
monies.
54.
As the applicant therefore rightly points
out, without the inclusion in the tender invitation, in this matter,
of performance-based
criteria which required competing bidders to
tender based on a prescribed, minimum level of turnover and a cap on
what they could
charge, the value of competing bids was not
capable of a proper assessment, as the City was not able to
assess their
real value- all it could compare and assess was the
difference between the percentage commissions claimed by competing
bidders.
55.
The formulation of the bid specifications
pertaining to the price component of the tender ran contrary to
clause 2.3.10.1.1 of the
conditions of tender, which required the
City to set the specifications out in a manner which would allow it
to ‘reduce’
each responsive bidder’s offer to a
‘comparative price’. The formulation which was adopted
did not allow for
the submission of bids to be reduced to a proper,
comparative ‘price’- a price represents a cost or rate
which is to
be paid per unit, (in this case a parking bay).
It
seems that the Bid Specifications Committee realized that the bid
specifications were problematic, because at their meetings
on 1 and
16 September 2022 they suggested that clause 2.3.10.3.1 of the tender
invitation should be amended to reflect that the
fixed monthly
percentage fee which the winning bidder would get would be multiplied
by the estimated number of bays which would
go out to tender and the
‘estimated tariff’ which would be charged.
56.
As formulated, the tender specifications
therefore exposed the City to the risk of awarding the tender to an
opportunistic supplier,
and were unfair to potential other bidders,
whose offering may in fact have meant more to the City in terms of
the revenue that
would be collected, than the bid by the 2
nd
respondent.
57.
In the result, the tender specifications
did not allow for a fair, equitable, transparent, properly
competitive and cost-effective
procurement to take place, as required
by s 217(1) of the Constitution and various provisions of procurement
legislation.
58.
In
my view, the provisions of clause 180 of the City’s supply
chain policy (and by implication Regulation 51 of the SCM
Regulations),
do not apply only to the contract which the City enters
into with a winning bidder, but also to the preceding invitation to
tender,
and by failing to include the requirements of the clause in
the bid specifications in this matter the tender was also rendered
reviewable on the grounds that the City failed to comply with a
mandatory condition or provision, contrary to s 6(2)(b) of the
Promotion of Administrative Justice Act (‘PAJA’).
[25]
I may point out that, in the absence of disclosure by the City of the
terms on which it contracted with the 2
nd
respondent there is no proof that the City even complied with the
requirements of clause 180 in the contract it concluded with
it.
Whilst the City contended that clause 180 was only of application to
the contract which it was to conclude with a winning bidder
pursuant
to the award of a tender, in its answering affidavit it did not
allege that it had
in
fact
complied with the provisions thereof when it contracted with the 2
nd
respondent.
(v)
Ad the functionality and preference
components of the tender
59.
The
tender invitation specified that preference points would be allocated
to bidders who qualified for them as per the Preference
Schedule,
which in turn provided that preference would be awarded to bidders
who attained a specified ‘level of contributor/contribution’
status, in terms of the Broad-Based Black Economic Empowerment
(‘B-BBEE’) Act
[26]
and the Codes of Good Practice published in terms thereof,
[27]
and the Preferential Procurement Regulations.
[28]
Proof of a bidder’s status was to be provided by way of a
certificate issued by an authorised body, or a sworn affidavit,
as
prescribed by the B-BBEE Codes of Good Practice.
[29]
60.
In
a sworn affidavit, dated 28 November 2022, which the 2
nd
respondent submitted in compliance with these requirements, it
claimed ‘Level 2 ‘ B-BBEE status on the grounds
that 1) it was at least 51% black-owned and 2) according to its
financial statements for the year ending February 2021 its annual
total revenue (which would have been for the financial year March
2020 to February 2021, more than a year before) was less than
R 10
million, thereby qualifying it as an ‘Exempt
Micro-Enterprise’ (an ‘EME’) in terms of
the
B-BBEE Act. It is common cause that to qualify for this status
the 2
nd
respondent needed to submit proof of compliance with both of these
requirements, as at date of the closing of bids.
[30]
61.
As far as its functionality was concerned,
in schedule 15 of its bid documentation the 2
nd
respondent claimed that it had 11 years’ experience from
2011/15 years’ experience from 2007, in the management of
parking bays, and 120 staff and 35 510 parking bays under management.
In support of these averments it referred to the portfolio
it
submitted and the 4700 bays it managed at King Shaka International
airport, and the 4277 bays it managed at Loch Logan Waterfront,
a
shopping mall in Bloemfontein.
62.
In his 2
nd
supplementary founding affidavit the applicant raised several issues
he had with the information which was submitted by the applicant
in
support of its claim for points for functionality and preference. He
queried how it was possible for it to claim 11 or 15-years’
experience when, in the company documents it supplied it stated that
it had been established in 2013, and it therefore could only
have a
maximum of between 8- and 9-years’ experience. The applicant
contended that, from the portfolio and supporting documents
which it
had submitted it was clear that 2
nd
respondent was in fact claiming the experience of its mother company
Federal Parking (Pty) Ltd, and if one went through the 2
nd
respondent’s portfolio and excluded from it all the facilities
which had been under parking management for longer than 9
years and
those which had no employees, then in fact it appeared that the 2
nd
respondent (as opposed to its mother company), only managed 6
facilities with a total of 17 996 bays, none of which had been
managed
for more than 4 years.
63.
The applicant also took issue with the 2
nd
respondent’s claim that it had an annual turnover of less than
R 10 million. He pointed out that according to the letter
from the
parking manager at King Shaka Airport, the value of the contract
which 2
nd
respondent had for the management of parking bays there was R 743 000
per month, which equated to an annual turnover of R 8 916
000. If one
considered that 2
nd
respondent claimed to manage several other parking facilities at
various locations throughout the country, it was impossible that
its
turnover could be less than R 10 million per annum if it already
earned R 8 .9 million from the King Shaka contract alone.
The
applicant pointed out that, in any event, the numbers did not make
sense: if the 2
nd
respondent’s turnover was less than R 10 million per
annum i.e. a turnover of less than R 830 000 per month, and it
employed 120 staff, even if one were to assume that all of them
received equal remuneration this meant that each employee could
be
paid no more than R 6916 per month (R 830 000÷120), before
accounting for any other expenses, let alone any profit. He
accordingly submitted that in the circumstances the 2
nd
respondent’s claim for functionality was suspect and should
have been investigated.
64.
As previously pointed out, in terms of
clause 2.3.10.5 of the tender invitation the City was required to
conduct a ‘risk analysis’
of each of the bidders’
abilities to fulfil their obligations on the basis that they had the
necessary qualifications, competence,
resources, capacity and
experience, and it was required to verify the documents which were
submitted in substantiation of the bidders’
compliance with the
functionality requirements and B-BBEE status, and the result of this
analysis was to be taken into
account in determining the
acceptability of the bids which were submitted.
65.
As far as the award of preference points is
concerned, clause 460 of the City’s supply chain management
policy stipulates
that preference points may only be allocated during
a bid evaluation process, in accordance with the
verified
B-BBEE status level of contributors, as at the closing date of bid
submissions. Thus, in terms of its policy also the City was
required
to verify 2
nd
respondent’s claimed B-BBEE status,
prior to awarding it points for preference.
66.
The Bid Evaluation Committee (‘the
BEC’) met on 3 occasions to consider the bids which were
submitted. At its first
meeting, on 23 January 2023, it noted that
bids had been received from the applicant and the 2
nd
respondent only, both of which were ‘provisionally’
responsive. It recorded further that, as the 2
nd
respondent’s offer was ‘better’ than that of the
applicant because it would provide ‘better income’,
it
would accordingly recommend that the tender be awarded to it, if any
‘outstanding’ information which was to be confirmed,
was
satisfactory. In this regard it noted that 2
nd
respondent had claimed 15 years’ experience and had listed
various parking areas under management but had not provided specific
contract details for them. The BEC accordingly resolved that it would
contact the reference which 2
nd
respondent had provided for the Loch Logan Waterfront mall, to
confirm the years of experience it claimed. Consequently, it resolved
that scoring for functionality would be completed during its 2
nd
sitting.
67.
As far as 2
nd
respondent’s B-BBEE status was concerned the BEC recorded that
2
nd
respondent had submitted an affidavit in which it had claimed Level 2
status as an EME, and it could be assigned its preference
points ‘as
claimed’. Thus, it is apparent that the 2
nd
respondent’s claimed B-BBEE status was accepted on its mere
say-so, on the strength of the affidavit it submitted, without
it
being verified.
68.
The second sitting of the BEC on 2 February
2023 was adjourned for a week, for the 2
nd
respondent to sign one of the returnable schedules it had submitted.
At the resumption of proceedings on 9 February 2023 the 2
nd
respondent’s scoring for functionality was revisited: as the
Loch Logan Waterfront mall had confirmed that the 2
nd
respondent only had 9 years’ experience the BEC resolved to
award it only 20 points for functionality instead of 25, resulting
in
a total score, for responsiveness, of 95 instead of 100. As it
considered the bid evaluation process to have been ‘completed’
the BEC proceeded to recommend that the tender be awarded to the 2
nd
respondent, even though it also resolved that a ‘basic due
diligence’ should be performed on it by the supply chain
management department.
69.
A month later, on 6 March 2023, the Bid
Adjudication Committee (‘the BAC’) met and resolved to
award the tender to the
2
nd
respondent. No minutes were provided of the meeting of the BAC and
there is no indication, from the record of its decision, that
it
raised any issue in connection with the BEC’s scoring of the
2
nd
respondent, either for functionality or preference. There is also no
indication that a due diligence was performed prior to the
award, or
that, if it was, its results were considered by the BAC, prior to it
awarding the tender to 2
nd
respondent.
70.
Although in its answering affidavit the
City contested the cogency of the various aspects which were raised
by the applicant in
relation to the 2
nd
respondent’s claims for functionality and preference, it did
not dispute that, save for perfunctory enquiries that were made
in
relation to the Loch Logan Waterfront parking and other peripheral
issues, it made no substantive enquiry into the merits of
the
functionality and preference which was claimed by the 2
nd
respondent.
71.
In the circumstances, on a conspectus of
the evidence as a whole it cannot be said that the City conducted a
proper risk analysis
of the 2
nd
respondent, with reference to these aspects, before awarding the
tender to it, as was required, and it certainly did not verify
the
B-BBEE status that was claimed by the 2
nd
respondent.
72.
In
AllPay
[31]
the Constitutional Court
held that, given the central importance of substantive empowerment
under the Constitution and procurement
and empowerment legislation,
there is an obligation on an organ of state that has gone out to
tender, to ensure that the empowerment
credentials of bidders are
investigated and objectively confirmed before an award is made, and a
failure to do so could render
the award reviewable in terms of PAJA,
for failure to comply with a mandatory and material condition,
[32]
or for a failure to consider relevant considerations.
[33]
73.
But
the duty on the organ of State extends beyond verifying bidders’
B-BBEE status and includes verifying those aspects of
their bids
which, if properly reflected upon and considered, could affect the
outcome of the tender. Thus, whereas in
Viking
Pony
[34]
the Constitutional Court held, with reference to the 2001
Preferential Procurement Regulations, that where an organ of State
which
has gone out to tender becomes aware of information which has
been submitted by a bidder pertaining to its preference which may
be
false and which could, after investigation, give rise to a reasonable
suspicion of fraud or misrepresentation, it is under an
obligation to
investigate the matter and to confront the bidder, the 2017
Preferential Procurement Regulations
[35]
have extended this obligation to investigate potentially false
information which has been provided, not only in regard to a bidder’s
B-BBEE status, but to any other matter which may impact on an
evaluation of the tender.
74.
Even after the City was alerted to the
possible misrepresentations which had been made by the 2
nd
respondent regarding its B-BBEE status and its claim to
functionality, it failed to investigate these aspects. Startlingly,
in
the ultimate paragraph of the supplementary answering affidavit
which it sought to have admitted in terms of the Rule 6(11)
application
which it launched on 15 September 2023, it claimed that
the applicant had failed to put forward any ‘primary facts’
(sic) to justify its challenge to the 2
nd
respondent’s claims to functionality and preference and there
was no merit to it, and in support of this contention it attached
a
further affidavit which it had obtained from the 2
nd
respondent, dated 22 August 2023, in which the 2
nd
respondent sought to confirm its B-BBEE status on the basis only of a
51% black ownership, and not on the basis that it was an
EME. In this
regard, 2
nd
respondent stated, in this affidavit, that in terms of its February
2023 financial statements its annual turnover for the February
2023
financial year ranged between R 10 million and R 50 million. Inasmuch
as this reflected its earnings for the financial year
March 2022 to
February 2023 this would indicate that at the time when the 2
nd
respondent put in its bid in November 2022 it could not have
qualified as an EME, as its annual turnover exceeded R 10 million,
and it accordingly could not have claimed Level 2 B-BBEE status on
the basis that it was an EME.
Conclusion
75.
From what has been set out above it follows
that the award of the tender to 2
nd
respondent cannot stand, on the grounds that 1) the bid
specifications which were set were not in compliance with the
requirements
of Regulation 51 of the SCM regulations and clause 180
of the City’s supply chain management policy and 2) the
City
failed to assess the functionality and preference claimed by 2
nd
respondent by conducting a proper risk analysis of its bid and
verifying its status.
76.
In
both instances the City’s omissions constituted material
irregularities
[36]
which
occurred pursuant to a breach of mandatory provisions or conditions
and/or a failure to take account of relevant considerations,
contrary
to the provisions of PAJA. In the circumstances it is not necessary
to pronounce on the other grounds of review which
were raised by the
applicant, and the applicant’s counsel did not press these in
argument.
77.
As far as the appropriate relief is
concerned this matter is an instance where an order setting aside the
award of the tender will
be insufficient, and an order setting aside
the bid specifications which were set in relation to the price
component of the tender
is also required, so that any fresh
invitation to tender which is put out does not suffer from the same
defects in its formulation
as this one, and so that potential bidders
in a fresh tender can have a fair and equitable opportunity to
compete for the award
thereof. Given that the bid specifications will
be set aside this is clearly not an instance where a remittal or
substitution order
can or should be made.
78.
In
terms of s 8(1) of PAJA I am required, in upholding the review, to
make an order which is just and equitable. As I see it this
must be
an order which does justice to the parties and which also has regard
for the public interest, which in this case lies in
the continued
provision of kerbside parking services in the City metropole and
surrounding areas. In this regard, in my view, and
as provided for in
s 8, an order which extends beyond merely setting aside the
administrative action concerned and which includes
a prohibition on
the respondent from acting in a particular manner
[37]
and which grants a temporary interdict, is justified.
[38]
79.
In this regard the following aspects are
pertinent. Prior to the closing date for the submission of bids the
applicant drew the
City’s attention to the fact that the
tender’s bid specifications were deficient, in that they did
not comply with
clause 180 of the City’s supply chain
management policy and appealed to it to bring them in line therewith.
His submission
fell on deaf ears even though it would have been
apparent to the City’s officials, had they applied their minds,
that there
was a problem with the bid specifications, and the Bid
Specification Committee itself had at some stage thought that the
formulation
of the price component of the bid needed to be amended.
80.
The applicant approached the City again,
after the closing date, and requested it to reconsider, but was
ignored. Prior to launching
his review in March 2023 the applicant
again set out his difficulties with the bid specifications in
correspondence which he addressed
to the City, with a view to
affording it an opportunity to avoid litigation. Once again, the City
was not prepared to engage him.
Consequently, he launched a review in
which he initially only sought an order that the bid specifications
be set aside, and the
matter be remitted to the City to consider
afresh.
81.
The City elected to oppose the review
notwithstanding the obvious deficiencies in the bid specifications.
It failed to timeously
file a complete and proper record of the
decision and notwithstanding complaints in this regard took several
months to supplement
the record, in a number of tranches.
Inexplicably, in its initial filing it left out the 2
nd
respondent’s bid documentation as well as the minutes of the
meetings of the bid evaluation committee and the record of the
decision of the bid adjudication committee. Notwithstanding repeated
requests, it failed to file a copy of the contract it concluded
with
the 2
nd
respondent pursuant to the award of the tender. It failed to comply
with a notice which was filed by the applicant in terms of
rule
35(12) calling upon it to produce the contract. It contended, in the
affidavits it filed (in response to a striking out application)
that
the contract was irrelevant and immaterial to the issues which the
Court was required to pronounce upon, notwithstanding that
this was
clearly not the case, given its contention that clause 180 of the
supply chain management policy only applied to the contract
which it
entered into with the 2
nd
respondent, and that the prescripts of clause 180 had been complied
with in such contract.
82.
By June-July 2023 the record was still
incomplete, as it transpired that the City’s attorneys had
improperly removed documents
from it which they incorrectly
considered should be left out, on the grounds of privilege and or
confidentiality. This resulted
in yet further, unnecessary delay and
interlocutory skirmishes, while the date for the implementation of
the award of the tender
to the 2
nd
respondent was looming.
83.
As a result of the City’s
dilly-dallying the applicant considered it prudent to launch an
urgent application in mid-August,
in terms of which he sought an
interim interdict restraining the City from taking any steps to
implement the award of the tender
to the 2
nd
respondent and any contract which had been concluded pursuant
thereto, and which directed the City to extend its current contract
with him, pending the outcome of these proceedings. One would have
expected that, given the circumstances and the delay which had
been
caused by it, as a reasonable organ of State the City would have
agreed to the order which was sought and would have negotiated
the
terms thereof, with the applicant’s attorneys.
84.
Instead of doing so it elected to oppose
the urgent application, thereby further incurring unnecessary costs.
It fobbed off a request
by the applicant’s attorneys that, to
avoid the application from having to be heard, it should agree to the
Acting Judge-President
being approached for the allocation of an
early date for the hearing of the review. As a result, the applicant
was constrained
to set the urgent application down for hearing.
Before the matter was heard the applicant’s attorneys again
proposed to the
City that the Acting Judge-President be approached,
by agreement, for the allocation of a judge to hear the review. The
request
was again declined. When the urgent application came before
me on 25 August 2023, I questioned why the City was not prepared to
agree either to an approach to the Acting Judge-President,
alternatively to interim interdictory relief in the terms sought in
the urgent application. After some to-and-fro the City’s
counsel indicated that the City would be prepared to approach the
Acting Judge-President with the applicant, for an early allocation of
the matter to a date which suited both counsel. Subsequent
thereto
the review and the interdict application were postponed for hearing
on 3 October 2023.
85.
When the review was argued it was agreed
that the interdict application would be postponed
sine
die
. This was on the understanding that
it would not be necessary to proceed with it, as judgment would be
delivered before 30 November
2023, when the current contract which
the applicant has with the City is due to expire. As a precaution, on
13 November 2023 the
applicant’s attorneys addressed a letter
to the City’s attorneys in which they requested that the
applicant’s
existing contract be extended, for a further month,
on a ‘without prejudice’ basis, to allow the Court time
to complete
and deliver its judgment. The request was refused.
86.
As the applicant pointed out in his papers
in the interdict application, he currently employs a large number of
parking marshalls
and office staff, and leases premises at which he
has computer hardware and software, through which the parking
services he provides
are conducted. Were his services to come to an
end on 30 November 2023 in circumstances where the 2
nd
respondent cannot substitute him because the tender award and the
contract that was concluded pursuant thereto are to be set aside,
this will cause disruptions and result in harm and prejudice not only
to the applicant and his employees, but, importantly, to
the City
also, as it will no longer be able to continue to derive an income
from the provision of kerbside parking services, and
the municipal
ratepayers and residents of Cape Town will also suffer as a
result thereof. When this aspect was broached with
the City’s
counsel during argument, he freely conceded that the City needed the
income it derived from the provision of kerbside
parking and
indicated that it did not currently have the necessary capacity, nor
the intention, of taking over the provision of
such services either
on termination of the applicant’s contract or on the setting
aside of the tender.
87.
In the circumstances, in my view, given
that the tender will be set aside as well as the contract that was
entered into with the
2
nd
respondent, it is necessary to provide, for the sake of continuity,
and in the interest of the due provision of properly managed
kerbside
parking services in the metropole, that the applicant be allowed to
continue to provide such services, pending a decision
to re-award the
tender, or the outcome of any appeal which may eventuate, or the City
resuming control of the parking bays currently
under contract. In
addition, given the unacceptable manner in which the City has
conducted itself in these proceedings, in my view
this is a case
where the applicant should be wholly indemnified for the costs which
he incurred, on the attorney-client scale.
Such an order will not
only serve as a mark of the Court’s displeasure at the City’s
conduct but, hopefully, may serve
as a warning to it, as an organ of
State, to ensure that it complies with the relevant prescripts of its
own policy and procurement
legislation, when setting bid
specifications in tender invitations and that, where it fails to do
so, instead of unnecessarily
running up legal costs in seeking to
defend an improperly made award, at the expense of its ratepayers and
residents, it does the
right thing by cancelling the tender instead,
when it is entitled to do so.
88.
In the result, I make the following Order:
1.
The decision by the 1
st
respondent’s Bid Specifications Committee to approve the tender
specifications for tender number
180I/2022/23
for the provision of kerbside parking management services in the City
metropole and surrounding areas, is set aside;
2.
The bid specifications which were approved
by the 1
st
respondent’s Bid Specifications Committee for tender number
180I/2022/23 for the provision of kerbside parking management
services in the City metropole and surrounding areas, is set aside;
3.
The decision by the 1
st
respondent’s Bid Adjudication Committee on 6 March 2023 to
award tender number 180I/2022/23 (for the provision of kerbside
parking management services in the City metropole and surrounding
areas) to the 2
nd
respondent, and the tender which was awarded and the contract which
the City concluded with the 2
nd
respondent pursuant thereto, are set aside;
4.
Pending the earliest of the outcome of any
appeal process which may follow consequent upon this judgment or the
award of a fresh
tender
for the provision
of kerbside parking management services in the City metropole and
surrounding areas, or the takeover of such parking
services by the
City:
4.1
the applicant shall be allowed to continue
to provide parking management services to the City on the same terms
and conditions as
the existing contract by which such services are
provided, and to this end this order shall serve as an interim
interdict; and
4.2
the City is interdicted and restrained from
implementing the contract it entered into with the 2
nd
respondent, pursuant to the award of the aforesaid tender to it.
5.
The 1
st
respondent shall be liable for the applicant’s costs of the
review (including the urgent application and the interlocutory
applications incidental thereto), which costs shall include the costs
of 2 counsel where so employed, on the scale as between attorney
and
client.
M
SHER
Judge
of the High Court
Appearances: (Heard on
3 Oct 2023)
Applicant’s
counsel: HJ De Waal SC and SG Fuller
Applicant’s
attorneys: Bradley Conradie Halton Cheadle (Cape Town)
Respondent’s
counsel: A Oosthuizen SC and N Gallant
Respondent’s
attorneys: Mathopo Moshimane Mulangaphuma Inc t/a DM5 Inc (Cape Town)
[1]
Chief
Executive Officer, SA Social Security Agency & Ors v Cash
Paymaster Services (Pty) Ltd
2012(1)
SA 216 (SCA) para 15;
AllPay
Consolidated Investment Holdings (Pty) Ltd v Chief Executive
Officer, SA Social Security Agency
2014 (1) SA 604
(CC) para 38;
Westinghouse
Electric Belgium SA v Eskom Holdings (SOC)
2016 (3) SA 1
(SCA) para 43.
[2]
Act
5 of 2008.
[3]
Act
1 of 1999.
[4]
Act
32 of 2000.
[5]
Act
56 of 2003.
[6]
These
include the Preferential Procurement Regulations promulgated in
terms of the PPFA, the Treasury regulations promulgated
in terms of
the PFMA, and the municipal Supply Chain Management Regulations
promulgated in terms of the MFMA.
[7]
Section 111.
[8]
Regulation 21(b).
[9]
Which
was
amended in February and December 2011, July 2013, March 2017 and May
2019.
[10]
Clause 8.
[11]
Clause 5.1.
[12]
Clause 5.3.
[13]
Clause 5.4.
[14]
The
number of bays which are set out on this Schedule does not tally
with the number of bays which are set out in annexure C to
the Draft
Contract which was included in the invitation to tender (which sets
out a Database of the bays that are to be managed
by the winning
bidder): according to the Schedule the total number of bays for
Group 1 (the first, immediate phase of the tender
that is to become
operative), amounted to 3920, whereas according to annexure C the
actual total was 3930. Likewise, the total
number of bays for groups
2 and 3 (for the later roll-out of the tender to other areas) also
do not correspond.
[15]
Clause 5.10.
[16]
Table
4 of Annexure D.
[17]
Clause 39.1.
[18]
Clause 39.4
[19]
Capitec
Bank Holdings Ltd & Ano v Coral Lagoon Investments 194 (Pty) Ltd
& Ors
2022 (1) SA 100
(SCA) para 25.
[20]
Cool
Ideas v Hubbard & Ano
2014 (4) SA 474
(CC) para 28;
Road
Traffic Management Corporation v Waymark (Pty) Ltd
2019 (5) SA 209
(CC) para 30.
[21]
Premier,
Free State & Ors v Firechem Free State (Pty) Ltd
2000 (4) SA 413
(SCA) para 30.
[22]
Minister
of Social Development v Phoenix Cash & Carry
[2007[ 3 All SA 115
para 2.
[23]
Tetra
Mobile Radio (Pty) Ltd v MEC, Department of Works & Ors
2008
(1) SA 438
(SCA) para 9.
[24]
Clause 430.2.
[25]
Act 3 of 2000.
[26]
Act
53 of 2003.
[27]
T
he
tender invitation made the generic scorecards as per the Amended
Code of Good Practice applicable. (Clause 458 of the City’s
supply chain management policy provides that when no specific sector
charter has been gazetted the generic Codes of Good Practice
will be
applicable, to qualify for a preference).
[28]
Regulations
6(2) and 7(2).
[29]
Clause
2.2.14.1 of the tender invitation.
[30]
As
per Code 4.1 of the B-BBEE Empowerment Code of Good Practice issued
in terms of s 9 of the B-BBEE Act and clause 2.10.34 of
the
invitation to tender, which stipulated that if a bidder was going to
claim B-BBEE status on the basis that it was an Exempt
Micro-Enterprise it needed to show that its annual turnover was less
than R 10 million. .
[31]
Note
1 paras 68 and 72.
[32]
S 6(2)(b).
[33]
S 6(2)(e)(iii).
[34]
Viking
Pony Africa Pumps (Pty) Ltd t/a Tricon Africa v Hidro-Tech Systems
(Pty) Ltd
2011 (1) SA 327
(CC) paras 32 and 34. The matter concerned an
interpretation of Regulation 15(1) of the 2001 Preferential
Procurement Regulations,
which provided that upon ‘detecting’
that a bidder had submitted false information regarding its
preference status
the organ of State was enjoined to act against it.
Regulation 14(1) of the 2017 Preferential Procurement Regulations
has now
extended this obligation to circumstances where a bidder
submits false information, not only regarding its B-BBEE status, but
also regarding any other matter which will affect an evaluation of
the tender.
[35]
Regulation 14(1).
[36]
AllPay
note
1.
[37]
Section
8(1)(b).
[38]
Section
8(1)(e).
sino noindex
make_database footer start
Similar Cases
Latari House (Pty) Ltd and Others v Danca and Others (17211/2023) [2024] ZAWCHC 382 (13 November 2024)
[2024] ZAWCHC 382High Court of South Africa (Western Cape Division)99% similar
South African Legal Practice Council v Nonxuba and Another (16777/2023) [2024] ZAWCHC 410 (4 December 2024)
[2024] ZAWCHC 410High Court of South Africa (Western Cape Division)99% similar
South African Legal Practice Council v Gonzales (1949/2024) [2024] ZAWCHC 412 (6 December 2024)
[2024] ZAWCHC 412High Court of South Africa (Western Cape Division)99% similar
South African Legal Practice Council v Beukman (17538/24) [2025] ZAWCHC 284 (11 July 2025)
[2025] ZAWCHC 284High Court of South Africa (Western Cape Division)99% similar
South African Legal Practice Council and Another v Nonxuba and Others (10313/2021) [2022] ZAWCHC 105 (18 April 2022)
[2022] ZAWCHC 105High Court of South Africa (Western Cape Division)99% similar