Case Law[2022] ZAWCHC 131South Africa
SMEC South Africa (Pty) Ltd v City of CapeTown and Others; SMEC South Africa (Pty) Ltd v City of Cape Town and Others (8277/2021;14097/2021) [2022] ZAWCHC 131 (23 June 2022)
High Court of South Africa (Western Cape Division)
23 June 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
>>
2022
>>
[2022] ZAWCHC 131
|
Noteup
|
LawCite
sino index
## SMEC South Africa (Pty) Ltd v City of CapeTown and Others; SMEC South Africa (Pty) Ltd v City of Cape Town and Others (8277/2021;14097/2021) [2022] ZAWCHC 131 (23 June 2022)
SMEC South Africa (Pty) Ltd v City of CapeTown and Others; SMEC South Africa (Pty) Ltd v City of Cape Town and Others (8277/2021;14097/2021) [2022] ZAWCHC 131 (23 June 2022)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAWCHC/Data/2022_131.html
sino date 23 June 2022
THE
HIGH COURT OF SOUTH AFRICA
WESTERN
CAPE DIVISION, CAPE TOWN
Case
8277/2021
In
the matter between:
SMEC
SOUTH AFRICA (PTY)
LTD
Applicant
and
THE
CITY OF CAPE
TOWN
First Respondent
THE
EXECUTIVE MAYOR OF THE CITY OF
CAPE
TOWN
Second Respondent
THE
MEMBER OF THE MAYORAL
COMMITTEE
FOR TRANSPORT
Third Respondent
INNOVATIVE
TRANSPORT SOLUTIONS
(PTY)
LTD
Fourth Respondent
JG
AFRICA (PTY)
LTD
Fifth Respondent
TECHSO
(PTY)
LTD
Sixth Respondent
MOWANA
ENGINEERS (PTY) LTD
Seventh Respondent
And
in the matter between
Case
14097/2021
SMEC
SOUTH AFRICA (PTY)
LTD
Applicant
and
THE
CITY OF CAPE
TOWN
First Respondent
THE
EXECUTIVE MAYOR OF THE CITY OF
CAPE
TOWN
Second Respondent
THE
MEMBER OF THE MAYORAL
COMMITTEE
FOR TRANSPORT
Third Respondent
KERNEELS
LION-CACHET ENGINEERS
(PTY)
LTD
Fourth Respondent
JG
AFRICA (PTY)
LTD
Fifth Respondent
Coram:
Rogers J
Heard
on:
30-31 May
and 17 June 2022
Delivered:
23 June 2022 (by email at 09h30)
JUDGMENT
ROGERS
J:
Introduction
[1]
These
two review applications were consolidated because of overlapping
issues.
[1]
The applicant, SMEC
South Africa (Pty) Ltd (SMEC), seeks the setting aside of two tender
awards by the first respondent, the City
of Cape Town (City). The
first application concerns Tender No 36C/2020/21, to which I shall
refer as T36. The second application
concerns Tender No 26C/2020/21,
to which I shall refer as T26. T36 was for the provision of transport
engineering, planning and
management services in four geographic
regions. T26 was for the provision of services in respect of the
management of the City’s
railway sidings.
[2]
T36 was advertised on 7 August 2020
with a closing date of 3 September 2020. The tender for two regions
was awarded to the fourth
respondent in the first application,
Innovative Transport Solutions (Pty) Ltd (ITS), and the tender for
the other two regions was
awarded to the JMT Consortium, whose
members are the fifth respondent JG Africa (Pty) Ltd (JGA), the sixth
respondent Techso (Pty)
Ltd, and the seventh respondent Mowana
Engineers (Pty) Ltd.
[3]
T26 was advertised on 31 July 2020
with a closing date of 4 September 2020. The tender was initially
awarded to the fifth respondent
in the second application, JGA.
Following an internal appeal by the fourth respondent, Kerneels
Lion-Cachet Engineers (Pty) Ltd
(KLE), the latter replaced JGA as the
successful tenderer.
[4]
In
both cases, the review relief is claimed on various grounds listed in
section 6(2) of the Promotion of Administrative Justice
Act
[2]
(PAJA).
[3]
The City opposes both
applications. The other respondents have not participated in the
proceedings.
[5]
The
tenders were evaluated by two differently constituted bid evaluation
committees (BECs), which made recommendations to the bid
adjudication
committee (BAC). In each case, the BEC’s meetings were
attended, in an advisory capacity, by Mr Eben Lewis,
a Supply Chain
Management (SCM) practitioner.
[4]
In both cases, the BECs found that SMEC’s bid was
non-responsive because SMEC had proposed material deviations from the
advertised terms. SMEC was thus not further evaluated on price and
preference points. The tenders did not involve scoring for
functionality,
but there were prescribed minimum requirements
relating to key personnel, support staff and the like with which
bidders had to
comply in order to be found responsive. In both cases,
the BAC accepted the BEC’s recommendation to find SMEC
non-responsive.
[6]
The grounds of review that are
common to both tenders are (a) that the proposing of deviations,
even if material, was not a
permissible basis for treating SMEC’s
bids as non-responsive, and that the materiality of the deviations
was not a matter
for assessment by the BECs and BAC, which should
have fully evaluated SMEC’s bids; and (b) that that it was
impermissible
for functionality to have been excluded as a matter for
evaluation.
[7]
Three further grounds are pressed in
respect of T26: (a) that the wrong sector code was specified in the
tender documents, and applied
by the BEC, in determining bidders’
preference points; (b) that JGA was declared responsive despite
failing to submit proof,
timeously or at all, of the Track Inspector
training of its relevant key personnel nominee; (c) that KLE, in its
internal appeal,
was declared responsive despite failing to submit
proof, timeously or at all, of the Track Inspector training of its
relevant key
personnel nominee, alternatively that the
substance-over-form approach which the appeal authority applied to
KLE should also have
been applied to SMEC.
[8]
The answer to the two common grounds
of review turns on a proper interpretation of the tender terms. It is
convenient, however,
to start with the constitutional, legislative
and policy instruments in which the tender terms are sourced and
which provide the
framework within which they must be understood.
Section
217 of the Constitution
[9]
The starting point in section 217 of
the Constitution, which states:
“
(1)
When an organ of state in the national, provincial or local sphere of
government, or any other institution identified in national
legislation, contracts for goods or services, it must do so in
accordance with a system which is fair, equitable, transparent,
competitive and cost-effective.
(2) Subsection (1) does
not prevent the organs of state or institutions referred to in that
subsection from implementing a procurement
policy providing for–
(a) categories of
preference in the allocation of contracts; and
(b) the protection or
advancement of persons, or categories of persons, disadvantaged by
unfair discrimination.
(3) National legislation
must prescribe a framework within which the policy referred to in
subsection (2) must be implemented.
Preferential
procurement legislation
[10]
The
Preferential Procurement Policy Framework Act
[5]
(PP Act) requires an organ of state to determine a preferential
procurement policy contemplated in section 217(2) of the Constitution
within the framework of section 2 of the PP Act. Section 2(1) deals
with the allocation of points. Points are only awarded to an
“acceptable tender”, defined to mean “any tender
which, in all respects, complies with the specifications and
conditions of tender as set out in the tender document”. (This
definition is repeated in the definition of “acceptable
bid”
in the City’s SCM policy discussed below.) Paragraph (f) of
section 2(1) provides that the contract must be awarded
to the
tenderer who scores the highest points, unless objective criteria in
addition to those contemplated in paragraphs (d) and
(e) justify the
award to another tenderer. Regulation 11 of the Preferential
Procurement Regulations, 2017
[6]
(PP Regulations), promulgated in terms of the PP Act, provides that,
if an organ of state intends to apply objective criteria in
terms of
section 2(1)(f), these must be stipulated in the tender documents.
[11]
Regulation 5(1) provides that an
organ of state must state in the tender documents if the tender will
be evaluated on functionality.
Regulation 5(2) states that the
evaluation criteria for measuring functionality must be objective,
and regulation 5(3) sets out
what must be specified in the tender
documents in that regard, including the minimum qualifying score for
functionality. In terms
of regulation 5(6), a bid that fails to
obtain the minimum score “is not an acceptable tender”.
Regulation 5(7) provides
that each bid that obtains the minimum score
must be further evaluated in terms of price, the preference points
system and the
objective criteria envisaged in regulation 11.
[12]
Regulations 6 and 7 set out the
80/20 and 90/10 “preference point systems”. The two
scored components of the formulas
are price (with a weighting of 80%
or 90% depending on the specified system) and preference points for
broad-based black economic
empowerment (BEE) (with a weighting of 20%
or 10% depending on the specified system). Functionality is not a
component of the formulas
in regulations 6 and 7. Where functionality
is part of the evaluation process, it is scored only to determine
whether the bidder
meets the prescribed minimum functionality score
in accordance with regulation 5. If the prescribed minimum
functionality score
is achieved, the bidder goes forward to be
assessed in terms of the applicable preference points system, where
only price and preference
points feature.
[13]
If the highest bidders have equal
scores, regulation 10(1) states that the contract must be awarded to
the bidder who scores the
highest number of preference points (that
is, points for BEE). If the bidders are still equal, regulation 10(2)
states that, if
functionality is part of the evaluation process, the
contract must be awarded to the bidder who scores the highest points
for functionality.
The effect of regulation 10(3) is that if the
bidders are still equal, or if functionality is not part of the
evaluation process,
the winner must be decided by the drawing of
lots.
Municipal
Finance Management Act and SCM Regulations
[14]
Section
111 of the Local Government: Municipal Finance Management Act
[7]
(MFMA) requires every municipality to have and implement an SCM
policy which gives effect to the provisions of Chapter 11 of the
Act.
Section 112(1), echoing section 217(1) of the Constitution, states
that the SCM policy must be fair, equitable, transparent,
competitive
and cost-effective, and must cover the matters listed in the
subsection. These include “open and transparent
pre-qualification processes for tenders and other bids”.
[15]
Regulation
21(1) of the Municipal Supply Chain Management Regulations
[8]
(SCM Regulations), promulgated in terms of the MFMA, requires a
municipality’s SCM policy to determine the criteria with
which
the documentation for a competitive bidding process must comply, and
to state, among other things, that bid documentation
must take into
account the general conditions of contract and must include
evaluation and adjudication criteria.
[16]
Regulation 26(1)(a) requires an SCM
policy to provide for a committee system for competitive bids
consisting of at least a bid specification
committee, BEC and BAC. In
terms of regulation 28, a BEC must (a) evaluate bids in accordance
with the specifications for a specific
procurement and the points
system set out in the SCM policy; (b) evaluate each bidder’s
ability to execute the contract;
(c) check, in respect of the
recommended bidder, whether municipal rates and taxes and municipal
service charges are not in arrears;
and (d) submit to the BAC a
report and recommendations regarding the award of the bid “or
any other related matter”.
[17]
Regulation 29(1) provides that the
BAC must (a) consider the report and recommendations of the BEC; and
(b) either (depending on
its delegations) make a final award or a
recommendation to the accounting officer to make a final award, or
“make another
recommendation to the accounting officer how to
proceed with the relevant procurement”.
[18]
Regulation 24 provides that an SCM
policy may allow the accounting officer to negotiate the final terms
of the contract with a bidder
identified through a competitive
bidding process, provided that such negotiation (a) does not
allow any preferred bidder “a
second or unfair
opportunity”; (b) is not “to the detriment of
any other bidder”; and (c) does
not lead to a higher price
than the bid as submitted.
[19]
Regulation 41 states that an SCM
policy must provide for an effective system of risk management for
the identification, consideration
and avoidance of potential risks in
the SCM system, including the identification of risks on a
case-by-case basis.
City’s
SCM Policy
[20]
The City adopted its SCM Policy to
give effect to its obligations under Chapter 11 of the MFMA.
Clause 125 of the City’s
SCM Policy requires bid documentation
to “clearly indicate the terms and conditions of contract,
specifications, criteria
for evaluation and adjudication procedures
to be followed where applicable”. In terms of clause 129, bid
documentation and
evaluation criteria “shall not be aimed at
hampering competition, but rather to ensure fair, equitable,
transparent, competitive
and cost-effective bidding”.
[21]
In terms of clause 229, an ad hoc
BEC must be constituted for each tender to evaluate bids. Clause 233
specifies how the BEC must
go about scoring functionality “[w]here
the scoring of functionality forms part of a bid process”. Its
terms accord
with regulation 5 of the PP Regulations. In terms of
clause 237, the BEC must consider the bids received “and shall
note
for inclusion in the evaluation report” bidders who are
disqualified for various listed reasons, including a bidder “whose
bid does not meet the minimum score for functionality, if applicable”
and a bidder “whose bid is not in compliance
with the terms and
conditions of the bid documentation”.
[22]
Clause 244 provides that the
“responsive bid” that scores the highest number of
adjudication points must be recommended
for acceptance, unless
objective criteria, in addition to the specific goals contemplated in
section 2 of the PP Act, justify the
acceptance of another bid. Such
other objective criteria include whether the recommended bidder “has
not demonstrated that
it has the necessary resources and skills
required to fulfil its obligations in terms of the bid document”
or “poses
any material risk to the City”.
[23]
In terms of clause 249, the BEC must
submit a report to the BAC, including recommendations regarding the
award of the bid, the nomination
of an alternative bidder, “or
any other related matter”. Clause 254 provides that the BAC may
accept non-compliance
with mandatory procedures or conditions, “but
only if such non-compliance is not material”. In terms of
clause 258,
the BAC must, after considering the BEC’s report,
make a final award “or make another recommendation to the City
Manager
on how to proceed with the relevant procurement including not
making an award”. In terms of clause 247, the City Manager may
authorise the negotiation of the final terms of the contract. This is
subject to the same qualifications stated in regulation 24
of
the SCM Regulations.
[24]
Clause 378 states that risks
pertaining to SCM should at all times comply with the criteria laid
down in the City’s risk management
policies. In terms of clause
382, the risk management process must be applied to all stages of
SCM. Clause 385, in setting out
the key principles to be included in
SCM risk management, is modelled on regulation 41(2) of the SCM
Regulations.
[25]
The City’s preferential
procurement system is dealt with as from clause 430 of the SCM
Policy. Clause 430.4.5 echoes regulation
5 of the PP Regulations by
acknowledging that bids may be declared non-responsive if they “fail
to achieve a minimum qualifying
score for functionality (quality) if
indicated in the bid documents”. Clause 438 states that
“
[f]unctionality
(otherwise
known as quality) may be included in the bid evaluation process as a
qualifying (eligibility) criterion”. Clause
439 provides that
“[i]f a bid is to be evaluated on functionality, this must be
clearly stated in the invitation to submit
a bid, and in the bid
documentation”. Clauses 440 and 441 are modelled on
regulations 5(2) and (3) of the PP Regulations
in regard to
evaluation criteria for functionality. Clause 443 provides that if a
bid fails to achieve the minimum qualifying score
for functionality
as indicated in the bid document, “it must be regarded as
non-responsive, and be rejected (not considered
any further in the
evaluation process)”.
The
tender documents
[26]
The tender terms relevant to the two
common grounds of review are identical. The tender documents are made
up of five volumes, of
which the first four are relevant. Volume 1 is
headed “Part T1: Tendering procedures”. Volume 2 is
headed “Part
T2: Returnable documents”. Volume 3 is
headed “Draft Contract”, and consists of several parts:
“Part C1:
Agreements and Contract Data”, “Part C2:
Pricing data”, Part C3: Scope of Work” and “Part
C4: Site
information”. Volume 4 contains the Standard
Professional Services Contract (July 2009) published by the
Construction Industry
Development Board (CIDB Contract).
[27]
Volume 1 sets out the terms
governing the lodging, opening, evaluation and awarding of the
tenders, in other words the rules of
the tender process. Volume 2
contains the documents which a bidder had to return with its tender.
The greater part of this volume
comprises “Returnable
Schedules”, being 20 schedules which the bidder had to complete
by inserting required details.
Volume 3 contains the
contract-specific data relevant to the contract to be concluded with
the successful bidder. The CIDB Contract
in Volume 4 contains the
standard general conditions of contract which were to form part of
the contract concluded with the successful
bidder. These were subject
to modifications brought about by the Contract Data in Volume 3.
[28]
Volume 1 has an annex headed
“Standard Conditions of Tender” (Standard Conditions).
Each clause number in the Standard
Conditions is preceded by the
letter C. The terms of the tender process are the Standard
Conditions as modified by the Tender
Data set out in T1.2 of Volume
1. The introductory paragraphs of T1.2 state that the Tender Data
have precedence over the Standard
Conditions in the interpretation of
any ambiguity or inconsistency between them. I shall refer to the
Standard Conditions as modified
by the Tender Data as the Tender
Terms, and I quote the relevant provisions as modified.
[29]
In T36, clause C.1.1.1 defined the
“Employer” as the “City of Cape Town, represented
by the Director: Network
Management: Transport Directorate”. In
T26, the same clause defined the “Employer” as the “City
of Cape
Town, represented by the Director: Transport Planning:
Transport”.
[30]
Section C.2 of the Tender Terms
deals with the tenderer’s obligations, that is, the tenderer’s
obligations during the
tender process, as distinct from its
contractual obligations if awarded the tender. Clause C.2.1 is headed
“Eligibility”.
Clause C.2.1.1 stipulates that tenderers
must submit a tender offer “that complies in all aspects to the
conditions as detailed
in this document” and that
“
[o]nly
those tenders that comply in all aspects with the
tender conditions, specifications, pricing instructions and contract
conditions
will be declared responsive”. Clause C.2.1.3
provides that only those bids “from which it can be established
that a
clear and unambiguous offer has been made to the Employer, by
whom the offer has been made and what the offer constitutes, will
be
declared responsive”.
[31]
The introductory sentence of clause
C.2.1.4 states that
“
[o]nly those
tenders that satisfy the following criteria will
be declared responsive”. These criteria are set out in eight
subclauses,
C.2.1.4.1 to C.2.1.4.8. Clause C.2.1.4.1 requires
compliance with various listed aspects of the City’s SCM Policy
and procedures.
The headings of the other seven subclauses are “Key
personnel”, “Support resources”, “Professional
indemnity insurance”, “Track record of tenderer”,
“Minimum score for quality” (stated to be “not
applicable”), “Pre-qualification criteria for
preferential procurement” (stated to be “not applicable”)
and “Compulsory clarification meeting”.
[32]
The fact that there were no
pre-qualification criteria for preferential procurement did not mean
that preferential procurement points
would not be awarded, only that
no minimum score was required in order to be found responsive. The
same is not true of the inapplicability
of pre-qualification criteria
for quality (a synonym for functionality), because, as I have
explained, the scoring of functionality
only ever occurs when it
features as a pre-qualification requirement. Since there was no
minimum functionality qualification, functionality
was not scored at
all. Consistently with this state of affairs, Schedule 14 recorded
that there were no functionality criteria
for the tenders. Such
criteria would have been required if functionality was to be scored.
[33]
Clause C.2.17 requires a tenderer to
provide clarification in response to a request from the employer
during the evaluation phase,
subject to the proviso that “[n]o
change in the competitive position of tenderers or substance of the
tender offer is sought,
offered, or permitted”. A tender is
regarded as non-responsive if a tenderer fails to give such
clarification. A note records
that the subclause does not preclude
“the negotiation of the final terms of the contract with a
preferred tenderer following
a competitive selection process, should
the Employer elect to do so”.
[34]
Clause C.2.24 is of particular
importance. It is headed “Proposed Deviations and
Qualifications”, and reads (emphasis
in the original):
“
Where
the tenderer cannot tender in all respects in accordance with the
provisions contained in the tender documents,
all
deviations therefrom shall be clearly and separately listed
in the schedule titled
Proposed
Deviations and Qualifications by Tenderer
in
T2.2 Returnable Schedules, or in a tenderer’s covering letter
expressly referenced in this schedule.
The tenderer accepts that
the Employer will examine such deviations in terms of clause C.3.8.2
and shall not be bound to accept
any such deviations or
qualifications.
It must be clearly stated
by the tenderer whether the sum tendered in the Tender Offer
includes
for
[sic]
all such deviations or qualifications listed or
referred to in the schedule titled
Proposed Deviations and
Qualifications by Tenderer
or not.”
[35]
Section C.3 deals with the
“employer’s undertakings” in the tender process. It
is cast in the form of a series
of injunctions to the employer.
Clause C.3.8, which is referenced in the above-quoted clause C.2.24,
is again important. It is
headed “Test for responsiveness”,
and reads:
“
C.3.8.1
Determine,
after opening and before detailed evaluation, whether each tender
offer properly received:
a)
complies with the requirements of these
Conditions of Tender,
b)
has been properly and fully completed and
signed, and
c)
is responsive to the other requirements of
the tender documents.
C.3.8.2
A
responsive tender is one that conforms to all the terms, conditions,
and specifications of the tender documents without material
deviation
or qualification. A material deviation or qualification is one which,
in the Employer’s opinion would:
a)
detrimentally affect the scope, quality, or performance of the works,
services or supply identified
in the Scope of Work,
b)
significantly change the Employer’s or the tenderer’s
risks and responsibilities
under the contract, or
c)
affect the competitive position of other tenderers presenting
responsive tenders, if it were
to be rectified.
Reject a non-responsive
tender offer, and not allow it to be subsequently made responsive by
correction or withdrawal of the material
deviation.
C.3.8.3
The Employer reserves the right to
accept a tender offer which does not, in the Employer’s
opinion, materially and/or substantially
deviate from the terms,
conditions, and specifications of the tender documents.”
[36]
Clause C.3.11 deals with the
evaluation of tender offers. The introductory paragraphs of this
clause state that the Standard Conditions
standardise the procurement
process, methods and procedures. They are generic in nature, and are
made project-specific through
choices made in the Tender Data. The
Tender Terms “establish the rules from the time a tender is
advertised to the time that
a contract is awarded and require
employers to conduct the process of offer and acceptance in terms of
a standard set of procedures”.
The opening paragraphs list the
activities associated with evaluating tenders as follows: open and
record tender offers received;
determine whether or not the tender
offers are complete; determine whether or not tender offers are
responsive; evaluate tender
offers; determine if there are any
grounds for disqualification; determine acceptability of preferred
tenderer; prepare a tender
evaluation report; confirm the
recommendation contained in the tender evaluation report.
[37]
Clause C.3.11.1 states that the
employer must appoint an evaluation panel (that is, a BEC) of not
fewer than three persons conversant
with the proposed scope of works
“to evaluate each responsive tender offer using the tender
evaluation methods and associated
evaluation criteria and weightings
that are specified in the Tender Data”.
[38]
Clause C.3.11.2 sets out how the BEC
must go about scoring functionality “[w]here the scoring of
functionality forms part
of the bid process”. Clause C.3.11.3
provides that the tender will be evaluated in terms of the
requirements of the PP Regulations.
The clause states, among other
things, that the preference points system is the 80/20 system, and
that “[p]rice, preference
and functionality will be scored, as
relevant, to two decimal places”. The rest of the clause deals
with preference points.
[39]
Clause C.3.11.4 is headed “Risk
Analysis” and reads:
“
Notwithstanding
compliance [with] the requirements of the tender, the employer will
perform a risk analysis in respect of the following:
a)
reasonableness of the financial offer
b)
reasonableness of unit rates and prices
c)
the tenderer’s ability to fulfil its
obligations in terms of the tender document, that is, that the
tenderer can demonstrate
that he/she possesses the necessary
professional and technical qualifications, professional and technical
competence, financial
resources, equipment and other physical
facilities, managerial capability, reliability, capacity, experience,
reputation, personnel
to perform the contract, etc; the Employer
reserves the right to consider a tenderer’s existing contracts
with the Employer
in this regard
d)
any other matter relating to the submitted
bid, the tendering entity, matters of compliance, verification of all
submitted information
and documents, etc.
The conclusions drawn
from this risk analysis will be used by the Employer in determining
the acceptability of the tender offer
in terms of C.3.13.”
[40]
Clause C.3.13 is headed “Acceptance
of tender offer”, and is introduced thus: “Accept the
tender offer, if in
the opinion of the employer, it does not present
any material risk and only if the tenderer …”, and then
follow six
sub-items which need not be quoted. The clause ends with a
recordal that “[i]f an award cannot be made in terms of
anything
contained herein”, the employer reserves the right to
consider the next ranked tenderer.
[41]
After making provision for the
notification of successful and unsuccessful bidders, clause C.3.20,
which is headed “Negotiations
with preferred tenderers”,
states:
“
The
Employer may negotiate the final terms of the contract with tenderers
identified through a competitive tendering process as
preferred
tenderers provided that such negotiation:
a)
does not allow any preferred tenderer a
second or unfair opportunity;
b)
is not to the detriment of any other
tenderers; and
c)
does not lead to a higher price than the
tender as submitted.
If negotiations fail to
result in acceptable contract terms, the City Manager (or his
delegated authority) may terminate the negotiations
and cancel the
tender, or invite the next ranked tenderer for negotiations …
…
In terms of the [PP
Regulations], tenders must be cancelled in the event that
negotiations fail to achieve a market related price
with any of the
three highest scoring tenderers.”
[42]
Schedule 20 of the Returnable
Schedules is headed “Proposed Deviations and Qualifications by
Tenderer”. An introductory
paragraph states that the tenderer
should record any proposed deviations or qualifications in this
schedule or by way of a covering
letter referenced in the schedule.
The next paragraph states the following in bold print: “
The
Tenderer’s attention is drawn to clause C.3.8 of the Standard
Conditions of Tender referenced in the Tender Data regarding
the
Employer’s handling of material deviations and qualifications.”
The
CIDB Contract and SMEC’s deviations
[43]
In both of its tenders, SMEC in
Schedule 20 made reference to a covering letter. This letter set out
SMEC’s “qualifications
to the tender” (I shall
refer to them as deviations, which seems more accurate). There were
three deviations, all relating
to the CIDB Contract in Volume 4.
[44]
The
first deviation concerned clause 3.12.1 of the CIDB Contract,
although the covering letters erroneously referred to clause 13.12.1
(there is no such clause). Clause C3.12 is a penalty clause. Clause
3.12.1, as modified by the Contract Data, reads thus:
[9]
“
If
due to his negligence, or for reasons within his control, the Service
Provider does not deliver the relevant project by the required
Delivery Date, the Employer shall without prejudice to his other
remedies under the Contract or in law, be entitled to levy a penalty
for every Day or part thereof, which shall elapse between the
Delivery Date and the actual date of completion, at the rate equal
to
25% of the daily rate(s) applicable to the relevant part of the
Service, and up to the maximum of 25% of the total price applicable
to the contract. Note that this clause 3.12.1 deals with a penalty
for late delivery only, and does not permit payment for work
not
actually performed to the satisfaction of the Project Manager.”
SMEC’s
first deviation was to reduce the maximum penalty of 25% to 10%.
[45]
SMEC’s second deviation
related to clause 8.3 of the CIDB Contract, a clause headed “Force
Majeure”. SMEC’s
deviation was to add a provision
relating to the Covid-19 pandemic. Since this did not feature in the
BEC and BAC decisions, it
is unnecessary to elaborate.
[46]
SMEC’s third deviation related
to clause 13.5.1 of the CIDB Contract. Clause 13.5 is headed “Limit
of Compensation”.
It reads:
“
Unless
otherwise indicated in the Contract Data, the maximum amount of
compensation payable by either Party to the other in respect
of
liability under the Contract is limited to:
a)
the sum insured in terms of 5.4 in respect
of insurable events; and
b)
the sum stated in the Contract Data or,
where no such amount is stated, to an amount equal to twice the
amount of fees payable to
the Service Provider under the Contract,
excluding reimbursement and expenses for items other than salaries of
Personnel, in respect
of non-insurable events.”
[47]
Regarding
clause 13.5.1(a), clause 5.4.1 of the Contract Data required
professional indemnity insurance of not less than R 16 million
(T36)
and R5 million (T26) in respect of each and every claim during the
period of insurance; public liability insurance of not
less than R20
million (both T36 and T26) for any single claim, the number of claims
to be unlimited during the contract period;
and insurance in terms of
the provisions of the Compensation of Occupational Injuries and
Diseases Act.
[10]
Regarding
clause 13.5.1(b), no sum was stated in the Contract Data.
[48]
SMEC’s third deviation was to
delete clause 13.5.1 in its entirety and replace it with the
following:
“
The
Consultant’s aggregate liability to the Employer arising out of
or in connection with the performance or non-performance
or repeat or
delayed performance of the Services, or any act or omission in the
performance of the Service Provider’s professional
duties in
relation to the Services, whether by way of indemnity in terms
hereof, statute, under the law of contract, in delict
or any other
basis in law or equity, shall (to the extent permitted by law) be
limited to the total amount of the Price stated
herein or agreed to
between the parties. The Employer releases the Consultant with
respect to any liability:
a)
to the extent that, in respect of any event
which causes loss or damage to the Employer, the amount of such
liability may exceed
the amount equal to the Contract Price as stated
above; and
b)
to the extent that the aggregate amount of
such liability in respect of all such events may exceed the amount
equal to the Contract
Price stated above where there is more than one
event which causes the Employer to suffer loss or damage.
The Consultant shall
furthermore not be liable to the Employer for loss of use of any
works, loss of profit, loss of any contract
or for any indirect or
consequential loss or damage which may be suffered by the Employer in
connection with the Agreement or the
Services.”
The
T36 decision
[49]
Thirteen bids were received, of
which nine, including SMEC’s, were found by the BEC to be
non-responsive. Only the responsive
bids were further evaluated and
allocated points.
[50]
The record of the BEC’s
meetings shows that the decision to declare SMEC’s bid
non-responsive was based on its third
deviation. As to the first
deviation, the BEC felt unable to make a determination of
materiality, because there was no clause 13.12.1
in the CIDB
Contract. The BEC considered whether this was a mistaken reference to
clause 3.12.1, but noted that the latter clause
did not refer to a
percentage. The BEC seems to have overlooked the fact that clause
3.12.1 had been amended by the Contract Data.
[51]
As to the second deviation, the BEC
again felt unable to make a determination, because they could not
find a clause 8.3.4 in the
CIDB Contract. The BEC seems not to have
appreciated that SMEC was proposing to add a further subclause to
clause 8.3.
[52]
As to the third deviation, the BEC
considered that the proposal limited SMEC’s liability for
non-performance. This shifted
greater risk from SMEC to the City.
This was considered to be a material deviation, because it
“significantly” changed
the City’s and SMEC’s
risks and responsibilities, and would also affect the competitive
position of other bidders if
SMEC were allowed to rectify the
deviation.
[53]
In its report to the BAC, the BEC
stated that SMEC had proposed deviations and qualifications which
were material, since they would
have significantly changed the
employer’s or the tenderer’s risks and responsibilities
under the contract. The bid
was thus non-responsive in terms of
clauses C.2.24 and C.3.8.2 of the Tender Terms. The BAC accepted the
BEC’s report and
resolved that the tender be awarded to JGA
(two regions) and ITS (the other two regions).
[54]
SMEC
pursued an internal appeals against its disqualification. This appeal
were made in terms of section 62 of the Local Government:
Municipal
Systems Act
[11]
(Systems Act).
The appeal failed.
The T26 decision
[55]
Eight bids were received, of which
six, including those of SMEC and KLE, were found by the BEC to be
non-responsive. Only the two
responsive bids were further evaluated
and allocated points.
[56]
The
record of the BEC’s meetings indicates that SMEC’s
non-responsiveness was based on the first and third deviations.
[12]
The T26 BEC, unlike the T36 BEC, correctly identified the purport of
the first and second deviations clause. The second deviation
was not
regarded as material.
[57]
In its report to the BAC, the BEC
stated that SMEC had proposed deviations and qualifications which
were material, since they would
have significantly changed the
employer’s or the tenderer’s risks and responsibilities
under the contract. The bid
was thus non-responsive in terms of
clauses C.2.24 and C.3.8.2 of the Tender Terms. KLE was declared
non-responsive for non-compliance
with an aspect of clause C.2.1.4.2
(“Key personnel”), in that it had failed to provide proof
of Track Inspector training
of its relevant key personnel nominee,
even after a request for clarification. The BEC recommended that the
tender be awarded to
JGA. The BAC accepted the BEC’s report and
resolved that the tender be awarded to JGA.
[58]
Both SMEC and KLE pursued internal
appeals against their disqualification. SMEC’s appeal failed.
KLE’s appeal succeeded,
and it displaced JGA as the successful
bidder. I shall deal at a later stage with the reliance which SMEC
placed on the approach
of the appeal authority to KLE’s appeal.
The
responsiveness challenge
The
challenge in outline
[59]
Although SMEC does not concede that
its proposed deviations were material, it is not a ground of review
that the BEC, BAC and appeal
authority could not properly have
concluded, on the merits, that the deviations were material. SMEC’s
contention is that
material deviation was not a matter for assessment
by the body, or at the time, it was done. The BEC and BAC, so it is
contended,
were not entitled on this ground to find that SMEC’s
bids were non-responsive. Only the “Employer” as defined
could do so, and this should have happened in the context of the risk
assessment contemplated in clause C.3.11.4. The BEC and BAC
should
have evaluated SMEC’s bids as responsive, whereas no such
evaluation took place in view of the premature decision
on
non-responsiveness.
[60]
Even at the time of the risk
assessment contemplated in clause C.3.11.4, so SMEC contends, a
finding that SMEC’s deviations
were material would not
necessarily exclude SMEC from further consideration, assuming it was
the preferred bidder. SMEC had merely
responded to an invitation to
propose deviations. If the “Employer” as defined thought
the deviations were material,
SMEC could have ameliorated or
withdrawn them in the final-contract negotiations permitted by clause
C.3.20.
Interpretation
of the Tender Terms
[61]
Clause C.2.24 of the Tender Terms is
stated to apply where the bidder “cannot” tender in all
respects in accordance
with the provisions of the tender documents.
In that event, the deviations must be clearly and separately
identified by way of
Schedule 20. On the face of it, the word
“cannot” does not permit a bidder who is able and willing
to comply in all
respects with the tender documents to propose terms
which are more advantageous to it than those specified in the tender
documents.
Arguably, therefore, the proposing of deviations in
Schedule 20 conveys that the bidder is not prepared to bid on terms
which do
not incorporate the deviations. I shall, however, assume in
SMEC’s favour that its proposed deviations were not
non-negotiable.
[62]
Clause C.2.24 does not use the word
“material”. It simply states that all deviations must be
clearly identified by way
of Schedule 20. The Tender Terms must be
read as a whole. Clause C.3.8.2, read with the second introductory
paragraph of Schedule
20, could not be clearer in laying down that a
bid which incorporates material deviations by way of Schedule 20 will
be rejected
as non-responsive. Reading the two clauses and Schedule
20 together, the position is the following:
(a)
If deviations are identified by way of
Schedule 20, the employer must assess them for materiality as
contemplated in clause C.3.8.2.
(b)
If the deviations are assessed to be
material, the bid must be rejected as non-responsive, and the bidder
must not be allowed to
rectify the matter by ameliorating or
withdrawing the deviations.
(c)
If the deviations are assessed not to be
material, the bid cannot on that ground be rejected as
non-responsive, but clause C.2.24
nevertheless warns the bidder that
the employer is not bound to accept the deviations.
(d)
Since a bid with non-material deviations
cannot be rejected as non-responsive, it must be further evaluated.
If the bid scores the
highest, the non-material deviations can be the
subject of final-contract negotiations in terms of clause C.3.20. In
that process,
the non-material deviations might be accepted by the
City or they might be rejected or modified, provided that the
limitations
in clause C.3.20 are observed. If agreement on the
non-material deviations cannot be reached, the Tender Terms allow the
City to
begin negotiations with the next ranked bidder.
[63]
SMEC’s argument that the
materiality of deviations, and the risk they pose for the employer,
should await the risk analysis
contemplated in clause C.3.11.4 is
misconceived. There is no reason why aspects bearing on risk should
not feature in different
ways at different stages of the tender
process. For example, it would be risky for the City to appoint a
contractor whose key personnel
are not sufficiently qualified and
experienced. This does not mean that this risk cannot be addressed by
way of prescribed minimum
requirements for responsiveness, as was
done here in clause C.2.1.4.2. In the same way, risk in the form of
material deviation
from the tender documents (this expressly includes
material deviations from the contract conditions) can be addressed by
way of
a responsiveness criterion. In the case of responsive bids,
risk also features indirectly, since the bidder with the highest
score
might ordinarily be expected to pose the least risk of bad
performance.
[64]
The risk analysis in clause C.3.11.4
is directed at identifying any residual risks to which the City might
be exposed if it were
to contract with the best-scoring responsive
bidder. In the scheme of the Tender Terms, the risk analysis need
only be done in
respect of the bidder who has come out on top in the
evaluation process. The risk analysis is the last step before
acceptance of
the tender offer. When clause C.3.13 requires the City
to accept the tender offer if, in the City’s opinion, it does
not
present any material risk, it is referring to any material risk
revealed in the risk analysis contemplated in clause C.11.4. Material
deviation from the tender documents would have been addressed at an
earlier stage, as a criterion for responsiveness.
[65]
In
the present matters, the City engaged Moore CT Forensic Services
(Pty) Ltd (MCT) to do “due diligence audits” on
the
preferred bidders. In the case of T36, the audits were done on ITS
and the JMT Consortium, while in T26 the audit was done
on JGA. These
audits were done after the last BEC meetings but before the BECs
finalised their reports to the BAC. It seems that
the MCT audits were
the primary means by which the City undertook the risk analysis
required by clause C.3.11.4. In each case,
the audit report set out
MCT’s findings about the bidder’s legal status,
[13]
financial ability and creditworthiness
[14]
,
ability to perform the work,
[15]
and verification of declarations made in the bid.
[66]
It
will be recalled that clause C.2.1.4 begins, “Only those
tenders that satisfy the following criteria will be declared
responsive”. SMEC argues that material deviation from the
tender documents is not listed anywhere in the eight subclauses
of
C.2.1.4, and is thus not a criterion for responsiveness. Clause
C.2.1.4 must, however, be read in the context of the Tender
Terms as
a whole. Clause C.2.1 is headed “Eligibility”.
Clause C.2.1.4, with its eight subclauses, is only one
aspect of
eligibility. The very first requirement, in C.2.1.1, is compliance
“in all aspects to the conditions as detailed
in this
document”, and it is expressly stated that only tenders that
comply “in all aspects with the tender conditions,
specifications, pricing instructions and contract conditions will be
declared responsive”. In the light of clauses C.2.24
and
C.3.8.2, material deviations from contract conditions cannot be
regarded as compliance with the conditions detailed in the
tender
documents. Put differently, clause C.2.1.1, read with clause C.3.8.2
and the second introductory paragraph of Schedule 20,
makes it clear
that an absence of material deviations is a criterion for
responsiveness.
[16]
[67]
In the context of the Tender Terms
as a whole, therefore, the introductory words of clause C.2.1.4
cannot be read as containing
the only requirements for
responsiveness. The introductory words mean that, in the absence of
compliance with the eight subclauses,
a bid will not be declared
responsive. It does not follow that a bid which complies with the
eight subclauses will inevitably be
declared responsive, because
there are other requirements for responsiveness as well. Apart from
clause C.2.1.1 read with clause
C.3.8.2, there is C.2.1.3, which
expressly makes a clear and unambiguous offer a criterion for
responsiveness.
The
Aurecon case
[68]
Counsel
for SMEC placed considerable reliance on the judgment of the Supreme
Court of Appeal in
Aurecon
.
[17]
In that case, the appellant, Aurecon, was one of six bidders. The BEC
recommended, and the BAC accepted, that five of the bids
were
non-responsive, that Aurecon’s bid was responsive, and that the
tender should be awarded to Aurecon.
[18]
After a considerable delay, the respondent in the appeal, the City,
applied to set aside the award of the tender to Aurecon. One
of the
review grounds was that Aurecon had been permitted to withdraw a
qualification recorded in the equivalent of Schedule 20
in the
present case. The qualification was the addition of a clause in terms
of which the City would indemnify Aurecon against
liability resulting
from exposure to hazardous substances such as asbestos. The BEC
rejected the qualification and asked Aurecon
to withdraw it, which
the latter did.
[19]
[69]
The relevant clauses of the Tender
Terms are not fully quoted in the judgment, but it seems that in that
matter clauses F.3.8.2
and F.4.2, and the heading of Schedule 15,
were the same as clauses C.3.8.2 and C.3.20, and the heading of
Schedule 20, in the
present case. In rejecting this ground of review,
Maya ADP said that the only valid criticism that might possibly have
been levelled
against the BEC was that it had not rejected Aurecon’s
bid as non-responsive, as it had done with the other five bidders.
Maya ADP then referred to the equivalent of clause C.3.8.2,
emphasising that a responsive tender was one that conformed with all
the terms, conditions and specifications of the tender “without
material
deviation” (emphasis added by the learned Acting Deputy
President). She continued:
“
Whether
or not a deviation or qualification is material is obviously a
question to be determined by the BEC in its discretion taking
into
account the eligibility criteria set out in the Standard Terms of
Contract and the Tender Data. It would appear from the BEC’s
conduct that it did not consider the proposed qualification to be of
a disqualifying nature.”
[20]
[70]
Maya ADP went on to consider clause
F.4.2, which made provision for negotiations with the preferred
bidder in the same terms as
our clause C.3.20. She also referred to
the corresponding power conferred on the City Manager by what was
then clause 231 of the
SCM Policy (now clause 274). She continued:
“
These
provisions make clear that the mere proposal of qualifications cannot
in itself render a bid non-responsive. It was common
cause that when
Aurecon was asked to withdraw its qualifications it had become the
City’s preferred tenderer. In that case
the City was entitled
to negotiate the final terms of the contract with it. Needless to
say, the other tenderers had already been
eliminated from the process
in the initial evaluation for failing to meet the relevant
eligibility criteria. There would, therefore,
have been no room to
negotiate anything with them. In any event, it is not known what
amendments they should have been allowed
to make so it is not
possible to determine if the BEC could have exercised its discretion
in their favour.”
[21]
[71]
In my opinion,
Aurecon
is distinguishable and does not assist SMEC.
Aurecon
was decided on the factual basis that
the BEC had not regarded Aurecon’s proposed qualification as
material. The paragraphs
I have quoted from
Aurecon
make the point that, once Aurecon was
found to be responsive (because its proposed qualification was not a
material deviation),
the subsequent withdrawal of the qualification
was not improper, because this was a permissible part of the process
of negotiation
between the City and Aurecon as the preferred bidder.
If, in that case, the BEC in its discretion had found (as it did in
SMEC’s
case) that the qualification was material, it would have
been bound to declare Aurecon non-responsive in the same way as the
other
bidders had been declared non-responsive, and in that event
there could have been no scope for final negotiations with a
preferred
bidder. In short, the Tender Terms cannot be construed as
inviting bidders to propose material deviations.
Regulation
4 of the PP Regulations
[72]
Counsel for SMEC submitted that, in
terms of regulation 4 of the PP Regulations, the only
pre-qualification criteria that can be
stipulated in a tender are
those set out in regulation 4. That contention is without merit.
Regulation 4 is expressly limited to
those pre-qualifying criteria
whose purpose is “to advance certain designated groups”.
It does not purport to regulate
or exclude other pre-qualifying
criteria. The PP Regulations were promulgated in terms of the PP Act,
the stated purpose of which
is to provide a framework for the
implementation of preferential procurement policies pursuant to
subsections 217(2) and (3) of
the Constitution. The Act and its
regulations are not directed at other purposes.
[73]
Just
as the PP Regulations regulate aspects of eligibility bearing on the
preference points systems, so do the SCM Regulations regulate
aspects
of eligibility falling within the purview of the concerns of the
MFMA.
[22]
In general, though,
it is for the public authority (the employer) to determine the
eligibility criteria for the tender.
[23]
Who
decides materiality of deviations?
[74]
Once it is found that the absence of
material deviation is, in terms of clause C.3.8.2, a criterion of
responsiveness, there can
be no doubt in my view that it is a matter
which can and must be assessed by the BEC. Counsel for SMEC accepted
that compliance
with the criteria for responsiveness set out in
clause C.2.1.4 is properly a matter for assessment by the BEC. There
is no reason
to treat the absence of material deviation, as required
by clause C.2.1.1 read with clause C.3.8.2, any differently. SMEC’s
argument that the BEC did not have the power to undertake this
assessment was based largely on a contention that the materiality
of
a deviation was a matter for the “Employer” to assess in
the risk analysis contemplated in clause C.3.11.4. I have
already
explained why I reject that interpretation of the Tender Terms.
[75]
Regulation 26(1) of the SCM
Regulations requires a competitive bidding process to involve a BEC.
In terms of regulation 28(1)(a),
the first function of the BEC is to
evaluate bids in accordance with “the specifications for a
specific procurement”
and with the applicable points system.
Assessing responsiveness is the first stage of evaluation. I am not
aware of its having
ever previously been suggested that assessing
responsiveness, either in general or in any particular respect, is
not a proper function
of a BEC. In
Aurecon
,
the Court seems to have been in no doubt that the BEC’s
function included an assessment of bids for responsiveness, including
responsiveness in the form of an absence of material deviation.
[76]
The fact that the BEC makes an
assessment of responsiveness does not mean that it is the final
arbiter on that question. In all
cases, the BEC makes a
recommendation to the BAC. Depending on the BAC’s delegated
power, the BAC will either make a final
decision or make a
recommendation to the City Manager. The final decision-maker might
disagree with the BEC’s responsiveness
assessment. If this
results in a finding that a particular bidder should not have been
declared non-responsive, the final-decision-maker
would need to refer
the matter back to the BEC for further evaluation.
Full
evaluation of non-responsive bids?
[77]
I did not understand counsel for
SMEC to argue that, if absence of material deviation was a criterion
for responsiveness, the BEC
should nevertheless have fully evaluated
SMEC with reference to price and preference points. It would be a
waste of resources for
BECs to evaluate non-responsive bids, and none
of the cases cited in argument are authority for the proposition that
this has to
be done. Regulation 28(1) of the SCM Regulations should
not be interpreted as requiring such a futile exercise. Clause
C.3.8.1
provides that responsiveness must be determined before
“detailed evaluation”. If a bid is found to be
non-responsive,
it must be “rejected” at that point in
the process. As I said earlier, section 2 of the PP Act envisages
that only
“acceptable” (that is, responsive) bids are
allocated price and preference points. Where functionality is an
eligibility
requirement, clause 443 of the SCM Policy explicitly
states that, if a bid fails to achieve the minimum qualifying score
for functionality,
“it must be regarded as non-responsive, and
be rejected (not considered any further in the evaluation process)”.
[78]
Clause 237 of the SCM Policy states
that the BEC “shall note for inclusion in the evaluation
report” bidders who are
disqualified for various reasons. This
means, in my opinion, that the BEC’s report to the BAC should
identify bidders who
have been rejected as non-responsive. The BEC
reports in the present case accord with this understanding of the SCM
Policy. This
enables the BAC or final decision-maker to form a view
on responsiveness. If the BAC or final decision-maker concludes that
a bidder
should not have been rejected as non-responsive, the matter
can be referred back to the BEC for further evaluation.
Risk
analysis
[79]
In view of my analysis, it is not
necessary to decide whether the risk analysis contemplated in clause
C.3.11.4 is a proper matter
for the BEC to concern itself with. In
principle, however, and once it is appreciated that the BEC merely
makes a recommendation,
it is unobjectionable for the BEC to comment
on the risk analysis in its recommendation to the BAC. The risk
analysis is ultimately
concerned with the acceptability of the
preferred bidder, and the final decision in that regard must be that
of the functionary
with final power to award the tender. I do not
think the definition of “Employer” in Clause C.1.1.1 is
intended to
identify the person with evaluation and adjudication
powers in the tender process. The definition merely identifies the
City’s
representative for purposes of the proposed contract,
that is, the senior representative of the directorate within whose
functional
area the contractual services are to be rendered.
[80]
I thus reject SMEC’s ground of
review concerning the decision to reject its bids as non-responsive.
The Tender Terms do not
suffer from vitiating ambiguity or
uncertainty; on the contrary, their meaning is clear. The BEC, BAC
and appeal authority understood
and applied them correctly.
The
functionality challenge
[81]
SMEC alleged that the City was
obliged to assess all bids on functionality. This argument was based
on section 2(1))(f) of the PP
Act and clause C.3.11.3 of the Tender
Terms. The City’s failure to undertake this assessment was said
to be a reviewable
irregularity. For several reasons, I disagree.
Challenge
irrelevant in case of non-responsive bid
[82]
First, and specifically in relation
to SMEC, the City was not required to further evaluate its bids once
they were rejected as non-responsive
for reasons unrelated to
functionality. The same is true of other non-responsive bids. This
would be so, even if functionality
was something which had to be
assessed in relation to bids which were otherwise responsive.
Functionality
permissibly excluded
[83]
Second, functionality was not
something which these particular tenders required to be evaluated
(that is, scored). Regulation 5(1)
of the PP Regulations states that
an organ of state “must state in the tender documents if the
tender will be evaluated on
functionality”. This provision
recognises that a particular tender might be one which will not be
evaluated on functionality,
and that this is so is recognised in
regulation 10(2). Regulations 5(2) to 5(7) apply only if the tender
is one which is to be
evaluated on functionality. Clause 233 of the
SCM Policy accords with regulation 5(1) in recognising that
functionality may in
particular tenders not be a matter for
evaluation.
[84]
The
same is true of clause C.3.11.2 of the Tender Terms, which lays down
the procedure to be followed “[w]here the scoring
of
functionality forms part of a bid process”. Similarly, clause
C.3.11.3.2 provides that price, preference and functionality
will be
scored, “as relevant”, to two decimal places. Counsel for
SMEC argued that since clauses C.3.11.2 and C.3.11.3
were
incorporated into the Tender Terms by way of the Tender Data, they
must have been regarded as tailored to these particular
tenders,
meaning that functionality had to be scored. I disagree. The fact
that unique provisions tailored to a particular tender
would need to
be accommodated in the Tender Data does not mean that the Tender Data
does not also contain some generally applicable
changes which the
City has made to the Standard Conditions. A number of additions in
the Tender Data seem to be of this kind.
[24]
[85]
In relation more particularly to
clauses C.3.11.2 and C.3.11.3, their very formulation shows that they
might be applicable to some
tenders but not to others. If
functionality was intended to be scored in these two particular
tenders, clause C.3.11.2 would not
have started with the subordinate
clause “Where …”, and the qualification “as
relevant” would not
have been inserted in clause C.3.11.3.2.
Counsel for SMEC argued that “as relevant” did not mean
“if applicable”,
but he was unable to give any other
meaning.
[86]
Clause C.2.1.4.6 stated that there
was no minimum score for quality (functionality). I have already
explained that, in terms of
the PP Regulations, functionality is only
scored if the tender specifies a minimum score for functionality.
Since there was no
such minimum score in these two tenders,
functionality was not part of the evaluation process. This accords
with Schedule 14, which
stated that there were no functionality
criteria for these tenders; in terms of regulation 5 of the PP
Regulations, such criteria
were only have been needed if the bids
were to be evaluated on functionality.
Section
2(1)(f) of PP Act
[87]
SMEC’s reliance on section
2(1)(f) of the PP Act is misplaced. That section does not mean that,
wherever objective criteria
in addition to those contemplated in
sections 2(1)(d) and (e) could notionally be devised, they have to
feature in the tender process.
Section 2(1)(f) merely permits the
organ of state to award a tender to a bidder who did not score the
most points, but only if
there are other objective criteria to
justify the award. Regulation 11(1) of the PP Regulations states that
a contract “may”
be awarded to a bidder that did not
score the highest points, but only in accordance with section
2(1)(f). Regulation 11(2) states
that “[i]f” an organ of
state intends to apply objective criteria in terms of section
2(1)(f), these objective criteria
must be stipulated in the tender
documents. This shows that an organ of state does not have to specify
objective criteria merely
because such these could notionally be
specified.
[88]
In any event, functionality as a
potentially objective criterion is expressly dealt with in regulation
5 of the PP Regulations.
Regulation 5 is clear that an organ of state
is not required to include functionality as a matter for evaluation.
Even where functionality
is a matter for evaluation, it is only as an
eligibility requirement (a minimum functionality score). If the
minimum score is achieved,
the further evaluation is based on price
and preference points. The only residual role that functionality then
plays is as a tie-break
between equal highest bids if the tie cannot
be broken with reference to BEE (preference points).
Functionality
as non-evaluative factor
[89]
The fact that functionality was not
to be evaluated does not mean that functionality in a more general
sense was irrelevant. In
order to ensure that competent services
would be supplied, the Tender Terms incorporated detailed eligibility
requirements for
key personnel, support resources and track record.
If a particular bidder met these requirements, and scored the most
points for
price and preferential procurement, residual functionality
concerns could be addressed in the risk analysis contemplated by
clause
C.3.11.4, a component of which was the tenderer’s
ability to fulfil its obligations.
[90]
The
regulatory regime thus permitted the City to issue these tenders on
the basis that scoring for functionality would not be part
of the
evaluation. Counsel for SMEC did not refer me to any authority to the
effect that all tenders must invariably require functionality
to be
scored.
[25]
SMEC did not
advance the case that the City committed a reviewable irregularity by
issuing the tenders on that basis, but even
if such a case was
advanced, it was not established.
Attack
should have been directed at tender invitation
[91]
Furthermore,
such an attack is concerned with the decision to issue the tender
invitations on these terms, rather than with decisions
made by the
BECs and BACs. The function of the BECs and BACs was to evaluate the
tenders in accordance with the tender documents.
If SMEC considered
that the decision to go out to tender on terms which did not require
functionality to be scored was unlawful,
it should have launched a
timeous challenge once the tenders were issued on 31 July 2020 (T26)
and 7 August 2020 (T36) respectively.
That a decision to issue a
tender on terms which violate procurement legislation is in principle
susceptible to judicial review
is apparent from the judgment of the
Supreme Court of Appeal in
Airports
Company South Africa
.
[26]
But instead of challenging the decision to issue the tenders on
supposedly objectionable terms, SMEC participated in the tenders,
allowed the tender evaluation processes to run their course,
internally appealed against the decisions to reject its bids as
non-responsive,
and only launched review proceedings on 17 May 2021
(T36) and 18 August 2021 (T26), after it had failed in its quest to
be the
successful bidder.
[92]
There
are cases in which vagueness, ambiguity or inconsistency in tender
documents has led to the award of tenders being set aside
at the suit
of disappointed bidders.
[27]
While there is no reason to doubt that a disappointed bidder may seek
to impeach an award on this basis, the argument in those
cases did
not focus attention on whether the reviewable decision is simply the
award of the tender or whether such a review necessarily
encompasses
an attack on the decision to issue the tender on terms suffering from
vitiating vagueness, ambiguity or inconsistency.
This question is
important, having regard to the time-limit for review proceedings
laid down section 7(1) of PAJA.
ACSA
is
an example of a case where the decision to issue the tender was
explicitly challenged.
[28]
In
principle, it seems undesirable that a bidder should be at liberty to
“take a chance” in the hope that it will be
awarded the
tender, keeping in reserve an attack on the validity of the tender
terms should it be unsuccessful in winning the bid.
However, in view
of the conclusion I have reached on other aspects, I need not finally
decide this point.
[93]
The functionality challenge thus
also fails. This disposes of the grounds which are common to both
tenders. There are three further
grounds of review in respect of T26.
The
first T26 challenge – BEE sector codes
[94]
Clause
C.2.23.2 of the Tender Terms in T26 dealt with BEE. This clause
stated that, in order to qualify for preference points, the
bidder
had to submit documentary proof of its BEE status level of
contribution in accordance with the applicable Codes of Good
Practice
as issued by the Department of Trade and Industry. The clause stated
that the applicable code for T26 was the “Amended
Codes for
Measuring [BEE] in the Railway Sector” (Rail Code).
[29]
[95]
Eight bids were received. Five of
the bidders, including SMEC, provided evidence of their BEE status
level of contribution with
reference to the Amended Construction
Sector Code (Construction Code). It is unclear what the other three
bidders did, but according
to the City they, too, did not provide
evidence with reference to the Rail Code. The result was that none of
the eight bidders
qualified for preference points. Since the BEC
declared six of the eight bids non-responsive, this was – on
the BEC’s
approach – only of practical significance for
the two responsive bidders, KLE and JGA.
[96]
At its first meeting the BEC
discussed the question of the applicable code. The line department
was asked to investigate this question.
The department’s report
was prepared by the chairperson of the BEC, Mr Jonathan Louw. He
noted that the management of the
City’s railway sidings
involved some specialist railway inputs, so “logic might
dictate” the use of the Rail
Code. On the other hand, the
project also required some general construction-sector skills. As a
result, the choice of sector scorecard
“was not obvious”
and that “[t]wo possible Codes of Practice would appear
applicable for this project”.
Mr Louw concluded his report
thus:
“
Due
to limited amount of specialist work for private companies (both
contractors and consultants) in the rail sector in the past
few
years, many contractors and built environment professionals are
likely to carry out the majority of their core business in
the
construction field. As a result, these companies would possess
[Construction Code] scorecards. Therefore, it is conceivable
that
contractors and built environment professionals carrying out work on
the Railway Sidings project could possess [Construction
Code]
scorecards.
As a result of the Scope
of Work for this tender, the correct sector code should have been the
[Construction Code] and line department
is requesting a minor breach
in the BBBEE Sector Code applicable to [T26] from [Railway code] (as
advertised) to [Construction
Code] due to reasons stipulated above.”
[97]
Mr
Lewis, the SCM practitioner, advised the BEC that the evaluation
criteria could not be changed retrospectively. The adoption
of the
Construction Code could affect the ranking of bidders, and could
create fertile grounds for appeals and objections, even
if an
“administrative error” was made in specifying the Rail
Code rather than the Construction Code. The BEC, including
Mr Louw,
accepted Mr Lewis’ view. Indeed, the version in the City’s
answering papers goes somewhat further, indicating
that upon
reflection the members of the BEC were satisfied that the City had
acted correctly in specifying the Rail Code.
[30]
As a result none of the bidders qualified for preference points.
[98]
SMEC argued that the use of the
wrong sector code vitiated the entire tender. Even if there were only
two responsive tenders, it
was impossible to know whether potential
bidders with Construction Code scorecards refrained from bidding
because they would not
receive preference points.
[99]
The
first answer to this review ground is that it is not a matter which
concerns SMEC. In other words, it does not have standing
to challenge
the tender award on this basis. The two responsive bidders, KLE and
JGA, have not complained that they were not awarded
preference
points, nor is there evidence that their ranking would have been
affected if they had been evaluated with reference
to the
Construction Code. As to unknown potential bidders, they have not
come forward to complain that they were prejudiced by
the terms of
the tender invitation.
[31]
[100]
The second answer is that SMEC has
not demonstrated that the City committed a reviewable irregularity by
specifying the Rail Code
rather than the Construction Code. Clause 1
of the Rail Code states that it “extends to the entire rail
industry value chain”,
the “key players being the
state-owned operators and infrastructure companies”. The
challenge for these entities, so
the code notes, is to use their
purchasing power “to drive the transformation of the entire
rail industry value chain, including
manufacturers, suppliers,
consultants and maintenance companies”. The Rail Code “will
also have an impact on other
sectors of the economy that are not rail
specific, for example, general services”.
[101]
As it turned out, the eight firms
that submitted bids did not have Rail Code scorecards, but the
evidence does not establish that
the City must have known that no
firms with Rail Code scorecards would submit bids. The evidence does
not show that the Rail Code
was inapposite. At most, the evidence
indicates that both the Rail Code and the Construction Code could
have been apposite. If
the City had specified only the Construction
Code, potential bidders with Rail Code scorecards might have
complained.
[102]
The
complaint would thus have to be that the clause should have specified
both the Rail Code and the Construction Code. However,
and apart from
the fact that this complaint was not explicitly made, the feasibility
of doing so was not explored in the evidence
or argument. If there
were potential bidders from both sectors, it was not necessarily
irrational to favour those with Rail Code
scorecards, since they
might have fewer opportunities for empowerment than firms with
Construction Code scorecards. Furthermore,
one does not know whether
it is feasible, in a single tender, to make use of multiple sector
codes. The very fact that different
codes exist for different sectors
suggests that multiple codes might result, to use a trite metaphor,
in “comparing apples
with pears”.
[32]
[103]
Another answer might be that this
complaint is not in truth concerned with the actions of the BEC and
BAC but with the City’s
decision to issue a tender which
adopted the Rail Code rather than the Construction Code as the
relevant code for preference points.
The BEC and BAC were bound to
evaluate the tender in accordance with its published terms. The
invitation was issued on 31 July
2020. SMEC did not institute timeous
review proceedings directed at the decision embodied in the published
invitation. Arguably,
however, if the code complaint was sound the
BEC could have recommended to the BAC, and the BAC could have
recommended to the City
Manager, that no award be made. Again, I need
not express a final view on this point, since the other answers to
this review ground
are sufficient.
The second T26
challenge – JGA and proof of Track Inspector training
[104]
SMEC complains that the BEC acted
irregularly by allowing JGA to supplement its bid, after the closing
date, by supplying proof
of the Track Inspector training of Mr Leon
Mtsi. In terms of clause C.2.1.4.2 (key personnel), one the key
positions was a
Civil Engineering Technologist/Technician. JGA
nominated Mr Mtsi for this position. He had the qualification and
professional registration
required by clause C.2.1.4.2. The clause
additionally required that this person should have the following
experience:
“
Railway
Engineering: 8 years’ verifiable experience within rail
engineering sector, performed inspections work on railway
tracks.
Trained to recognise track defects and failures. Proof of Track
Inspector training to be attached to the applicable schedule.”
[105]
JGA
included, in its bid, Mr Mtsi’s CV and professional
qualifications. One of the projects in which he was involved (“2019
to date”) was said to be a “Condition Assessment and
Evaluation” of seven railway sidings in various provinces,
with
the outcome of the study being a written report on the condition of
the railway infrastructure with recommendations for compliance
with
the National Railway Safety Regulations Act.
[33]
A list of “selected courses” which Mr Mtsi had attended
included a course on “Basic Track Engineering”
and
another titled “Introduction to Multi-Disciplinary Concepts in
Railway Engineering”.
[106]
At its second meeting, held on 30
November 2020, the BEC found that none of the eight bidders had
submitted proof of Track Inspector
training. Two of the eight bidders
were found non-responsive in other respects. It was resolved that the
remaining six bidders
would be invited to amplify the information
supplied on Track Inspector training. This included SMEC, which had
not yet been found
non-responsive (its proposed deviations were only
assessed at the next BEC meeting).
[107]
The minutes of the third BEC
meeting, held on 11 December 2020, indicate that requests for
clarification were sent to the six bidders
who were still, at the
time of the second meeting, regarded as responsive. SMEC’s
clarification satisfied the BEC on Track
Inspector training, but at
the same meeting SMEC’s deviations were found to be material
and it was thus declared non-responsive.
The minutes reflect that the
request for clarification from JGA had been sent to a wrong email
address, so a further letter was
to be sent to JGA.
[108]
The further request to JGA was
contained in a letter dated 11 December 2020. The City’s letter
said that although the required
training was mentioned in Mr Mtsi’s
CV, “no proof of Track Inspector training was submitted”.
JGA was asked to
submit such proof “to conform with the tender
requirements”.
[109]
In
its reply, JGA referred to the project concerning the seven railway
sidings, stating that as part of this project Mr Mtsi “personally
undertook the site investigations, condition assessments and report
writing, including budgets to reinstate the sidings where found
to be
sub-standard”. JGA highlighted the course on “Basic Track
Engineering”, stating that Mr Mtsi had attended
this course in
2009 and that it had been run by the South African Institution of
Civil Engineering. With regard to the course,
“Introduction to
Multi-Disciplinary Concepts in Railway Engineering”, JGA said
that this was a five-day training course
which Mr Mtsi had attended
in 2012 at the University of Pretoria. JGA attached Mr Mtsi’s
certificate for this course, as
well as the course brochure, with
reference to which JGI emphasised aspects bearing on track
inspection.
[34]
[110]
At
its fourth meeting, held on 8 February 2021, the BEC found JGA’s
clarification to be satisfactory, and its bid was thus
held to be
responsive. Although SMEC alleged that there was no indication, in
the minutes or transcript of its proceedings, that
the BEC had given
attention to the content of the University of Pretoria course, the
City denied that the course content was not
discussed, and the City’s
version cannot be rejected on the papers.
[35]
[111]
Although
SMEC was found non-responsive for reasons unrelated to Track
Inspector training, it has a residual interest in the BEC’s
decision to allow JGA to provide supplementary information on this
issue, because if all the bidders should have been declared
non-responsive, the City might need to issue a fresh tender, in which
SMEC could again compete.
[36]
[112]
However, I do not consider that this
ground of review should succeed. In the light of the fact that none
of the eight bidders provided
information which accorded with the
BEC’s understanding of “proof of Track Inspector
training”, it was not unreasonable
for the BEC to conclude that
they should be allowed to clarify this aspect. All bidders were
treated equally. JGA was not specially
advantaged.
[113]
Clause C.2.17 of the Tender Terms
made provision for clarification to be sought from bidders after the
closing date. In circumstances
where all responsive bidders were
invited to clarify their bids in respect of Track Inspector training,
it cannot be said that
the supply of such clarification would bring
about a “change in the competitive position of tenderers or
substance of the
tender offer” as contemplated in clause
C.2.17. JGA’s clarification elaborated on material already
forming part of
its bid; it did not place reliance on projects or
training courses which had not been mentioned in its bid.
[114]
Furthermore,
the fact that the BEC sought clarification from all the responsive
bidders warrants the same inference as in
Aurecon
,
[37]
namely that the BEC did not regard the non-compliance by the bidders
as being material. I do not consider there to be grounds for
vitiating the BEC’s value judgment in this respect. The BEC’s
subsequent conclusion – that JGA had supplied satisfactory
proof of Track Inspector training – has likewise not been shown
to suffer from reviewable irregularity.
The third T26
challenge – KLE and proof of Track Inspector training
[115]
The background to this issue has
been set out above. In its bid, KLE identified Mr D H Prinsloo
as its Civil Engineering Technologist/Technician.
His CV, forming
part of KLE’s bid, stated that he had obtained his civil
engineering degree from the University of Pretoria
in 1979 and had
attended and successfully completed “all available postgraduate
courses in Railway Engineering” at
that university. His “key
qualifications” covered track condition assessment. His
post-training work experience with
Transnet started as a Track
Maintenance Engineer, and he rose to more senior engineering
positions in the railway sphere over the
period 1987 to 2020.
[116]
In Schedule 18, in which
tenderers were invited to indicate the human resources, other than
those already identified as key personnel,
which they had at their
disposal for the project, KLE listed a
Mr
J J Nel
, whose title, job description
and qualifications were all specified as being “Track
Inspector”. His attached CV indicated
extensive experience in
railway construction, inspection and maintenance, and the completion
of a variety of professional development
courses over the period 1989
to 2009.
[117]
On 2 December 2020, the City wrote
to KLE requesting proof of the Track Inspector training of its
nominated Civil Engineering Technologist/Technician
in order for the
bid to conform with the tender requirements. In its reply dated
4 December 2020, KLE attached various certificates
of service
and training as a Track Inspector in respect of Mr Nel. On 14
December 2020, the City again wrote to KLE, stating that
its
clarification did not bring about compliance with the tender
requirements, and that only proof of Track Inspector training
in
respect of Mr Prinsloo would be acceptable.
[118]
KLE
replied on the same day, complaining that the tender document had
been unclear. There were, KLE said, two distinct occupations:
Track
Inspector and Civil Engineer. Nevertheless, KLE elaborated on Mr
Prinsloo’s experience and training. The information
supplied in
its bid showed, so KLE contended, that Mr Prinsloo’s experience
included inspection work on railway tracks as
well as training to
recognise track defects and failures. KLE listed the postgraduate
courses in Railway Engineering alluded to
in the bid. These included
“Introduction to Multi-Disciplinary Concepts in Railway
Engineering” (presumably the same
course mentioned in Mr Mtsi’s
CV) and other courses germane to track inspection.
[38]
[119]
At its meeting on 8 February 2021,
the BEC decided that the further information supplied by KLE still
did not constitute proof of
Mr Prinsloo’s Track Inspector
training, and KLE’s bid was declared non-responsive. This
decision was accepted by the
BAC. KLE pursued an internal appeal,
contending that its bid had been fully compliant and responsive. Its
bid, so it asserted,
had been more than R1 million cheaper than
the next best responsive bid, and it would (submitted KLE) be a
disgraceful waste
of ratepayers money if KLE were not appointed. KLE
attached the information previously supplied in respect of Mr
Prinsloo. KLE
contended that Track Inspector training for engineers
by definition included the civil engineering degree, on-the-job
training,
relevant postgraduate training courses (Mr Prinsloo
had completed every available course) and professional registration.
[120]
The appeal authority, Mr Lungelo
Mbandazayo (the City Manager), upheld KLE’s appeal on the same
date he dismissed SMEC’s
appeal. The appeal authority confined
his attention to Mr Prinsloo’s qualifications. With reference
to case law, Mr Mbandazayo
said that, in assessing the materiality of
non-compliance, substance should prevail over form. It was unclear
from the Tender Terms
what constituted or sufficed as proof of Track
Inspector training. During the hearing of the internal appeal, Mr
Mbandazayo posed
the question to the BEC representatives whether
Mr Prinsloo’s CV would constitute experience as a Track
Inspector, or
on-the-job training, for purposes of the tender. The
BEC replied that although the information supplied would justify the
conclusion
that Mr Prinsloo was an experienced Track Inspector, KLE
had not provided proof of his training as such, and that all bidders
were
expected to comply with this eligibility criterion.
[121]
Mr Mbandazayo considered that the
BEC had applied form over substance. The BEC had acknowledged that,
from the information supplied,
it could be concluded that Mr Prinsloo
was an experienced Track Inspector. By focusing on the strict
requirement of proof of training,
the BEC had frustrated rather than
promoted the objects of section 217(1) of the Constitution.
Since the BEC confirmed that
KLE would have been the preferred bidder
but for having been declared non-responsive, the appeal authority
decided that KLE should
replace JGA as the successful bidder.
[122]
Most of the information on which KLE
relied to substantiate Mr Prinsloo’s compliance was contained
in its original bid. Its
response to the request for clarification
simply elaborated on the postgraduate courses which Mr Prinsloo
had completed. As
with JGA, there is no basis to conclude that it was
irregular for this information to be taken into account.
[123]
The question which then remains is
whether the information supplied in respect of Mr Prinsloo complied
materially with the Tender
Terms. That is a merits-based assessment.
Where there is a right of internal appeal, the ultimate value
judgment is that of the
appeal authority. The question is not whether
the appeal authority was right on the merits, but whether his
decision was vitiated
by a review irregularity. I do not think it
was. On the face of it, the BEC’s position in the appeal
hearing was remarkable,
since proof that Mr Prinsloo was an
experienced Track Inspector (something the BEC acknowledged) does not
seem compatible with
a supposed absence of proof of training as such,
even if it is on-the-job training. Coupled with the other information
supplied
by KLE in respect of Mr Prinsloo’s qualifications, the
appeal authority was entitled to reach the conclusion he did.
[124]
SMEC’s stance in the present
proceedings was ambivalent on this part of the case. On the one hand,
SMEC argued that KLE should
have been declared non-responsive because
of its failure to provide proof of Mr Prinsloo’s Track
Inspector training. On the
other hand, SMEC submitted that the appeal
authority had rightly emphasised substance over form in KLE’s
appeal, and should
have done likewise in SMEC’s appeal. On the
latter point, I do not think there is any substance in the criticism
of the supposed
differential approach adopted by the appeal authority
to the appeals of SMEC and KLE respectively. The nature of the issues
in
the two appeals was quite different:
(a)
In KLE’s case, the question was
whether, in substance, KLE had supplied information proving that Mr
Prinsloo had been trained
as a Track Inspector. The appeal authority
answered this question affirmatively, holding that in substance the
City would be getting
someone with exactly the training and
experience which the Tender Terms prescribed for the Civil
Engineering Technologist/Technician.
(b)
In SMEC’s case, by contrast, it could
not sensibly be contended that the substituted terms which SMEC had
proposed in Schedule
20 were substantially the same as the terms of
the CIDB Contract as amended by the Contract Data. The issues in
SMEC’s appeal
were how material the undoubted deviations were
and whether SMEC should have been afforded an opportunity to make its
bid responsive
by withdrawing the proposed deviations.
Regulation
5(2)(a) of SCM Regulations
[125]
A
few days after the main hearing, I sent an enquiry to the parties
arising from my study of the regulatory material handed up during
argument. A reading of regulation 5(2)(a) of the SCM Regulations
[39]
appeared to suggest that, because the values of the T36 and T26
contracts each exceeded R10 million, the final decision to make
the
awards would have been taken by the City Manager, albeit on the
recommendation of the BAC. The heading of the BAC’s resolution
in T36 tended to point in this direction. I thus sought clarity as
whether the final awards had been made by the BAC or City Manager.
As
I later explained to the parties, my intention was not to introduce a
new ground of review but simply to obtain clarity so that
my judgment
would be factually accurate.
[126]
The parties, in response, were in
agreement that the final awards were made by the BAC. However, this
spawned a contention by SMEC’s
legal team that the awards were
beyond the power of the BAC, having regard to regulation 5(2)(a). The
City disputed this. As a
result, and at my direction, there was a
further hearing (conducted virtually) on two questions: (a) whether
the Court should entertain
the new review ground; and (b) if so,
whether the effect of regulation 5(2)(c) was that the BAC had indeed
acted beyond its powers.
I have concluded that the new ground should
not be entertained. For this reason, I do not reach any conclusion on
its merits. However,
in case the case goes further, I record, in only
the briefest terms, the competing contentions.
[127]
According
to the City, regulation 5(2) is only concerned with the subdelegation
by the accounting authority (here, the City Manager)
of the latter’s
delegated powers. The SCM Regulations do not limit the power of a
municipal council to delegate its powers
directly to the BAC. The
City’s council has adopted a System of Delegations (SoD) in
accordance with section 59 of the Systems
Act.
[40]
In terms of the SoD, the council has delegated (a) to the City
Manager, the power to make procurement decisions up the value
of
R200,000; (b) to the BAC, the power to make a final award on
procurement where the value exceeds R200,000. These parts of the
SoD
had not hitherto featured in the case or been attached to the City’s
affidavits, because they were not relevant to the
issues raised by
the parties.
[128]
According to SMEC, a municipal
council does not have any original power to make procurement awards,
and is therefore unable to delegate
such power to the accounting
authority or BAC. The accounting authority exercises original powers
in that regard, something to
be inferred from the totality of the
regulatory framework. In terms of regulation 5(2)(c), the accounting
authority cannot delegate
that power in the case of procurement with
value exceeding R10 million. The City’s SoD cannot be relied on
to avoid this
conclusion. The reference in regulation 5(2) to
subdelegation (rather than delegation) is merely sloppy drafting.
[129]
I decline to allow this new review
ground to be raised. It comes too late. SMEC is not relying on
recently disclosed facts. If the
new review ground were legally
sound, its factual foundation was known to SMEC when it launched
proceedings. Furthermore, it is
a ground which makes a nonsense of
the internal appeals which SMEC and KLE pursued, since if the BAC had
no power to make the awards,
and if only the City Manager had the
power to do so, there could have been no appeal in terms of section
62 of the Systems Act
to the City Manager. None of the respondents
were forewarned of this ground of review. It is notionally possible
that they might
have entered the lists had the point been taken.
[130]
The new ground is not unique to the
facts of these two tenders. It strikes at the heart of the City’s
SoD insofar as the latter
deals with procurement. The new ground
would require SMEC to impeach the relevant parts of the SoD as
ultra
vires
. If the SoD were successfully
impugned, this might imperil many past, pending and imminent tenders.
It is undesirable that so far-reaching
a point, the answer to which
is by no means self-evident, should be hurriedly tagged on to the end
of a case which has already
been fully argued on unrelated grounds.
[131]
It
is not the function of a Court to suggest review grounds to a
litigant,
[41]
nor was it my
intention to do so. The Court’s function is to determine the
issues properly raised on the pleadings.
[42]
There are exceptions to this principle, but they do not find
application here. This is not a case where the court must intervene
because the parties are approaching an issue on a shared
misunderstanding of the law. The proper scope of regulation 5(2), and
the original powers of municipal councils and accounting authorities
in the procurement sphere, are not matters which are germane
to the
pleaded review grounds.
Conclusion
[132]
SMEC impeached the process followed
by the City in several other respects, but these were not pursued in
written or oral argument,
even though they were not formally
abandoned. Suffice to say that none of them struck me as being of
such self-evident merit that
I should decide them without the benefit
of argument.
[133]
In regard to costs, the City sought
costs against SMEC, including the costs of three counsel where
engaged. The justification advanced
for the costs of three counsel
was this. The two review applications were instituted separately, and
in each case there was a Part
A for urgent relief and a Part B for
final relief. In T36, Part A was resolved by an agreed order. In T26,
the question of interim
relief was argued, and an interim order was
granted in similar terms to the agreed order in T36. At that stage,
the City had different
junior counsel in the two cases. A silk had
not yet been engaged. When the applications for final relief were
consolidated, the
City brought in senior counsel to lead the two
juniors already on brief. Having regard to this background in
combination with the
complexity of the matter, the costs of three
counsel (where engaged) are in my view justified.
[134]
However,
the question arises whether SMEC should be insulated from an adverse
costs order by virtue of the
Biowatch
principle.
[43]
I asked counsel
to address me on this point, with particular reference to the
judgment of the Constitutional Court in
Harrielall
.
[44]
Harriell
was a PAJA review by a university student who had been refused
admission to study for a medical degree. The High Court dismissed
her
application with costs, and the Supreme Court of Appeal dismissed her
appeal with costs. In the Constitutional Court, the applicant
again
failed on the merits. In regard to costs, however, the Constitutional
Court held that the High Court and Supreme Court of
Appeal had erred
in finding that
Biowatch
was inapplicable.
[135]
The
Supreme Court of Appeal had stated that the review raised no
constitutional issues. The Constitutional Court disagreed, holding
that the constitutional issues in the case were twofold. First,
explained the Court, a PAJA review is a constitutional matter,
because PAJA was enacted to give effect to the right to
administrative justice in section 33 of the Constitution.
[45]
The Court emphasised that the review of the exercise of public power
“is now controlled by the Constitution and legislation
enacted
to give effect to it”, observing that “[i]t is not
controversial that a review of administrative action amounts
to a
constitutional issue”.
[46]
Second, the review application implicated the applicant’s
rights under section 29(1)(b) of the Constitution; although that
section did not guarantee her access to a course of her choice, her
right of access to further education was nevertheless engaged.
[136]
The
fact that a PAJA review is constitutional litigation does not mean
that the applicant will always be insulated from costs, because
Biowatch
is
subject to exceptions, such as where the litigation is “frivolous
or vexatious, or in any other way manifestly inappropriate”.
[47]
Biowatch
“gives
no free pass to cost-free, ill considered, irresponsible
constitutional litigation”.
[48]
Counsel for the City did not argue, however, that, if
Biowatch
otherwise applied, there were grounds of this kind to deprive SMEC of
its costs protection. The City’s submission was that
a PAJA
review of this kind is not subject to
Biowatch
at all.
[137]
With regard to
Harrielall
,
counsel for the City submitted that the outcome in that case rested
on a combination of the two considerations mentioned in the
Court’s
judgment. That is not how I read it. In my view, the Court was saying
that, for two discrete reasons, the case raised
constitutional issues
bringing the matter within the scope of
Biowatch
.
If, as the Court explained, PAJA review is a constitutional matter
and implicates the right to administrative justice guaranteed
in
section 33 of the Constitution, such a review is constitutional
litigation. Where litigation involves another fundamental right,
such
as section 29(1)(b), this will also justify characterising the
litigation as constitutional, whether or not that fundamental
right
arises in the context of a PAJA review (as it did in
Harrielall
)
or in some other type of litigation.
[138]
Counsel
for the City referred to several judgments of the Constitutional
Court and Supreme Court of Appeal which were said to support
the
proposition that
Biowatch
did
not, without more, apply to review proceedings. These cases, in my
view, are distinguishable. Starting with the Constitutional
Court
judgments, in
Camps
Bay Ratepayers’ and Residents’ Association
,
[49]
which predated
Harrielall
,
the Court declined to apply
Biowatch
in
a planning review because in reality the case was a property dispute
between two neighbours, the ratepayers’ association
having
chosen to take sides with one of the neighbours.
[50]
In other words, the Court characterised the litigation as a fight
between two private parties.
[139]
Big
Five Duty Free
[51]
was
not a PAJA review. In a previous round of litigation, the High Court
had set aside the award of a tender on application by an
unsuccessful
bidder. The successful bidder appealed to a Full Court, but before
delivery of judgment in the appeal, the unsuccessful
and successful
bidders reached a settlement in terms of which the unsuccessful
bidder abandoned the benefit of the High Court’s
judgment. The
Full Court made this settlement an order of court. What was at issue
in the subsequent litigation which reached the
Constitutional Court
was the proper interpretation of the Full Court’s order. This
did not involve a challenge to the lawfulness
of conduct of an organ
of state. The Court held that
Biowatch
did
not apply because the matter was an interpretative dispute, and the
successful bidder (which was unsuccessful in Constitutional
Court)
had been acting in its commercial interests.
[52]
[140]
Turning
to the Supreme Court of Appeal judgments,
National
Homebuilders Registration Council
[53]
was not a PAJA review. The main case advanced by the applicant in the
High Court (the respondent in the appeal) was that section
14 of the
Housing Consumers Protection Measures Act
[54]
did not apply to homes being built solely for the purpose of being
let, and the applicant sought a declaratory order to this effect.
If
that contention was correct, the applicant would not have to pay the
prescribed fee for enrolling the construction. This argument
failed
in the Supreme Court of Appeal. In the alternative, the applicant
sought an order that section 14 was unconstitutional,
but the Supreme
Court of Appeal noted that the argument “was not advanced with
any enthusiasm”, which was understandable
because the argument
was “devoid of merit”.
[55]
It is unsurprising, in the circumstances, that the Supreme Court of
Appeal declined to apply
Biowatch
:
the applicant’s main case was not constitutional litigation,
and its alternative constitutional attack was hopeless. It
is in this
light that one must understand the Court’s concluding
observation that the litigation was in truth “nothing
more than
a commercial dispute in which the respondent sought to evade the
clear provisions of the Act” and that
“
[c]onstitutional
considerations
played no part”.
[56]
[141]
Motala
[57]
was
a review case. The appellant lost in the High Court and in the
Supreme Court of Appeal. The latter Court said that, although
the
appellant had sought a review of the Master’s decision, “this
was no more than a civil challenge to an adverse
administrative
action which the appellant sought to overturn to the benefit of his
own private pocket”. The case did not
have a “radiating
impact on other private parties” and did not raise
“constitutional imperatives in considerations
such as the
interpretation of legislation”. There was no discrete legal
point of public importance. But other considerations
also played a
part in the Court’s decision not to apply
Biowatch
.
The litigation had arisen from the appellant’s own conduct in
concealing the grounds of his disqualification and in dishonest
answers he gave to the Master.
[58]
It was furthermore important, the Court said,
[59]
that the appellant’s conduct in persisting to litigate issues
which had been overtaken by events was frivolous and vexatious
in the
sense explained in the Constitutional Court’s judgment in
Lawyers
for Human Rights
.
[60]
[142]
The
last case mentioned by counsel for the City was
Bo-Kaap
Civic and Ratepayers Association
.
[61]
This was a planning review. There were three appellants, the first
being a ratepayers’ association. The other two appellants
were
property owners in the area and had indemnified the association in
respect of costs. The Court considered that the scale on
which the
litigation had been conducted was excessive, driven perhaps by the
funding that was available. Properly distilled, the
case was within a
narrow compass, and did not require lengthy expert affidavits. The
Court emphasised that
Biowatch
does not permit “risk-free asserted constitutional litigation”.
The Supreme Court of Appeal found no misdirection on
the part of the
High Court in granting costs against the appellants. No reference was
made to
Harrielall
,
but the Court’s approach may have been based on exceptions to
the
Biowatch
principle.
[143]
I
have not found authority for the proposition that
Biowatch
is
inapplicable where the applicant has a strong commercial interest in
vindicating a constitutional right. Even in a case like
Harrielall
,
a commercial motive (the desire to qualify for a more remunerative
profession) might be present. The formulation in
Harrielall
appears
to cover the present case. Whether a carve-out should be recognised
for commercially inspired review proceedings in general,
or for
reviews by disappointed tenderers in particular, is a question for a
higher court. I regard myself as bound by
Harrielall
to
find that SMEC is entitled to
Biowatch
protection.
And in addition to the constitutional dimensions inherent in all PAJA
reviews, this case (like all tender reviews) concerns
section 217(1)
of the Constitution and various enactments and municipal policies
designed to give effect to it.
[62]
[144]
Two aspects of reserved costs were
argued. The first concerns the costs relating to Part A of the T26
application (the application
for an interim interdict was opposed and
argued). The second concerns the costs of an application which SMEC
brought in the T36
case to compel further and better compliance by
the City with its obligation to deliver the record of the impugned
decisions. The
parties were agreed that the costs relating to Part A
in the T26 application should be costs in the cause in the main case.
In
relation to the application to compel, the City argued that SMEC
should pay the costs while SMEC argued that they should again be
costs in the cause in the main case.
[145]
Since SMEC has failed in both of the
main cases but is insulated against an adverse costs order, it
follows that there should be
no costs order on these reserved
matters. In regard to the application to compel, I do not think that
SMEC’s conduct was
such as to deprive it of
Biowatch
protection; the explanation which caused SMEC to abandon the
interlocutory application was only fully given and substantiated in
the City’s opposing papers in the interlocutory proceedings.
Order
[146]
The following order is made:
1.
In both cases, the application is dismissed.
2.
In both cases, the parties shall bear their own costs. This applies
also to all questions of reserved
costs.
O
L ROGERS
Judge
of the High Court
For
the Applicant in both applications:
S D Wagenar SC and M van
Antwerpen
instructed Weavind & Weavind Attorneys
For the First, Second and
Third
K Pillay SC, N C de Jager and G Solik instructed by John
MacRobert Attorneys
Respondents
in both applications:
[1]
In
the footnotes to this judgment, page references to the record are to
the pleadings record, not the rule 53 record filed by
the City.
[2]
3
of 2000.
[3]
In
the consolidated notice of motion, the decisions at which the review
are directed are: the decisions to declare SMEC's bids
non-responsive (declaratory orders are also sought that the bids
were responsive); the decisions to award the tenders to the
successful bidders; the decisions of the appeal authority rejecting
SMEC’s internal appeals; the decision of the appeal
authority
in T26 to uphold KLE’s internal appeal; and the decision in
T26 to apply the Railway Sector Code for purposes
of awarding
preference points.
[4]
Clause
231 of the City’s SCM Policy requires the attendance of such a
practitioner.
[5]
5
of 2000.
[6]
Preferential
Procurement Regulations 2017, GNR 32 of 20 January 2017, published
in
Government
Gazette
No 40553.
The operation of the PP Regulations in relation to the tenders now
under consideration is unaffected by the declaration
of invalidity
made in
Afribusiness
NPC v Minister of Finance
[2020]
ZASCA 140
;
2021 (1) SA 325
(SCA);
[2021] 1 All SA 1
(SCA), upheld in
Minister
of Finance v Afribusiness NPC
[2022] ZACC 4
, a declaration which remains suspended, as explained
in
Minister
of Finance v Sakeliga NPC (previously known as Afribusiness NPC)
[2022] ZACC 17.
[7]
56
of 2003.
[8]
Municipal
Supply Chain Management Regulations, GN
868 of 30 May 2005,
published in
Government
Gazette
No
27636.
[9]
Although
the Contract Data states that the clause I have quoted must be
“added”, it seems to me to be in substitution
for clause
3.12.1 of the CIDB Contract. In its standard form, clause 3.12.1 of
the CIDB Contract provides for a daily penalty
“at the rate
and up to the maximum amount stated in the Contract Data”.
[10]
130
of 1993.
[11]
32
of 2000.
Section 62(1)
reads:
“
A
person whose rights are affected by a decision taken by a political
structure, political office bearer, councillor or staff
member of a
municipality in terms of a power or duty delegated or subdelegated
by a delegating authority to the political structure,
political
office bearer, councillor or staff member, may appeal against that
decision by giving written notice of the appeal
and reasons to the
municipal manager within 21 days of the date of the notification of
the decision.”
Since
the BAC is made up of “staff members”, the appeal in
terms of
section 62(4)(a)
lay to the City Manager.
[12]
The
minutes of the third meeting at record 1110 refer only to the change
of percentage in the first deviation, but the transcript
of the
meeting at record 1004-1013 indicates that the BEC regarded both the
first and third deviations as material.
[13]
CIPC
registration, directors, shareholders, tax compliance, black
economic empowerment verification etc.
[14]
Litigation,
banking details, solvency, submission of financial statements etc.
[15]
Physical
inspection of the bidder’s premises, interviewing management,
obtaining references etc.
[16]
In
WBHO
v Nelson Mandela University
[2019] ZAECPEHC 68, where the tender invitation contained a
provision practically identical to our C.3.8.2, and a returnable
schedule practically identical to our Schedule 20, a bidder had
proposed a deviation to the standard contract terms specified
in the
tender invitation. The Court found that the BEC had committed no
reviewable irregularity in assessing the deviation to
be material
(because it significantly changed the employer’s risk) and in
finding the bid for this reason to be non-responsive.
Once the
employer formed the opinion that the deviation was material, it had
no power to condone the non-responsiveness (at paras
21-31 and
44-47).
[17]
Aurecon
South Africa (Pty) Ltd v City of Cape Town
[2015] ZASCA 209
;
2016 (2) SA 199
(SCA) (
Aurecon
).
In the respects relevant to this case, the Supreme Court of Appeal’s
judgment is unaffected by the further appeal to
the Constitutional
Court in
City
of Cape Town v Aurecon South Africa (Pty) Ltd
[2017] ZACC 5; 2017 (4) SA 223 (CC).
[18]
Id
at paras 5-6.
[19]
Id
at para 25.
[20]
Id
at para 26.
[21]
Id
at para 27.
[22]
For
example, regulation 21 of the SCM Regulations states that, if the
value of the transaction is expected to exceed R10 million
(VAT
included), the bid documentation must require bidders to furnish the
documents and particulars specified in regulation 21(d).
[23]
WDR
Earthmoving Enterprises v
Joe
Gqabi
District
Municipality
[2018]
ZASCA 72
(
WDR
Earthmoving
)
at para 30.
[24]
For
example, clauses C.2.1.1, C.2.1.3, C.2.1.4.1, C.2.8, C.2.11, C.12.1,
C.2.13.1, C.2.13.5 and C.2.13.11, to mention just a few,
strike one
as generally applicable modifications and additions; there is
nothing project-specific about them. Another clear example
is clause
C.2.7, which deals with the clarification meeting. This provision in
the Standard Conditions states that the clarification
meeting must
be attended “where required”. In the present case,
clause C.2.1.4.8 of the Tender Data stated that there
was no
compulsory clarification meeting, yet clause C.2.7 was nevertheless
supplemented in the Tender Data, the additional provision
being
stated to operative “if applicable”.
[25]
The
cases to which counsel for SMEC referred in their heads of argument
were cases where the tenders required functionality to
be evaluated:
see
Rainbow
Civils CC v Minister of Transport and Public Works, Western Cape
[2013] ZAWCHC 3
(
Rainbow
Civils
)
at para 12;
Quality
Plant Hire CC v Greater Tzaneen Municipality
[2016] ZAGPPHC 619 at paras 48 and 53 (and see also, in the interim
proceedings
,
Quality Plant Hire CC v The Greater Tzaneen Municipality
[2015] ZAGPPHC 805 at para 14);
Infinite
Blue Trading 29 CC t/a Motau Projects v City Power Johannesburg
(SOC) Ltd
[2019] ZAGPJHC 169 at paras 1-2;
Down
Touch Investments (Pty) Ltd v South African National Road Agency SOC
Limited
[2020] ZAECGHC 120 at para 6
;
and
Maximum
Profit Recovery (Pty) Ltd v
Inxubu
Yethemba Local
Municipality
[2021]
ZAECGHC 11 at para 35;
[26]
Airports
Company South Africa SOC Ltd v Imperial Group Ltd
[2020]
ZASCA 2
;
2020 (4) SA 17
(SCA);
[2020] 2 All SA 1
(SCA) (
ACSA
).
[27]
See
Rainbow
Civils
,
note 25 above, at paras 74-7. See also
Allpay
Consolidated Investment Holdings (Pty) Ltd v Chief Executive Officer
of the South African Social Security Agency
[2013]
ZACC 42
;
2014 (1) SA 604
(CC);
2014 (1) BCLR 1
(CC (
Allpay
)
at paras 73-93, although in that case the ambiguity and confusion
seem not to have infected the original tender terms but came
about
when the public authority later issued a notice to bidders which
moved the goalposts on functionality.
[28]
ACSA
,
note 26 above.
[29]
I
use the expression “Rail Code” because it appears, from
the regulatory material handed up during argument, that
the correct
name for this subsector code is “Rail”, not “Railway”.
The Rail Code is a subsector of the
Transport Sector.
[30]
Lewis
para 76 at record 1087 and para 96 at record 1099. Each member of
the BEC made a confirmatory affidavit.
[31]
This
situation must be distinguished from a complaint by a non-responsive
bidder that the tender was awarded to a bidder who should
also have
been declared non-responsive. If, in the latter situation, a
successful review would leave no responsive bidder, the
unsuccessful
bidder’s interests are directly affected, because the public
authority would have to recommence the tender
process, and the
unsuccessful bidder could compete afresh.
WDR
Earthmoving
,
note 23 above, was a case of this kind (see at paras 15-17).
[32]
According
to the regulatory material handed up during argument, ordinary firms
with Rail Code scorecards can score a maximum of
109 points (100
ordinary points plus 9 bonus points), unless they are “qualifying
small enterprises” (QSEs), in which
case they can score a
maximum of 182 points (175 ordinary points plus 7 bonus points).
Ordinary firms with Construction Code
scorecards, on the other hand,
can score a maximum of 123 points (105 ordinary points plus 18 bonus
points), unless they are
QSEs, in which case they can score 110
points (105 ordinary points plus 5 bonus points). The way in which
points are distributed
across the measured features (ownership;
management control; skills development, preferential procurement;
and supplier/enterprise
development) differ between the codes.
Unlike
the Construction Code, the Rail Code does not contain a table of
“recognition levels”, i.e. a table defining
BEE
recognition levels according to the number of points scored. In the
Construction Code, which is the same as the Generic Codes
in this
respect, the positive recognition levels range from “Level One
Contributor” (the best) through to “Level
Eight
Contributor” (the lowest), with status as “Non-Compliant
Contributor” receiving zero recognition. On
the assumption
that the recognition levels in the Rail Code are the same as in the
Generic Codes (and thus the same as in the
Construction Code),
ordinary firms with Construction Code scorecards might more easily
obtain higher contributor level recognition
than their counterparts
in the Rail Code, but conversely QSEs with Rail Code scorecards
might more easily obtain higher recognition
levels than QSEs with
Construction Code scorecards.
[33]
16
of 2002.
[34]
For
example, track geometry and rail profile roughness; rail defects;
sleeper integrity; fastener strength and integrity; functional
condition measurements; life-cycle of track structure; track
functional deterioration; the three stages of track deterioration;
track maintenance strategy, tactics, levels and management systems;
basic metallurgy and rail welding; manufacturing defects;
and
service inspections and rail repairs.
[35]
The
audio recordings of the BEC’s meetings were incomplete,
because only the voice of Mr Lewis, the SCM practitioner, could
be
heard. The City said that one could thus not assume that something
was not discussed just because it did not appear in the
transcripts.
[36]
See
WDR
Earthmoving
,
note 23 above, at paras 15-17.
[37]
Aurecon
,
note 17 above, at para 26.
[38]
The
courses included Railway Safety Audits, Investigation and Reporting;
Management of Continuously Welded Rails; Railway Infrastructure
Maintenance Management; Track Geotechnology; Railway Asset
Management; and Wheel-Rail Interaction.
[39]
Regulation
5 is headed “Subdelegations”. Its first two
subparagraphs state:
“
(1)
An accounting officer may in terms of section 79 or 106
of the Act subdelegate any supply chain management powers
and
duties, including those delegated to the accounting officer in terms
of regulation 4(1), but any such subdelegation must
be consistent
with subregulation (2) and regulation 4.
(2)
The power to make a final award—
(a) above R10
million (VAT included) may not be subdelegated by an accounting
officer;
(b) above R2
million (VAT included), but not exceeding R10 million (VAT
included), may be subdelegated but only to—
(i) the
chief financial officer;
(ii) a
senior manager; or
(iii) a bid
adjudication committee of which the chief financial officer or a
senior manager is a member of; or
(c) not exceeding
R2 million (VAT included) may subdelegated but only to —
(i) the
chief financial officer;
(ii) a
senior manager;
(iii) a manager
directly accountable to the chief financial officer or a senior
manager; or
(iv) a bid
adjudication committee.”
[40]
Section
59(1) provides that “[a] municipal council must develop a
system of delegation that will maximise
administrative
and operational efficiency and provide for adequate checks and
balances, … ”
[41]
See
CUSA
v Tao Ying Metal Industries
[2008] ZACC 15
;
2009 (2) SA 204
(CC);
2009 (1) BCLR 1
(CC) at paras
66-7. See also
Mtokonya
v Minister of Police
[2017] ZACC 33
;
2018 (5) SA 22
(CC);
2017 (11) BCLR 1443
(CC) at
paras 76-7.
[42]
Fischer
v Ramahlele
[2014] ZASCA 88
;
2014 (4) SA 614
(SCA);
[2014] 3 All SA 395
(SCA) at
para 13;
Advertising
Regulatory Board NPC v Bliss Brands (Pty) Ltd
[2022] ZASCA 51
;
[2022] 2 All SA 607
(SCA) at para 9.
[43]
Biowatch
Trust v Registrar, Genetic Resources
[2009]
ZACC 14; 2009 (6) SA 232 (CC); 2009 (10) BCLR 1014 (CC).
[44]
Harrielall
v University of KwaZulu-Natal
[2017] ZACC 38; 2018 (1) BCLR 12 (CC).
[45]
Id
at para 17.
[46]
Id
at para 18.
[47]
Biowatch
,
note 43 above, at para 24.
[48]
Limpopo
Legal Solutions and Another v Eskom Holdings Soc Limited
[2017] ZACC 34
;
2017 (12) BCLR 1497
(CC) at para 41.
[49]
Camps
Bay Ratepayers and Residents Association v Harrison
[2010] ZACC 19; 2011 (4) SA 42 (CC); 2011 (2) BCLR 121 (CC).
[50]
Id
at para 76.
[51]
Airports
Company South Africa v Big Five Duty Free (Pty) Limited
[2018] ZACC 33; 2019 (5) SA 1 (CC); 2019 (2) BCLR 165 (CC).
[52]
Id
at para 63.
[53]
National
Home Builders’ Registration Council v Xantha Properties 18
(Pty) Ltd
[2019] ZASCA 96
;
2019 (5) SA 424
(SCA) (
NHBRC
).
[54]
95
of 1998.
[55]
NHBRC
,
note 53 above, at paras 22-3.
[56]
Id
at para 27.
[57]
Motala
v Master of the North Gauteng High Court, Pretoria
[2019] ZASCA 60
;
2019 (6) SA 68
(SCA);
[2019] 3 All SA 17
(SCA).
[58]
Id
at para 99.
[59]
Id
at para 100.
[60]
Lawyers
for Human Rights v Minister in the Presidency
[2016]
ZACC 45
;
2017 (1) SA 645
(CC).
[61]
Bo-Kaap
Civic and Ratepayers Association v City of Cape Town
[2020] ZASCA 15; [2020] 2 All SA 330 (SCA).
[62]
Cf
Allpay
,
note 27 above, at para 45:
“
Section
217 of the Constitution, the [PP] Act and the Public Finance
Management Act provide the constitutional and legislative
framework
within which administrative action may be taken in the procurement
process. The lens for judicial review of these actions,
as with
other administrative action, is found in PAJA …”
In
the municipal sphere, the MFMA fulfils the role played, in the
national sphere, by the
Public Finance Management Act 1 of 1999
.
sino noindex
make_database footer start
Similar Cases
EBS International (Pty) Ltd and Another v Wright (19128 / 2020) [2022] ZAWCHC 69 (9 May 2022)
[2022] ZAWCHC 69High Court of South Africa (Western Cape Division)98% similar
Technical Systems (Pty) Ltd and Another v RTS Industries and Others (17470/2014) [2024] ZAWCHC 2 (2 January 2024)
[2024] ZAWCHC 2High Court of South Africa (Western Cape Division)98% similar
TMT Services and Supplies (Proprietary) Ltd t/a Traffic Management Technologies v City of Matlosana and Another (21070/2024) [2025] ZAWCHC 582 (10 December 2025)
[2025] ZAWCHC 582High Court of South Africa (Western Cape Division)98% similar
Technical Systems (Pty) Ltd and Another v RTS Industries and Others (Leave to Appeal) (17470/2014) [2025] ZAWCHC 453 (3 October 2025)
[2025] ZAWCHC 453High Court of South Africa (Western Cape Division)98% similar
Technical Systems (Pty) Ltd and Another v RTS Industries and Others (17470/2014) [2025] ZAWCHC 292 (14 July 2025)
[2025] ZAWCHC 292High Court of South Africa (Western Cape Division)98% similar