Case Law[2022] ZAWCHC 182South Africa
All 4 Security Services CC and Others v The City of Cape Town and Others (11496/2021) [2022] ZAWCHC 182 (15 September 2022)
High Court of South Africa (Western Cape Division)
15 September 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 182
|
Noteup
|
LawCite
sino index
## All 4 Security Services CC and Others v The City of Cape Town and Others (11496/2021) [2022] ZAWCHC 182 (15 September 2022)
All 4 Security Services CC and Others v The City of Cape Town and Others (11496/2021) [2022] ZAWCHC 182 (15 September 2022)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAWCHC/Data/2022_182.html
sino date 15 September 2022
Republic
of South Africa
IN
THE HIGH COURT OF SOUTH AFRICA
(WESTERN
CAPE DIVISION, CAPE TOWN)
Case
No. 11496/2021
Before:
The Hon. Mr Justice Binns-Ward
Date
of hearing: 29-30 August 2022
Date
of judgment: 15 September 2022
In
the matter between:
ALL
4 SECURITY SERVICES
CC
First Applicant
SECURITEM
(PTY)
LTD
Second Applicant
SECURITY
SA HOLDINGS (PTY) LTD
Third Applicant
and
THE
CITY OF CAPE
TOWN
First Respondent
CBRE
EXCELLERATE
FACILITIES
MANAGEMENT (PTY) LTD.
Second Respondent
AFMS
GROUP (PTY)
LTD
Third Respondent
EXCELLERATE
SERVICES (PTY) LTD
Fourth Respondent
METRO
CLEANING SERVICES (PTY) LTD
Fifth Respondent
JUDGMENT
BINNS-WARD
J:
[1]
In November 2020, the City of Cape Town, which is the first
respondent
in the current proceedings, issued an invitation to tender
in tender no. 226S/2020/21 (referred to in the papers as ‘the
2021 tender’). The background to and scope of the proposed
contract were summarised in §13.1, at p. 101, of the tender
documentation as follows:
‘
The Directorate:
Transport has been managing the implementation and operation of the
MyCiti system through various service providers
appointed through
public tender processes. One such service provider is the station
management contractor appointed to manage the
services on the
stations and routes. This contract is drawing to a close, creating an
opportunity for prospective service providers
to the CCT to tender on
this service.
The CCT has, in the
meanwhile, combined the departments managing the MyCiti system and
other public transport services into a single
unit and formed a
Facilities Management Branch. In doing so, it has grown the scope of
services required from that in the original
contract. The scope of
the current tender therefore includes provision of services for the
MyCiti system and at Public Transport
Interchanges (PTIs). Services
include the potential provision of:
·
Facility staff (such as security, cleaning, ambassadorial and
surveillance personnel)
·
Maintenance services (including maintenance contracts)
·
Landscaping services
·
Event personnel
·
Project personnel
·
Equipment rented
· Cash
management services’
[2]
The invitation was advertised in the print media and on the City’s
website under the following description:
‘
TENDER NO:
226S/2020/21: The Provision of Facility and Cash Management Services
in respect of selected public transport facilities
including MyCiti
and Public Transport Interchanges on behalf of the Directorate:
Transport City of Cape Town’.
[1]
[3]
The tender is an important one. The City stands to incur expenditure
of
about R700 million over a three-year period in connection with it.
The applicants allege that about 28% of that expenditure will
be in
respect of the provision of security services component of the
contract work. The City’s response is that the contract
does
not require to be componentially evaluated, but it admits that ‘
the
provision of security services was a substantial and material
component
’ of the tender contract.
[4]
Four parties submitted tenders for the contract. Three of them were
excluded
as non-responsive. The contract was awarded to the only
tenderer whose submission was adjudged by the City’s officials
to
have been responsive. The successful tenderer was a joint venture
comprised of the third, fourth and fifth respondents. The third
respondent is a company that specialises in the provision of facility
management services, the fourth respondent is a private security
services provider, and the fifth respondent is a company that
provides cleaning services.
[5]
The City
has explained that the joint venture comprised of the third to fifth
respondents has been providing the facility management
services
covered by the impugned tender at the City’s MyCiti stations
for a number of years, having been awarded a contract
for the
‘
provision
of station management and related services for phase 1A and 1B of
MyCiti
’
[2]
pursuant to tender no. 392S/2011/12. That contract was in force until
30 June 2021, and the impugned tender was advertised to replace
it
with a contract of an expanded ambit. The City’s Transport
Directorate determined that it would be more efficient if a
contract
were to be concluded with a single contractor to manage and provide
‘
all
the necessary services (cleaning, maintenance, security, landscaping
etc.)
’
at MyCiti and Public Transport Interchanges. A different way of
dealing with the contracting out of the necessary services
would also
fit in with the internal restructuring that had resulted in the
combination of the departments managing the MyCiti system
and the
other public transport services into a single unit and the formation
of a Facilities Management Branch.
[6]
The applicants commenced proceedings by applying for an interim
interdict
prohibiting the implementation of the award of the tender
contract pending the determination of an application for the review
and
setting aside of the award. That relief, sought in part A of the
applicants’ notice of motion, was subsequently abandoned,
and
the applicants were ordered to pay the respondents’ costs
incurred in connection therewith. The first applicant thereafter
withdrew from the application, and the current application for
judicial review is pursued only by the second and third applicants.
[7]
In para 2 – 6 of the amended notice of motion, the second and
third
applicants claim orders in the following terms:
‘
2.
The first respondent’s decision to advertise tender number
226S/2020/21 (“the tender”)
with the wording used, is
declared unlawful and or unconstitutional.
3.
The first respondent’s decision to advertise the tender with
the wording used, be reviewed
and set aside.
4.
Alternatively to paragraphs 2 and 3 above, declaring that the
description of the services
in advertisement (sic) of the tender
materially failed to adequately describe the services sought in the
tender.
5.
The first respondent’s decision to award the tendered (sic) to
the third to fifth respondents,
be reviewed and set aside.
6.
Any contract concluded between the first respondent (on the one hand)
and the third to fifth
respondents (on the other hand) is invalid and
set aside.’
The
applicants pray that any declaration of invalidity be of only
prospective effect and that its effect be suspended pended the
completion of a fresh procurement process within a specified period.
[8]
The second and third applicants carry on business in the provision of
private security services. They are both currently contracted to
provide such services to the City on an ad hoc basis, as and when
required. Both companies were awarded their contracts with the City
pursuant to the invitation to tender issued in respect of Tender
No.
207S/2016/2017 (‘the 2017 tender’). They have provided
such services at various places within the metropolitan
area,
including at the City’s Public Transport Interchanges and
MyCiti sites.
[9]
The contracts awarded in the 2017 tender were for a period of three
years
and have lapsed through effluxion of time. The applicants
continued to render services under those contracts on a
month-to-month
basis pending the completion of fresh public
procurement processes. The invitation to tender for the fresh private
security contracts
(in tender no. 213S/2020/21, referred to in the
papers as ‘the general security tender’) was advertised
at the same
time as the abovementioned tender no. 226S/2020/21 that
is in contention in the current matter. It was number 1 of 13 tenders
advertised
by the City in the press on 20 November 2020. The
advertisement in tender no. 226S/2020/21 was number 8. The
advertisements appeared
almost side by side in adjacent columns of
the three-column block of advertisements advertised in the
Cape
Argus
under the City’s logo and a heading in large print:
‘INVITATION TO TENDER’. In
Die Burger
, the
advertisements appeared next to the City’s logo under a
heading: ‘MUNISIPALE KENNISGEWINGS / UITNODIGING OM TE
TENDER’.
The advertisement of the general security tender read as follows in
material part:
‘
Provision of
security services at various council facilities / ad hoc sites.’
[10]
The second and third applicants’ principal complaint in respect
of the advertisement
of the tender for the provision of facilities
management is that it was impermissibly vague for want of any mention
of the services
that the City wanted to procure under the rubric
‘facilities management’, more especially it omitted any
mention that
the contract put out for tender included the provision
of security services. Pointing to the appearance of the advertisement
virtually
side by side with that in respect of the aforementioned
advertisement for the provision of security services at ad hoc sites
and
facilities, the deponent to the applicants’ supplementary
founding affidavit averred ‘[c]
onsidered side-by-side, the
advertisements give no inkling that the new general tender for
security services would now exclude the
provision of such services at
PTI sites, and that such security services would be
[bound]
up
in the new tender for “facility and cash management services”
at PTI sites
’.
[11]
The City’s response was that the advertisements for the
provision of security services
to facilities and sites on an ad hoc
basis did not ‘ringfence’ any such facilities or sites,
and that the previously
advertised tender in tender no. 392S/2011/12
in respect of MyCiti stations had included the provision of security
services under
the rubric of ‘facility management’
without specific mention of the security service component of the
contract. The
City contended that the applicants could easily have
searched the tender documentation, which was freely available on the
internet
on the City’s procurement portal, using the keyword
‘security’. The City accused the applicants’ staff
charged with tracking advertisements issued by the City with having
failed to do so ‘
with any level of attention or diligence
’.
The applicants’ retort was that there was nothing in the
advertisement to alert their staff that undertaking the
keyword
search suggested by the City might be profitable. The applicants’
contention was that the advertisement was completely
opaque.
[12]
The basis
in law for the applicants’ review challenge is their contention
that the advertisement falls short of compliance
with the
requirements of s 217 of the Constitution and the applicable
legislation that has been adopted to give specific effect
to those
requirements. It is well established that procurement disputes about
the proper interpretation of s 217 raise constitutional
questions and
that the fairness and lawfulness of a public procurement process must
be assessed in terms of the provisions of the
Promotion of
Administrative Justice Act 3 of 2000 (‘PAJA’) that was
enacted to give effect to everyone’s right,
in terms of s 33 of
the Constitution, to administrative action that is lawful, reasonable
and procedurally fair.
[3]
In
Steenkamp
v Provincial Tender Board, Eastern Cape
[2006] ZACC 16
(28 September
2006); 2007 (3) SA 121
(CC);
2007 (3)
BCLR 300
(CC) at para 33, Moseneke DCJ held that s 217 of the
Constitution fell also to be understood together with the basic
values governing
public administration entrenched in s 195. Section
172(1)(a) of the Constitution prescribes that when deciding a
constitutional
matter within its power a court must declare any
conduct that is inconsistent with the Constitution is invalid to the
extent of
its inconsistency.
[13]
Section 217 of the Constitution provides:
(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 may be implemented.
And
section 195(1)(g) provides:
Transparency must be
fostered by providing the public with timely, accessible and accurate
information.
In
Premier
of the Free State Provincial Government and Others v Firechem Free
State (Pty) Ltd
[2000] ZASCA 28
(29 May 2000);
[2000] 3 All SA 247
(A);
2000 (4) SA
413
(SCA) in para 30, Schutz JA, writing of the requirements for a
‘
credible
tender procedure
’,
included the observation that competitiveness was ‘
not
served by only one or some of the tenderers knowing what is the true
subject of tender
’.
In
Allpay
(1)
[4]
at para 88-92, the
Constitutional Court held that tender documentation that did not
specify with sufficient clarity what was required
of bidders offended
against the right to procedurally fair administrative action
prescribed in s 3(2)(b)(i) of PAJA. The Court
held
[5]
that the ‘
purpose
of a tender is not to reward bidders who are clever enough to
decipher unclear directions. It is to elicit the best solution
though
a process that is fair, equitable, transparent, cost-effective and
competitive
’.
Those remarks were made in respect of the documentation in a tender
pack, but logically they would hold equally true of
the advertisement
stage of the tender process, which is where the eliciting of bids
commences.
[14]
The Local Government: Municipal Finance Management Act 56 of 2003
(‘MFMA’)
is legislation that is directed, in part,
towards the effective implementation of the precepts in s 217(1) of
the Constitution.
Part I of Chap. 11 (ss 110-119) of the Act
regulates supply chain management by municipalities and municipal
entities. Section
111 requires each municipality and municipal entity
to have and implement a supply chain management policy to give effect
to the
provisions of the Part. Section 112 (echoing s 217 of the
Constitution) stipulates that such policy ‘
must be fair,
equitable, transparent, competitive and cost-effective
’ and
cover various matters, including (in para (g) of subsection (1)) ‘
bid
documentation, advertising of and invitations for contracts
’.
Section 65(2)(i) of the MFMA imposes a duty on the City’s
accounting officer (i.e. the City Manager) to take all
reasonable
steps to ensure that the Municipality’s supply chain management
policy ‘
is implemented in a way that is fair, equitable,
transparent, competitive and cost-effective
’.
[15]
The national government has, as contemplated in the MFMA, made
regulations regarding municipal
supply chain policies; see GN 868
published in GG 27636 of 30 May 2005 and amended by GNR 31 in GG
40553 of 20 January 2017. Reg
22(b) provides that a policy must
stipulate ‘
the information a public advertisement must
contain, which must include – (i) the closure date for the
submission of bids,
which may not be less than 30 days in the case of
transactions over R10 million (VAT included), or which are of a long
term nature,
or 14 days in any other case, from the date on which the
advertisement is placed in a newspaper ... and (ii) a statement that
bids
may only be submitted on the bid documentation provided by the
municipality or municipal entity
’.
[16]
The word ‘include’ plainly denotes that the expressly
stipulated advertising
requirements were not intended to be all
embracing. The ordinary meaning of ‘include’ is ‘
comprise
or contain as part of a whole
’. The
Oxford Dictionary of
the English Language
indicates s.v. ‘
Usage
’
that ‘
Include has a broader meaning than comprise. In the
sentence the accommodation comprises 2 bedrooms, bathroom, kitchen,
and living
room, the word comprise implies that there is no
accommodation other than that listed. Include can be used in this way
too, but
it is also used in a non-restrictive way, implying that
there may be other things not specifically mentioned that are part of
the
same category
’. See in this regard
R v Debele
1956 (4) SA 570
(A) and
De Reuck v Director of Public
Prosecutions, Witwatersrand Local Division, and Others
[2003] ZACC 19
;
2004 (1)
SA 406
(CC) at para 18.
[17]
In reg. 22(b), the word is used in its non-exhaustive sense. An
advertisement of a tender
contract could not possibly satisfy the
requirements of s 217 of the Constitution or s 112 of the MFMA if it
did not also convey
with adequate clarity the nature of the goods or
services sought to be procured.
[18]
The City has duly adopted a supply chain management policy.
Clause 8 of the policy records that its objectives are, amongst other
matters, to give effect to s 217 of the Constitution and the
applicable provisions of the MFMA and the regulations made
thereunder.
In terms of the policy, the process of advertising bids
is preceded by one of bid specification. Clause 108 provides that
‘
Bid specifications must be drafted in an
unbiased manner to allow all potential suppliers to offer their goods
or services.
’
Clause 112
prescribes that ‘
Bid
specifications may not make any reference to any particular trade
mark, name, patent, design, type, specific origin or producer,
unless
there is no other sufficiently precise or intelligible way of
describing the characteristics of the work, in which case
such
reference must be accompanied by the words “or equivalent”
’.
Clause 152 states that upon completion of the bid specification
process, which includes the compilation of the ‘bid
documentation’, the City shall publicly invite bids. The
requirement that the bid specification process be completed before
the invitation to tender is advertised is plainly intended to assist
in insuring that the advertisement will clearly and accurately,
even
if succinctly, convey to potential bidders the character and material
import of the contract that is available to be concluded.
[19]
Clause 153 of the City’s supply chain
management policy stipulates that the invitation must be by notice
published in the
media ‘and/ or any electronic platform that
may be applicable or suitable’. Clauses 156 and 157 set out a
number of
requirements with which any notice given in terms of clause
153 of the policy must comply. Pertinent to the question in issue in
the current matter are clauses 156.1 and 156.2, which state:
‘
The
notice contemplated by clause 153 above shall specify:
156.1
the title of the proposed contract and the bid or contract
reference
number;
156.2
such particulars of the contract as the City deems fit;
156.3
...’
[20]
The
respondents’ counsel submitted that s 156.2 of the City’s
supply chain management policy invested the compilers
of its
advertisements of invitations to tender with a very wide discretion
as to what to include or leave out of their content,
and that the
court should accordingly be chary about second-guessing them. Relying
on the observations of O’Regan J about
‘judicial
deference’ in
Bato
Star Fishing (Pty) Ltd v Minister of Environmental Affairs and
Tourism and Others
[2004] ZACC 15
;
2004 (4) SA 490
(CC), they submitted that this was a case in which
the court ‘
should
be careful not to attribute to itself superior wisdom in relation to
matters entrusted to other branches of government
’.
[6]
Echoing Blackwell J’s words in
Jivan
and Louw NO and Another
1950 (4) SA 129
(T) at 131D-E, the third to fifth respondents’
counsel submitted that the court should bear in mind that ‘
the
Courts do not sit as super-civil servants to tell civil servants how
to perform their duty
’.
[7]
[21]
It seems to me, however, that counsel’s submissions in this
regard did not pay sufficient
regard to the context in which the
judicial utterances on which they relied were made, and consequently
misconstrued their true
import. Mr Justice Blackwell made the remark
about courts not acting as super-civil servants in the context of
explaining his decision
that it did not fall within the functions of
the courts to entertain an application for a mandatory order
directing the respondents
in the case before him to exercise to
exercise the discretion conferred upon them by the import control
regulations in a bona fide
manner. The learned judge held that
although officials might be brought to book in the courts in respect
of any particular action
in which they were alleged to have acted in
breach of their duty to carry out their functions in a bona fide
manner, it was not
within the judicial review functions of the court
‘
in effect, to say to a set of officials “You have
been behaving badly in the past and I now order you to behave
properly in
the future”.
’ The judge distinguished the
applicants’ position in that case from one in which the courts
would exercise jurisdiction,
saying, at 130
fin
, ‘
If
any discretionary act, on the part of an official affecting a
citizen, is attacked as having been
performed mala fide or
without authority, then, no doubt, this Court has inherent
jurisdiction to set aside that act
’. It is the latter type
of case that this court is concerned with in the current matter.
[22]
The remarks
of O’Regan J in
Bato
Star
are also often misconstrued. The learned judge, whilst cautioning
that Courts should be mindful, in the context of the constitutional
scheme of a separation of powers, not to trench impermissibly on the
territory constitutionally reserved for executive decision-makers,
nonetheless, at the same time, reiterated the Courts’ duty to
fulfil
their
constitutional function of judicial review. The following extract
from the speech of Lord Hoffmann in
R
(on the application of ProLife Alliance) v British Broadcasting
Corporation
[8]
was endorsed in para 47 of
Bato
Star
:
‘
My Lords, although
the word “deference” is now very popular in describing
the relationship between the judicial and
the other branches of
government, I do not think that its overtones of civility, or perhaps
gracious concession, are appropriate
to describe what is happening.
In a society based upon the rule of law and the separation of powers,
it is necessary to decide
which branch of government has in any
particular instance the decision-making power and what the limits of
that power are. That
is a question of law and must therefore be
decided by the Courts.
[76] This means that the
Courts themselves often have to decide the limits of their own
decision-making power. That is inevitable.
But it does not mean that
their allocation of decision-making power to the other branches of
government is a matter of courtesy
or deference. The principles upon
which decision-making powers are allocated are principles of law. The
Courts are the independent
branch of government and the Legislature
and Executive are, directly and indirectly respectively, the elected
branches of government.
Independence makes the Courts more suited to
deciding some kinds of questions and being elected makes the
Legislature or Executive
more suited to deciding others. The
allocation of these decision-making responsibilities is based upon
recognised principles ....(W)hen
a court decides that a decision is
within the proper competence of the Legislature or Executive, it is
not showing deference. It
is deciding the law.
And
in para 48, O’Regan J summed up the position in this regard as
follows:
‘
In treating the
decisions of administrative agencies with appropriate respect, a
Court is recognising the proper role of the Executive
within the
Constitution. In doing so a Court should be careful not to attribute
to itself superior wisdom in relation to matters
entrusted to other
branches of government. A Court should thus give due weight to
findings of fact and policy decisions made by
those with special
expertise and experience in the field. The extent to which a Court
should give weight to these considerations
will depend upon the
character of the decision itself, as well as on the identity of the
decision-maker. A decision that requires
an equilibrium to be struck
between a range of competing interests or considerations and which is
to be taken by a person or institution
with specific expertise in
that area must be shown respect by the Courts. Often a power will
identify a goal to be achieved, but
will not dictate which route
should be followed to achieve that goal. In such circumstances a
Court should pay due respect to the
route selected by the
decision-maker.
This does not mean, however, that where the
decision is one which will not reasonably result in the achievement
of the goal, or
which is not reasonably supported on the facts or not
reasonable in the light of the reasons given for it, a Court may not
review
that decision. A Court should not rubber stamp an unreasonable
decision simply because of the complexity of the decision or the
identity of the decision maker.
(Underlining supplied.)
[23]
The primary question in the current matter is whether the
advertisement of the invitation
to tender for tender contract no.
226S/2020/21 was compliant with the requirements of s 217 of the
Constitution and the legislation
adopted to give effect thereto.
There can be no doubt that that is a question that, if it is in
contestation, falls fair and square
within the scope of the judicial
arm of government to answer.
[24]
The goal of
the City’s supply chain management policy is to promote
compliance with the relevant provisions of the MFMA and
ultimately s
217 of the Constitution. The discretion invested in the City’s
procurement functionaries by clause 156.2 is
accordingly not an
unfettered one. It is a discretion that must be exercised
consistently with the achievement of the stated objectives
of the
City’s supply chain management policy (as to which, see
paragraph [18] above). A purported exercise of discretion
in terms of
clause 156.2 that undermined the achievement of the objects of the
system adopted by the City to give effect to s 217(1)
of the
Constitution would be ‘conduct inconsistent with the
Constitution’ within the meaning of s 172(1)(a) of the
Constitution and, on the basis rehearsed in the
Allpay
(1) decision discussed above,
[9]
reviewable in terms of PAJA.
[25]
I am not persuaded that the decision
concerning the framing of the advertisement was a complex one of the
nature posited ex hypothesi
in
Bato Star
supra, at para 48. The function involved nothing more than settling
the wording of the advertisement in order to convey clearly
enough to
the reader the nature of the services that the City was seeking to
procure. Clauses 152 – 158, and more especially
clause 156, of
the City’s supply chain management policy are directed at
guiding its officials concerned with procurement
in the proper
discharge of that function. Whether the function has been properly
discharged in accordance with that guidance in
a given case turns on
the construction of the published advertisement.
[26]
Construing
documents is one of the Courts’ quotidian tasks.
[10]
How it should be done has been spelled out in any number of
authoritative judgments. As recently observed in
Capitec
Bank Holdings Limited and Another v Coral Lagoon Investments 194
(Pty) Ltd and Others
[2021] ZASCA 99
(9 July 2021);
[2021] 3 All SA 647
(SCA);
2022 (1) SA
100
(SCA) at para 49, reference to
Endumeni
[11]
has become a ‘ritual incantation’ in this regard, and
counsel duly recited it in this case too.
[27]
It is evident in the current matter that
the published advertisements complied with clause 156.1 of the City’s
supply chain
management policy. It set out the title of the proposed
contract and the bid or contract reference number. But that is all
that
it did. It did not set forth any particulars of the contract
save for those that might be discerned from the title. Clause 156.2
of the City’s policy is somewhat ambiguous. It might be
construed to require the procurement functionary to set forth some
particulars, but to leave it within the functionary’s
discretion to decide on the nature and extent thereof. Equally, it
could be construed to imply that it was up to the City to decide in
each case whether it considered it appropriate to advertise
any
particulars at all.
[28]
The manner in which the applicants’
counsel approached the City’s omission to publish any
particulars of the contract
beyond those discernible from its title
was to submit that in certain cases the title would be sufficient, by
itself, to convey
to potentially interested parties what the services
that the City sought to procure were. So, for example, an
advertisement that,
compliant with clause 156.1, gave as the title of
the contemplated contract ‘Provision of window cleaning
services at the
Civic Centre’ would suffice without the
furnishing of particulars in terms of clause 156.2 because the object
of informing
potential tenderers would have been adequately achieved.
Thus, examining the 13 tenders advertised by the City in the
Argus
newspaper on 20 November 2020, the titles of the advertisements for
tenders for ‘
Supply and delivery
of refuse bags to the City of Cape Town
’
and ‘
Term tender for lift and
escalator maintenance of various Municipal facilities within the City
of Cape Town
’ would, on that
approach, absolve the City from any obligation to furnish particulars
in terms of clause 156.2. Whether only
publishing the title of the
contract, without any further particularity, sufficed in respect of
the impugned tender therefore depends
on whether the title ‘
Provision
of facility and cash management services in respect of selected
public transport facilities including MyCiti and public
transport
interchanges
’ advertised to
potential tenderers the nature of the services the City sought to
procure with sufficient particularity.
[29]
It seems obvious that a failure to give
sufficient particularity in any advertisement of an invitation to
tender concerning the
nature of the goods or services sought to be
procured would impact negatively on the extent of interest that the
advertisement
might be expected to attract from parties able to
supply them. The potentially adverse consequence of inadequate
advertising on
the considerations of transparency, competitiveness
and cost-effectiveness identified in s 217(1) of the Constitution is
axiomatic.
[30]
The
term ‘facility management’ or ‘facilities
management’ is defined in some of the well-known dictionaries.
The
Oxford
Dictionary of the English Language
gives the following definition and usage example: ‘
the
maintenance of an organization's buildings and equipment:
she
is director of operations for facilities management
’;
the
Cambridge
Dictionary
:
‘the activity or job of looking after a company’s
buildings, equipment, land, etc’ and various usage examples
are
listed (all taken from Wikipedia), none of which expressly identifies
the provision of cleaning, landscaping or security (or
guarding)
services as included in the concept.
[12]
[31]
I
must confess that as a mother tongue English language speaker the
term ‘facility management’ or ‘facilities
management’ was not familiar to me. The compounding of the two
familiar words ‘facility’ and ‘management’
would suggest to me that the term denoted oversight or
superintendence of a facility. That is the sense in which the term or
its
derivative ‘facility manager’ appears to have been
used, for example, in clause 210 of the White Paper on National
Health Insurance published in GN 1230 of 11 December 2015,
[13]
which refers to all ‘health facility managers’ being
required to have a health management qualification, or in the
call
for public comment on the revised national norms and standards for
funding TVET colleges (GenN 615 of 22 November 2019),
[14]
where, at p. 135 of the Gazette, the term ‘a facilities
manager’ is used synonymously with ‘a campus manager’.
It is also the sense in which the term has been used, apparently with
reference to the relevant parties’ job descriptions,
in some
judgments that I found using a keyword search.
[15]
It would not convey to me that the manager was the provider of
landscaping, cleaning and security services to the facility it was
managing.
[32]
No doubt sensing that the import of the
term in the sense intended in the advertisement might be adjudged to
be an arcane one, the
City adduced the evidence of a person alleged
to be a specialist in the field of ‘facilities management’.
He was an
executive director of the South African Facilities
Management Association (‘SAFMA’), which, according to the
evidence,
is accredited by the South African Qualifications Authority
(established in terms of the
National Qualifications Framework Act 67
of 2008
) and the Quality Council for Trades and Occupations
(established in terms of
s 26G
of the
Skills Development Act 97 of
1998
). The implication is that SAFMA is a ‘
professional
body
’ within the meaning of Act
67 of 2008. ‘
Professional body
’
is defined in s 1 of that Act to mean ‘
any
body of experts practitioners in an occupational field, and includes
an occupational body
’.
(‘
Occupational field
’
and ‘
occupational body
’
are not specially defined.) All of this suggests that ‘
facilities
management
’ is recognised as a
profession or occupation in which one is able to obtain a recognised
qualification. Act 67 of 2008 operates
in conjunction with Act 97 of
1998, in which ‘
occupational
qualification
’ is defined as ‘
a
qualification associated with a trade, occupation or profession
resulting from work-based learning and consisting of knowledge
unit
standards, practical unit standards and work experience standards
’.
[33]
The
Quality Council is a statutory body, and the qualification details it
has determined for various trades and occupations are
a matter of
public record. The Council’s published definition of a
‘facilities manager’
[16]
reads as follows:
‘
A
Facilities Manager organises, controls and coordinates the strategic
and operational management of facilities in a public or private
organisation.
’
The
Quality Council’s website records that:
‘
The
concept and implementation of Facilities Management is fairly new to
South Africa but destined to become a major service and
career focus.
No formal qualification currently exists that marries all the skills
sets Facilities Managers require, these include:
·
Cost management.
·
Space management and requirements.
Space requirements and relocation.
·
Maintenance management.
·
Contract management.
·
Statutory Requirements.
·
Alterations.
·
Technology basics concerning some of the
large technical components, e.g. lifts, air-conditioning, lighting,
etc.
·
Building Control Systems devoted to
information technology.
·
Customer-orientated thinking and
performance.
·
Professional housekeeping.
·
Catering Supervision and Food
Management.
’
[34]
The expert who testified on the City’s
behalf averred that the term ‘
facilities
management
’ has a
well-established meaning in South Africa; which, of course, is not to
say that that meaning isn’t esoteric.
He cited the definition
posted on SAFMA’s website: ‘“
facilities
management”
is an enabler of sustainable
enterprise performance through the whole life management of
productive workplaces and effective business
support services
’.
The expert witness proceeded ‘
at its essence and core,
therefore, FM enables a particular facility, business or enterprise
to deliver its core function’
and opined ‘
FM is
thus a generic term which must be read and understood in context by
reference to the specific facility, business or enterprise
in
relation to which the term is used
’.
[35]
The statement that the term is only capable of understanding
with reference to an identified function – an opinion that
seems
to be consistent with the description of ‘facilities
management’ on the Quality Council’s website - seems to
confirm that its specific import is dependent in every case upon the
provision of contextual particularity.
[36]
The witness further opined that the context provided by the
wording of the City’s advertisement conveyed that the ‘
core
function
’ of the facilities concerned was ‘
the
provision of transportation services to the inhabitants of the City
of Cape Town
’. He went on to provide the following
explanation:
‘
The use of the
term “facility management” in this context contemplates:
1.
“
hard FM”: which encompasses the
maintenance and preservation of the assets involved in this core
function (thus the functions
of looking after the MyCiti and public
transport interchange stations; the railings; glass ticketing
machines and other assets)
and
2.
‘
soft FM’: which relates to the more people
based aspects of the core function, including cleaning, hygiene, pest
control,
building security, cleaning
[again]
, landscaping and
so forth.
’
[37]
I have not found the explanation helpful. It seems to convey that
‘facility management’
might involve the management of any
number of functions related to a facility, and that the nature of the
functions might be expected
to relate to the character of the
facility. That much makes sense. The explanation does not, however,
clarify whether the ‘management’
of the functions
involved would also include ‘the supply’ of the services
requiring management. One can easily understand
that the management
of a facility would include oversight over the cleaning and security
services required for the facility to
function optimally, but it is
not clear that the service of
managing
such services should be
equated with, or include, actually
supplying
them.
[38]
In the current case, for example, qualification as a facility manager
and registration
as such with the relevant professional body, would
not be sufficient to permit anyone to provide the security services
that the
City required the successful tenderer to provide to the
identified transportation facilities. The evidence suggests that a
facilities
manager would be qualified to
manage
the provision
of security services, but it is clear from the law related to the
provision of security by private security providers
that that service
may be
provided
only by persons registered as security service
providers in terms of Private Security Industry Regulation Act 56 of
2001. The requirements
for registration as a security service
provider, which are set out in s 23 of Act 56 of 2001, bear little or
no relationship to
‘facilities management’, as that term
is reportedly understood in South Africa. Thus, management of a
facility might
include attending to the procurement of a security
service for it and oversight over the efficient carrying out by the
security
provider of its contractual duties, but it does not, and
cannot, unless the facility manager is also a registered security
service
provider, include the rendering of the security service.
[39]
In my judgment, it follows that in the current case, in which the
City was seeking a service
provider that would not only
manage
the facilities identified in the title of the tender advertisement,
but also
provide
certain services to them, it was incumbent
upon it, when inviting tenders for the contract, to provide further
particulars as provided
for in clause 156.2 of its supply chain
management policy. As discussed, ‘facilities management’
is a generic term;
one needs more to understand what precisely it
denotes. One needs to be given an idea of the type of facility that
is to be managed
(which the advertisement does) and also, if
something more than just management is entailed, which of the other
services the tenderer
is expected to provide (which the advertisement
does not). As already noted, the City did not furnish any particulars
beyond those
discernible from the title of the advertisement.
[40]
For the reasons discussed earlier, the City cannot shelter behind
reliance on a non-contextual
construction of the wording to assert
that clause 156.2 gives it an unfettered discretion whether to
provide particularity. The
discretion afforded by clause 156.2 has to
be exercised consistently with the undertaking of reasonable measures
to achieve the
objects of the policy. The objects of the policy were
not satisfied when there was nothing in the advertisement to indicate
that
the tenderers were expected to provide - as distinct from
managing the provision of - security services to the identified
facilities.
[41]
The assertion by the City that the applicants could have ascertained
that the tender included
the provision of security services by
undertaking an educated search through the tender pack documentation
available through the
City’s web-based procurement portal is
also no answer to the inadequacy of the advertisement. The function
of the advertisement
is to provide potential bidders with sufficient
information to attract their interest sufficiently to consider
investigating the
tender specifications. It is in that regard that
the furnishing of particulars, as contemplated by clause 156.2 of the
City’s
supply chain management policy, can play a pivotal role.
Qualified suppliers of goods and services are placed at risk of being
unfairly excluded if the advertisements are so lacking in relevant
information as to leave them unaware of the existence of the
business
opportunity.
[42]
When it omitted any mention in the published advertisement that the
tender contract would
involve the provision of security and cleaning
services, the City failed in a material respect to comply with its
supply chain
management policy, and thereby offended against the
prescripts of s 111 of the MFMA. The non-compliant advertisement
tainted the
subsequent stages of the tender process, including the
award of the contract to the successful tenderer.
[43]
The respondents argued, however, that the applicants lacked standing
to move the court
to review and set aside the tender. Of course, this
is properly speaking an
in limine
question, but because it is
to be determined in the applicants’ favour it does no harm to
deal with it here; as long as it
is appreciated that the finding on
the merits has in no way influenced or informed the determination of
the challenge to the applicants’
standing.
[44]
The argument on standing proceeded from the contention that the
applicants had not adduced
any evidence to show that they had
considered the advertisement in question and been misled by it. It
was argued that the applicants’
case was purely hypothetical in
character, and that they had failed to establish a cognisable
interest because if they had not
considered and been misled by the
advertisement, its inadequacies could not have adversely affected
their rights. An infringement
or threatened infringement of rights is
a requisite for standing to bring an application in terms of PAJA;
see
Giant Concerts CC v Rinaldo Investments (Pty) Ltd and Others
[2012] ZACC 28
(29 November
2012); 2013 (3) BCLR 251
(CC) at para 29
and compare
Ferreira v Levin NO and Others; Vryenhoek and Others v
Powell NO and Others
[1995] ZACC 13
(6 December
1995); 1996 (1)
SA 984
(CC);
1996 (1) BCLR 1
(CC) at para 165.
[45]
It is correct that the applicants have not alleged that any of their
representatives read
and was misled by the advertisement in question.
Their evidence was that the advertisements placed by the City were
perused on
a regular basis to see if any of them might be of
interest. The applicants were aware of the advertisements published
by the City
on 20 November 2020. Their complaint is that nothing
about the advertisement for facilities and cash management services
alerted
them to anything that would have made them pay particular
attention to it. Their case is that they would have paid attention to
it had it conveyed that the provision of security services to the
MyCiti and public transport interchanges was involved. In my
judgment, those allegations were sufficient to establish the
applicants’ standing.
[46]
It can hardly be expected of someone who scanned a number of
advertisements to say after
the event that one of them that made no
impact had misled him or her. The complaint was a different one. It
was to the effect that
‘we scan the advertisements for tenders
of possible interest and consider those that are, but nothing about
this advertisement,
which we later discovered concerned a service
that we could have tendered to provide, was sufficient to alert us to
the fact that
it concerned a matter in which we would have been
interested. Had the advertisement been worded in a manner compliant
with the
legal requirements, it would have attracted our attention’.
[47]
I consider that much to be plainly implicit in the averment, in para
111 thereof, by the
deponent to the applicants’ supplementary
founding affidavit that ‘[t]
he applicants were not aware
that the provision of security services at the PTI sites (that they
were servicing) formed part of
the ... tender
’. And at para
25 of the applicants’ principal replying affidavit, the same
deponent responded as follows to the averments
in the City’s
answering affidavit (at para 12-13) that the applicants had failed to
adduce evidence by any employees who
had examined and been misled by
the advertisement:
‘
25.1 The
allegations contained in these paragraphs are denied. The facts
demonstrate that the Applicants considered the advertisement,
and
could not ascertain that there were security services being sought by
the city in the ... tender. This is self-evident from
the fact that:
25.1.1
The
[impugned]
tender was published on the same date, and in
the same manner as the general security tender; and
25.1.2
it is not disputed by the City that the Applicants considered
the
advertisement placed in the newspaper, nor that the Applicants check
the City’s website.
25.2 The
Applicants both submitted bids for the general security tender
[advertised on the same page]
.
25.3 Obviously,
were the Applicants aware of the fact that security services were
required in terms of the
[impugned]
tender, they would in
fact, then have proceeded to take steps to tender for such. They were
not aware of such, and only became aware
once they were advised that
their services would no longer be required.
’
As
noted above,
[17]
the
advertisement for the general security tender appeared virtually side
by side with, and in same block of advertisements, as
the
advertisement of the impugned tender. The fact that the applicants
responded to one of the advertisements establishes, as a
matter
probability, that they had regard to the published advertisements as
a whole, and substantiates their evidence that the
impugned
advertisement failed to attract their interest.
[48]
The applicants also contended that the award of the contract to the
joint venture fell
to be reviewed and set aside on the grounds that
the joint venture’s tender had been non-responsive. They
contended that
certain of the ‘key personnel’ that
required to be identified in the tender submission were not employed
by any of
the tenderers and that one of the individuals identified as
key personnel did not possess the stipulated minimum experience for
the position. It is not necessary, in the context of the findings
made about the non-compliance of the advertisement, to go into
these
additional grounds for the review application. Suffice it to say,
however, that in the event that the attack on the advertisement
had
not succeeded, I would have dismissed the application on the
additional grounds because the applicants, who sued as so-called
‘own-interest litigants’, lacked standing to impugn the
award. If the advertising process had been compliant, the applicants
would have needed to have tendered unsuccessfully for the contract to
show standing to challenge the award of the contract on the
basis of
the alleged non-responsiveness; cf.
Giant Concerts
supra, at
para 42-43. If the advertisement had been regular, and the applicants
had nonetheless failed to submit a tender, they
would have been
unable to demonstrate that their cognisable interests had been
directly affected by the unlawful award of the contract
to any of the
persons who did submit tenders.
[49]
Turning to the appropriate remedy. The applicants are plainly
entitled to an order declaring
the non-compliant advertisement and
consequential award of the tender contract to the joint venture to be
invalid. The question
is what the consequential relief should be. The
services being rendered in terms of the awarded contract are
important and for
the public benefit. The applicants’ amended
notice of motion acknowledges that in the circumstances it cannot be
expected
of the court to make an order setting aside the contract
with immediate effect.
[50]
The City’s counsel argued that the contract period is so
advanced that it may as
well be allowed to run its course. Similar
contentions were advanced on behalf of the third to fifth
respondents. I do not agree.
The court is given a wide discretion by
s 172(1)(b) of the Constitution and s 8(1) of PAJA to make an order
that is just and equitable.
A just and equitable order should deal
with the consequences of the invalidity in a manner that balances the
need not to dislocate
the provision for the public’s benefit of
the procured services, on the one hand, with the importance, on the
other hand,
of upholding the rule of law and encouraging public
administrators to discharge their duties faithfully in accordance
with the
Constitution and applicable laws. It should also provide the
applicants with effective relief for the infringement of their
rights.
Endorsing the continuation of the awarded tender contract
until its scheduled termination by effluxion of time would not
provide
effective relief. On the contrary, in a practical sense, it
would be tantamount to condoning the unlawful procurement process.
[51]
It seems to me that the appropriate remedial relief would be to
suspend the operation of
the order of invalidity for a period
adjudged reasonably sufficient to permit the City to make
arrangements for the lawful procurement
of the required services.
Whether that is done by issuing a fresh invitation for a tender to
provide the bundle of services currently
being provided by the joint
venture, or by way of some other arrangement, such as that which
obtained before the impugned contract
commenced in mid-2021, is for
the City, not the court, to determine. Leave will be granted to the
City to apply, if necessary,
and on good cause shown, for an
extension of the period afforded to it to make alternative
arrangements if it is for any practical
reason unable to comply
timeously with that part of the order.
[52]
The applicants have been substantially successful and are entitled to
their costs of suit.
Their employment of two counsel was reasonable
in the circumstances. The costs order in favour of the applicants
shall operate
only against the first respondent, as the party
responsible for the unlawful tender process. I do not consider that
the opposition
by the third to fifth respondents in defence of the
commercial interests of the joint venture, albeit ultimately
unsuccessful,
was unreasonable. The effect of the costs order that
will be made is that they will be left to bear their own costs.
[53]
In the result, an order will issue in the following terms:
1.
The first respondent’s advertisement of tender number
226S/2020/21 is declared
to have been non-compliant with the
provisions of the City of Cape Town’s supply chain management
policy and the prescripts
of s 217(1) of the Constitution, and
consequently invalid.
2.
Consequent upon paragraph 1, the award of the contract in tender
number 226S/2020/21
to a joint venture comprised of the third, fourth
and fifth respondents is also declared invalid, and reviewed and set
aside.
3.
The operation of the declarations of invalidity in paragraphs 1 and 2
and the
setting aside of the contract in paragraph 2 is suspended for
a period of six months from the date of the order to enable the first
respondent to make such alternative arrangements as it may see fit
for the lawful procurement of the services currently being provided
in terms of the contract concluded in tender number 226S/2020/21.
4.
The first respondent is granted leave to apply on good cause shown,
and before
the expiry thereof, for an extension of the period
referred to in paragraph 2 if the practical exigencies so require.
5.
The first respondent shall pay the applicants’ costs of suit,
including
the fees of two counsel.
A.G
BINNS-WARD
Judge
of the High Court
APPEARANCES
Second
and Third Applicants’ counsel:
David Borgström
Dale Lubbe
Second
and Third Applicants’ attorneys:
Dirk Kotze Attorneys
Bellville
De Klerk & Van
Gend
Cape Town
First
Respondent’s counsel:
A.C. Oosthuizen SC
N.C. de Jager
First
Respondent’s attorneys:
Rahman Incorporated
Kenwyn
Robert Charles
Attorneys
Cape Town
Third,
Fourth and Fifth Respondents’ counsel:
Ismail Jamie SC
Liuba Stansfield
Third,
Fourth and Fifth Respondents’ attorneys:
Bernadt Vukic Potash & Getz
Cape Town
[1]
The
Afrikaans version read ‘
Die
voorsiening van fasiliteits – en kontantbestuurdienste ten
opsigte van uitgesoekte openbarevervoerfasiliteite insluitende
MyCiti en openbarevervoerwisselaars namens die direktoraat vervoer:
Stad Kaapstad
’.
[2]
I
quote the description given in para 23.1 of the City’s
answering affidavit delivered in response to the application for
interim relief in terms of part A of the notice of motion.
[3]
Allpay
Consolidated Investment Holdings (Pty) Ltd and Others v Chief
Executive, South African Social Security Agency, and Others
2014
(1) SA 604
(CC) (hereinafter ‘Allpay (1)’) at para 4, 22
and 32.
[4]
Note 3 above.
[5]
Citing
Minister
of Social Development and Others v Phoenix Cash and Carry Pmb
CC
[2007] ZASCA 26
;
[2007] 3 All SA 115
(SCA) at para 2.
[6]
Bato
Star
supra,
at para 48.
[7]
See
also
Sigudo
v Minister of Higher Education and Others
[2018] ZAGPJHC 1; 2018 (1) SACR 485 (GJ)
[8]
[2003] UKHL 23
;
[2003]
2 All ER 977
(HL).
[9]
Note
3 above.
[10]
In
KPMG
Chartered Accountants (SA) v Securefin Limited and Another
[2009] ZASCA 7
(13 March
2009); 2009 (4) SA 399
(SCA);
[2009] 2 All
SA 523
(SCA) at para 39, Harms DP issued a reminder that ‘
...
interpretation is a matter of law and not of fact and, accordingly,
interpretation is a matter for the court and not for witnesses
(or,
as said in common-law jurisprudence, it is not a jury question:
...)
’.
See also
University
of Johannesburg v Auckland Park Theological Seminary and Another
[2021] ZACC 13
(11 June
2021); 2021 (8) BCLR 807
(CC);
2021 (6) SA 1
(CC) at para 68.
[11]
Natal
Joint Municipal Pension Fund v Endumeni Municipality
[2012]
ZASCA 13
;
[2012] 2 All SA 262
(SCA);
2012 (4) SA 593
(SCA) at para
18.
[12]
Cambridge
English Dictionary
https://dictionary.cambridge.org/dictionary/english/facilities-management
accessed
on 9 September 2022 at 10h55 SAST.
[13]
GG
No. 39506 of 11 December 2015.
[14]
GG
42849 of 22 November 2019.
[15]
Wellem
v Silwana
2016
JDR 0832 (WCC) at para 6;
PSA
v MEC for Health: North West Province
2013 JDR 0155 at para 4;
Mlalandle
v RAF
2011 JDR 0008 (ECG) at para 32 and
S
v Gedu
2018 JDR 0873 (FB). The latter three cases suggest that ‘facility
manager’ is a job description used in the health
departments
for the post of the head of nursing services at a hospital or
clinic.
[16]
https://www.qcto.org.za/full---part-registered-qualifications.html
accessed on 11 September 2022 at 15:26 SAST.
[17]
See
para [9]
above.
sino noindex
make_database footer start
Similar Cases
All 4 Security Services CC and Others v City of Cape Town and Others (11496/2021) [2022] ZAWCHC 236 (18 November 2022)
[2022] ZAWCHC 236High Court of South Africa (Western Cape Division)100% similar
South African Securitisation Programme (RF) Limited and Others v WBT Auto Wholesalers and Others (1896/2023) [2024] ZAWCHC 23 (5 February 2024)
[2024] ZAWCHC 23High Court of South Africa (Western Cape Division)99% similar
South African Securitisation Programme (RF) Ltd and Others v 7 SIRS Group (Pty) Ltd and Others (9525/2022) [2024] ZAWCHC 89 (20 March 2024)
[2024] ZAWCHC 89High Court of South Africa (Western Cape Division)99% similar
Nonzukiso Security Services and Another v Regional Magistrate, Cape Town and Another (13158/18) [2025] ZAWCHC 185 (30 April 2025)
[2025] ZAWCHC 185High Court of South Africa (Western Cape Division)99% similar
South Africa Securitisation Programme (RF) Limited v T Abrahams Transport Services (Pty) Ltd and Another (381/2023) [2025] ZAWCHC 215 (22 May 2025)
[2025] ZAWCHC 215High Court of South Africa (Western Cape Division)99% similar