Case Law[2023] ZAKZDHC 69South Africa
Aqua Transport and Plant Hire (Pty) Limited v Ethekwini Municipality and Other (D9024/2020) [2023] ZAKZDHC 69 (22 February 2023)
Headnotes
by the first respondent on 14 February 2019. (b) In order for the tender to be responsive, the bidder had to meet the following mandatory requirements with regard to key personnel:
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: Kwazulu-Natal High Court, Durban
South Africa: Kwazulu-Natal High Court, Durban
You are here:
SAFLII
>>
Databases
>>
South Africa: Kwazulu-Natal High Court, Durban
>>
2023
>>
[2023] ZAKZDHC 69
|
Noteup
|
LawCite
sino index
## Aqua Transport and Plant Hire (Pty) Limited v Ethekwini Municipality and Other (D9024/2020) [2023] ZAKZDHC 69 (22 February 2023)
Aqua Transport and Plant Hire (Pty) Limited v Ethekwini Municipality and Other (D9024/2020) [2023] ZAKZDHC 69 (22 February 2023)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAKZDHC/Data/2023_69.html
sino date 22 February 2023
IN THE HIGH COURT OF
SOUTH AFRICA
KWAZULU-NATAL LOCAL
DIVISION, DURBAN
CASE NO: D9024/2020
In
the matter between:
AQUA
TRANSPORT AND PLANT HIRE
(PTY)
LIMITED
APPLICANT
and
ETHEKWINI
MUNICIPALITY
FIRST
RESPONDENT
MILLING
TECHNIKS (PTY) LIMITED
SECOND
RESPONDENT
G
& G CIVILS CC
THIRD RESPONDENT
####
#### ORDER
ORDER
[1]
The decision by the first respondent to award Tender 1R-41114 titled
Annual Contract for Rehabilitation
of Roads located in the Central
Region of the eThekwini Municipality for a period of three years to
the joint venture of the second
and third respondents is declared to
be unconstitutional and invalid and is hereby set aside.
[2]
The first respondent is directed to re-advertise and commence the
tender for the Central Region of eThekwini
Municipality afresh.
[3]
The first respondent is directed to pay the costs of this
application.
####
#### JUDGMENT
JUDGMENT
SINGH
AJ:
Introduction
[1]
The applicant, Aqua Transport and Plant
Hire (Pty) Limited submitted a tender to the first respondent for the
Central Region of
the
eT
hekwini
Municipality under Contract Number IR-41114 titled Annual Contract
for Rehabilitation of Roads for a period of three years.
[2]
The following facts were common cause on
the papers:
(a)
The applicant, in submitting the tender,
was responding to an invitation by the first respondent and pursuant
to such invitation
attended a formal clarification meeting which was
held by the first respondent on 14 February 2019.
(b)
In order for the tender to be responsive,
the bidder had to meet the following mandatory requirements with
regard to key personnel:
(i)
The Contracts Manager had to be registered with the Engineering
Council of South Africa (ECSA)
as a professional Civil Engineer or
professional Civil Engineering Technologist or have registration with
the South African Council
for the Project and Construction Management
Professions (SACPCMP) as a professional Construction Project Manager
and also had to
have ten years road construction experience or seven
years road rehabilitation experience;
(ii)
Construction Managers had to have
registration with ECSA as a professional Civil Engineer, Technologist
or Technician or have registration
with SACPCMP as a professional
Construction Project Manager with five years road construction
experience or three years road rehabilitation
experience.
(iii)
An Assistant Construction Manager had to
have a Civil Engineering accredited Diploma/Degree and a minimum of
four years road construction
experience or two years road
rehabilitation post qualification experience.
(iv)
An Assistant Foreman had to have a minimum
of five years road construction experience.
(c)
The applicant had to achieve a minimum of
seventy points in respect of the functionality assessment and failure
to meet the criteria
for the requirements of the key personnel would
render the tender non-responsive;
(d)
The closing date in respect of the bid was
15 March 2019;
(e)
The applicant submitted its tender document
with supporting documents including its Bill of Quantities timeously;
(f)
The price of the applicant’s bid was
R69 523 114,52;
(g)
On 22 January 2020, the applicant was
advised that its bid was unsuccessful and that the first and second
respondents who formed
the joint venture (“JV”) were the
successful bidders;
(h)
The applicant requested reasons for the
decision of the first respondent and requested certain documents in
support of the reasons;
(i)
In response thereto, the first respondent
advised the applicant that its tender did not meet the minimum of
seventy points for the
functionality assessment as stipulated in the
tender and was therefore deemed to be non-responsive. The first
respondent further
advised that the applicant had attained a quality
score of 55.5 points;
(j)
The first respondent also attached the
applicant’s scorecard together with the reasons as to why the
criteria were not met.
(k)
The first respondent advised that the
Contracts Manager’s curriculum vitae demonstrated experience
mostly aligned to Pavement
Design, Materials Engineer and
rehabilitation investigation. He thus lacked experience in
engineering road construction works as
required and overall, he only
had one year road rehabilitation construction experience and
therefore scored zero in the assessment;
[3]
The applicant noted an appeal against the
decision of the first respondent to the first respondent’s
Appeals Committee and
in its written decision, the Appeals Committee
upheld the applicant’s appeal.
[4]
The applicant alleged that following the
decision of the Appeals Committee, there was no evidence that the
first respondent had
re-evaluated the applicant’s tender albeit
that the first respondent indicated in a letter that it had done so
and that the
tender was still unsuccessful.
[5]
Two further letters were addressed by the
applicant to the first respondent and on 24 November 2020, the first
respondent advised
that no letter of award will be issued ‘
until
the appeal process is finalized’
.
[6]
It was against the aforegoing background
that the applicant launched the present application.
[7]
The JV, who were cited as the second and
third respondents in this matter withdrew their opposition to the
application and filed
a Notice to Abide by the decision of this
court
,
hence the
only parties before this court is the applicant and first respondent.
Issues
to be determined
[8]
The parties delivered a joint statement of
issues and at the hearing of this matter, agreed that I was required
to determine the
following issues:
(a)
Whether the tender awarded by the first
respondent to the JV of the second and third respondents for the
rehabilitation of various
roads within the Central Region of the
eThekwini Municipality was fair, equitable, transparent, competitive
and cost effective
in accordance with S 217(1) of the Constitution
and other legislation;
(b)
Whether the decisions of the Bid Evaluation
Committee and Bid Adjudication Committee to award the tender in
question to the JV was
arbitrary, irrational, irregular, unfair,
unreasonable, unconstitutional and not cost effective.
The applicable
legislation
[9]
The starting point is the Constitution.
Section 217(1) reads as follows:
‘
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.’
[10]
The
relevant section is peremptory and places an obligation on an organ
of state including municipalities such as the first respondent,
which
contract for goods and services to do so in a fair, effective,
competitive and cost effective manner. The aforementioned
approach
has been reinforced by the Local Government: Municipal Systems Act
No. 32 of 2000 (“the MSA”) and the Local
Government:
Municipal Financial Management Act 56 of 2003 (“the MFMA”)
read with the Regulations of the MFMA
[1]
.
[11]
Section 111 of the MFMA requires a
municipality to implement a Supply Chain Management Policy which
gives effect to the provisions
of section 112 of the MFMA and echoes
S 217 of the constitution that there must be competitive bidding
processes and procedures
for the evaluation of bids to ensure that
the best deal from a monetary perspective is obtained by organs of
state in the procurement
of goods and services.
[12]
It
is peremptory that there be certainty and uniformity when considering
applications for tenders. In order to attain this, there
is a duty on
organs of state to ensure that their invitations to tender are
precise. The clearer the invitation, the greater the
prospects of
fairness and the lesser the likelihood of arbitrary decisions being
made by an organ of state
[2]
.
The
parties submissions
[13]
It is common cause that the applicant’s
quotation in respect of the tender price was the sum of R69 523
114,52 whereas the
price quoted by the JV was R79 800 000,00.
[14]
Counsel for the applicant, Mr
K.
Naidu
submitted that against the Constitution and other national
legislation, the first respondent was obliged to give consideration
to the applicant as the applicant’s quoted price was the lowest
amongst all the bidders who responded to the invitation,
including
the JV.
[15]
In relation to the qualifications of its
key personnel, the applicant in its papers alleged as follows:
(a)
The applicant carried out road
rehabilitation works in other parts of KwaZulu-Natal, the Eastern
Cape and the northern and southern
regions of the eThekwini
Municipality and therefore had extensive experience in road
rehabilitation;
(b)
There is no dispute that the proposed
Contracts Manager had the necessary professional qualification to
hold such position;
(c)
The dispute was whether he complied with
the first respondent’s requirements in respect of work
experience;
(d)
With regard to the requirement of work
experience, the first respondent’s invitation stated that ten
years road construction
experience or seven years road rehabilitation
experience would be sufficient and that the satisfaction of either
one of the two
(2) categories would suffice;
(e)
Neither the invitation to tender document
nor the minutes of the clarification meeting held by the first
respondent with prospective
bidders specified or defined what
constitutes road construction experience;
(f)
The broadest possible meaning ought to be
attached to the definition of the term ‘road construction’
and that the proposed
Contracts Manager ought not to have scored
zero.
[16]
The applicant made similar allegations
regarding the professional qualifications and work experience of
their other key personnel
and that if the key personnel were
correctly and fairly evaluated and scored, then the applicant would
have passed the functionality
assessment and been successful in its
bid.
[17]
The Appeals Committee which had been
appointed by the first respondent had upheld the applicant’s
appeal and remitted the
applicant’s tender to the Bid
Evaluation Committee (BEC) and Bid Adjudication Committee (BAC) in
order for them to reconsider
the applicant’s Contracts
Manager’s experience and thereafter consider the remaining key
personnel as they had also
scored zero.
[18]
The applicant contended that there was no
evidence of such re-evaluation of its tender but that the first
respondent nonetheless
advised the applicant that the application for
the tender was still unsuccessful. At this juncture, I must state
that proof of
the re-evaluation by the first respondent was put up in
the record before me hence the applicant’s contention in this
regard
is incorrect.
[19]
The applicant’s overall submission
was that the decision of the BEC and BAC to award the tender to the
JV was arbitrary, irrational,
irregular, unfair, unreasonable,
unconstitutional and/or unlawful and that the award ought therefore
to be set aside.
[20]
Ms
Mtati
who appeared for the first respondent submitted that in relation to
the tender price, the tender award was not a guarantee that
any work
would be awarded to the successful bidder.
[21]
The first respondent conceded that the
applicant had furnished the lowest tender price but emphasized that
if the functionality
assessment was not met then the tender would not
be responsive and that the cheapest tender price therefore did not
mean that such
bidder must be appointed.
[22]
In my view, the tender price quoted is not
the most important criteria in determining whether the tender is
responsive but rather
the need for the bidder to ensure that it met
the needs of the functionality assessment which is more important.
This was also
emphasized in the minutes of the clarification meeting.
[23]
The
first respondent further submitted that it is not the function of
this Court to determine what the pre-requisites should be
for a valid
tender and such function is that of the first respondent unless those
conditions are immaterial, unreasonable or unconstitutional.
The
first respondent relied on the decision
of
Dr J.S. Moroka Municipality and Others v Betram (Pty) Limited and
Another
[3]
.
[24]
The substantive requirements for the
Contracts Manager’s position were as follows:
(a)
A particular level of professional
qualification and registration; and
(b)
Ten years of road construction experience
OR
seven years of road rehabilitation experience (my emphasis).
[25]
The first respondent submitted that the
professional qualification of the Contracts Manager was not in
dispute but rather his work
experience in road rehabilitation.
In its answering affidavit, the first respondent averred that road
construction is actual
construction of roads whereas road
rehabilitation is actual construction work of rehabilitating roads.
Essentially it stated that
there was a difference between these two
(2) concepts.
[26]
I pointed out to Counsel for the first
respondent that in respect of the work requirement the word “or”
was used and
on a plain dictionary meaning of the word ‘or”
it meant “alternate”.
[27]
In respect of the re-evaluation of the
Contracts Manager, following the appeal, the first respondent
submitted that taking into
account pavement design, material engineer
and rehabilitation experience, the Contracts Manager only had fifty
four months’
experience which was equivalent to four and a half
years and that in calculating the said period, it relied on the two
page curriculum
vitae submitted by the applicant on behalf of the
Contracts Manager.
[28]
A perusal of the Contracts Manager’s
curriculum vitae and the re-evaluation sheet did not explain why
certain work experience
was taken into consideration and other work
experience was ignored.
[29]
The Contracts Manager’s work
experience from March 2009 to September 2018, save for his work
experience for June 2017, appears
as follows:
(a)
February 2018 to September 2018
N002-200-2016/1F-SUB01: Material Engineer for the upgrade of
community access roads in Lusikisiki,
SANRAL – eight months;
(b)
March 2018 to September 2018:
N002-200-2016/3F-SUB01: Materials Engineer for the upgrade of
community access roads Flagstaff, SANRAL
– seven months;
(c)
May 2018 to August 2018: rehabilitation of
embankment failure on McLean Street (Umkomaas, Ethekwini Municipality
- four months;
(d)
November 2017 to February 2018: Materials
Engineer for detail rehabilitation design of D2023 and Enembe Roads,
Mandeni Municipality
– three months;
(e)
October 2017 to December 2018: Materials
Manager for the detail rehabilitation design review and tender
documentation for P34-3/,
KZN. Department of Transport –
fifteen months;
(f)
August 2017 to December 2017: Pavement
Management System appointed by eThekwini Municipality to undertake
road pavement assessment
for the northern region with a network of
825 kilometres of flexible roadway – five months;
(g)
March 2016 to November 2017: Materials
Engineer for rehabilitation of P6-5 Dundee, KwaZulu-Natal Department
of Transport –
twenty one months;
(h)
April 2016 to November 2017: Material
Engineer for rehabilitation of P34-2 Dundee to Utrecht, KwaZulu-Natal
Department of Transport
– twenty months;
(i)
December 2014 to April 2015: Materials
Engineer for rehabilitation of N2-24/25 Lovu River to Umlaas Canal,
SANRAL – five months;
(j)
October 2009 to January 2010: Hibiscus
Municipality appointment as Resident Engineer/Project Manager on road
rehabilitation project
– four months;
(k)
May 2009 to September 2009: KZN Department
of Transport involving pavement rehabilitation, investigations
pavement analysis and
design and technical support – five
months;
(l)
March 2009 to April 2009 – SANRAL
appointment as Pavement Design Technologist involving pavement
investigation and materials
utilization for Greytown Road Interchange
and rehabilitation of the N3 between Greytown Road and Sanctuary Road
Interchange –
two months;
(m)
March 2009 to April 2009: Pavement Design
Technologist by DAEA – two months.
Analysis of
submissions
[30]
The first respondent in its answering
affidavit does not explain what methodology was used to compute the
work experience of the
Contracts Manager or the reasons for certain
work experience being disregarded by it. With regard to the work done
during October
2017 to December 2018 the Contracts Manager was
allocated four months when on a plain calculation that time period
equates to fifteen
months. The first respondent alleged that
experience was based on duration of projects and not number of
projects. It further averred
that when one undertakes five projects
in two months, this counts as two months’ experience. Ms
Mtati
at
the hearing of this matter was also unable to explain the methodology
and criteria used to compute the Contract Manager’s
work
experience.
[31]
The Constitution and national legislation
are clear that in order for a tender process to be fair, equitable
and transparent, part
of that fairness and transparency is a duty on
the part of organs of state to send out invitations to tender which
are clear and
precise as to the requirements and needs of the
specific tender. Clarity and precision will ensure that there is no
room for arbitrary
and illogical decisions being made in determining
the outcome of tender.
[32]
The need for clarity and precision was more
so in this matter because in the event of the Contracts Manager or
any one of the key
personnel not meeting the requirements of the
first respondent, all key personnel would receive a score of zero and
this would
automatically render the tender non-responsive. In
casu
,
this is what happened. When the Contracts Manager scored zero, all
the other key personnel scored zero regardless of their levels
of
experience.
[33]
I am of the view that the wording of the
first respondent’s tender invitation was not clear and precise
as to what experience
was required in respect of the key personnels’
work experience. Further in relation to the methodology used in
computing
the work experience of key personnel, the first respondent
was unable to explain how work experience was calculated or how a
bidder
would be made aware of what work experience is to be taken
into account and what work experience was not be taken into account
when the bid was being assessed. The first respondent as an organ of
state must therefore take steps necessary to amend its invitation
to
tender to ensure that such invitation is fair, equitable and
transparent and does not place unfair obstacles in the path of
bidders.
[34]
In the result, I make the following order:
(a)
The decision by the first respondent to award Tender 1R-41114 titled
Annual Contract for
Rehabilitation of Roads located in the Central
Region of the eThekwini Municipality for a period of three years to
the joint venture
of the second and third respondents is declared to
be unconstitutional and invalid and is hereby set aside.
b)
The first respondent is directed to re-advertise and commence the
tender for
the Central Region of the eThekwini Municipality afresh.
c)
The first respondent is directed to pay the costs of this
application.
SINGH AJ
APPEARANCES
Counsel
for the Applicant:
Mr
K. Naidu instructed by Naicker and Naidoo Attorneys, 2
Victory Drive, Ashley, Pinetown
Email:
admin@nnlaw.co.za
Counsel
for the First Respondent:
Ms
M. Mtati instructed by Luthuli Sithole Attorneys, 56 Henwood Road,
Morningside, Durban
Email:
mpendulo@luthulisithole.co.za
DATE
OF HEARING:
27
JANUARY 2023
DATE
OF JUDGMENT:
22
FEBRUARY 2023
[1]
Municipal
Manager: Qaukeni Local Municipality and others v FV General
Trading CC [2009] 4 ALL
SA
231 (SCA)
[2]
Rodpaul Construction CC t/a Rods Construction v Ethekwini
Municipality and Others 2014 JDR 1122
(KZD)
[3]
[2014]
1 ALL SA 545
(SCA)
sino noindex
make_database footer start
Similar Cases
Interlagos Trading (Pty) Ltd and Others v Sundale Free Range Dairy (Pty) Ltd (D8288/2024) [2025] ZAKZDHC 42 (11 July 2025)
[2025] ZAKZDHC 42High Court of South Africa (KwaZulu-Natal Division, Durban)97% similar
Ixia Trading 616 (Pty) Limited v Von Maltitz and Another (D8163/2024) [2024] ZAKZDHC 75 (18 October 2024)
[2024] ZAKZDHC 75High Court of South Africa (KwaZulu-Natal Division, Durban)97% similar
Centaur Shipping (Pty) Ltd v Blue Sails Shipping (Pty) Ltd (D11699/2023; D11712/2023) [2024] ZAKZDHC 102 (9 December 2024)
[2024] ZAKZDHC 102High Court of South Africa (KwaZulu-Natal Division, Durban)97% similar
Tongaat Hulett Limited (In Business Rescue) and Others v South African Sugar Association and Others (D4472/2023) [2023] ZAKZDHC 93; [2024] 1 All SA 509 (KZD) (4 December 2023)
[2023] ZAKZDHC 93High Court of South Africa (KwaZulu-Natal Division, Durban)97% similar
TBP Building and Civils (Pty) Ltd (In Liquidation) v Shamla Chetty t/a Nationwide Electrical and Others (D4774/2019) [2025] ZAKZDHC 46 (17 July 2025)
[2025] ZAKZDHC 46High Court of South Africa (KwaZulu-Natal Division, Durban)97% similar