Case Law[2024] ZALAC 19South Africa
State Information Technology Agency SOC Limited v Commission for Conciliation Mediation and Arbitration and Others (DA27/22) [2024] ZALAC 19 (26 March 2024)
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: Labour Appeal Court
South Africa: Labour Appeal Court
You are here:
SAFLII
>>
Databases
>>
South Africa: Labour Appeal Court
>>
2024
>>
[2024] ZALAC 19
|
Noteup
|
LawCite
sino index
## State Information Technology Agency SOC Limited v Commission for Conciliation Mediation and Arbitration and Others (DA27/22) [2024] ZALAC 19 (26 March 2024)
State Information Technology Agency SOC Limited v Commission for Conciliation Mediation and Arbitration and Others (DA27/22) [2024] ZALAC 19 (26 March 2024)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZALAC/Data/2024_19.html
sino date 26 March 2024
THE
LABOUR APPEAL COURT OF SOUTH AFRICA, DURBAN
Not
Reportable
Case
No: DA27/22
In
the matter between:
STATE
INFORMATION TECHNOLOGY
AGENCY
SOC LIMITED
Appellant
and
COMMISSION
FOR CONCILIATION
MEDIATION
AND ARBITRATION
First Respondent
BESS
PILLEMER N.O. (ARBITRATOR)
Second Respondent
DANIEL
REMIGIO DE FREITAS
Third Respondent
Heard:
9 November
2023
Delivered:
26 March 2024
Coram:
Waglay JP, Mlambo JA
and Smith AJA
JUDGMENT
SMITH,
AJA
Introduction
[1]
This is an appeal against the judgment of the Labour Court, Durban
(per
Seery AJ), upholding the award by the Commission for
Conciliation, Mediation and Arbitration (the CCMA) in favour of the
third
respondent.
[2]
The
appellant is the State Information Technology Agency SOC Limited,
(the SITA) a legal entity registered as a state-owned company
in
terms of the Companies Act.
[1]
[3]
The CCMA is the first respondent and the second respondent is the
commissioner
who sat as the arbitrator in the proceedings under
review. The third respondent, Daniel Remigio de Freitas, was employed
by the
SITA as a Senior Procurement Officer until his dismissal on 29
October 2019, pursuant to a disciplinary inquiry. Mr de Freitas was
previously employed by the South African Police Services and worked
in their Supply Chain Management Department.
[4]
Mr de Freitas was charged with two counts of failure to follow
procurement
procedures pursuant to a forensic investigation conducted
by an external service provider, namely Fundudzi Forensic Services
(Pty)
Ltd (Fundudzi). The forensic report produced by Fundudzi
allegedly found irregularities in certain procurement transactions
relating
to the KwaZulu-Natal SITA office and a supplier, Phutuma
Technologies (Phutuma).
[5]
In respect of the first charge, it was alleged that Mr de Freitas,
during
the period May 2016 to August 2016, failed to follow SITA
procurement procedures regarding a request for quotation (RFQ 1021 –
CS – 776 – 2016), in that he appointed Phutuma to install
network points for the South African Police Service when
the former
did not attend a compulsory site briefing. In respect of the second
charge, it was alleged that de Freitas, during the
period August 2016
to September 2016, failed to follow procurement processes regarding a
request for quotations (RFQ 116 -CS -776-
2016), in that he appointed
Phutuma to install network points for the Department of Home Affairs
even though the former did not
quote in accordance with advertised
specifications. Because of Phutuma’s defective quotation, the
Department cancelled the
order.
[6]
Mr de Freitas was charged together with the SITA Procurement Manager,
Mr Sibonile Mthembu. The latter pleaded guilty and was dismissed. It
is, however, common cause that Mr Mthembu was also found guilty
of
additional and more serious transgressions involving some R15
million.
Proceedings
before the CCMA
[7]
Aggrieved by his dismissal, Mr de Freitas referred his dispute to the
CCMA for arbitration. The second respondent presided as arbitrator
and after hearing the testimony of Mr Amos Senwamadi (the forensic
investigator) and Mr Edwin Mashau (SITA Senior Manager) on behalf of
SITA and Mr de Freitas, who testified in his own defence,
she
delivered her award on 9 February 2020.
[8]
In terms of the award, Mr de Freitas’s dismissal was declared
substantively
unfair; SITA was directed to reinstate him
retrospectively on terms and conditions no less favourable than those
which applied
on the date of his dismissal (31 October 2018); SITA
was ordered to pay Mr de Freitas’s arrear salary in the sum of
R606 896.11;
Mr de Freitas was directed to report for work
within three days of being notified of the award; and SITA was
ordered to pay Mr
de Freitas’s legal costs.
[9]
Mr Mashau’s testimony related mainly to the contended breakdown
of the employment relationship between Mr de Freitas and SITA. He was
unable to shed any light on the events that led to Mr de Frietas’s
dismissal and claimed that he had signed the award to Phutuma as a
mere formality after the latter and Mr Mthembu had signed. His
testimony regarding the breakdown of the employment relationship was
premised mainly on his assertion that employees who disregard
prescribed procedures can no longer be trusted.
[10]
Mr Senwamadi also had no personal knowledge of the events that led to
the charges being
preferred against Mr de Freitas and his evidence
was based entirely on his interpretation of the relevant
documentation and
ex post facto
reconstruction of the events.
[11]
With reference to SITA’s Supply Chain Management Policy, he
explained that SITA acts
as a procurement agency for government
departments. SITA would, after receiving a request for assistance
from a department, draw
up a business plan that would guide the
procurement process and sourcing of the required Information
Technology services. SITA
would thereafter prepare a request for
quotation (RFQ) which is then circulated to accredited service
providers who deliver their
quotes to SITA’s provincial office.
That office would then evaluate the quotations and appoint the
successful service provider.
The Senior Procurement Officer is
responsible for preparing the submission that outlines the
procurement process and must comment
on whether mandatory
requirements have been met. The Senior Procurement Officer also
recommends the service provider to be appointed.
[12]
The Senior Procurement Officer’s submission is then placed
before the Procurement
Manager who, if he or she is satisfied with
the submission, signs in support thereof. Finally, the submission is
placed before
the Provincial Head for final approval or rejection.
SITA will then advise the government department of the recommended
service
provider and costs of the project, to which it adds a 7%
mark-up. It is only after SITA had been advised by the department
that
it is satisfied with the recommended service provider and
project costs, that the service provider would be appointed.
[13]
He said that Mr de Freitas, who in his capacity as Senior Procurement
Officer was instrumental
in the award of the contract to Phutuma,
disregarded the injunction in the business case in respect of the RFQ
mentioned in charge
1, which required service providers to attend a
mandatory site meeting. He consequently irregularly recommended the
appointment
of Phutuma even though it did not attend the site
meeting. Mr Senwamadi, however, conceded that he had no personal
knowledge of
Phutuma’s failure to attend the meeting and in
this regard had relied on an email from one Captain Govender. It was
common
cause that Phutuma had provided the services mentioned in the
first charge to the satisfaction of SAPS and had been duly paid.
[14]
Regarding count 2, he said that the quotation submitted by Phutuma
did not contain the
required specifications, resulting in the
Department of Public Works cancelling the order and procuring its own
service provider.
SITA consequently lost the 7% commission it would
have received if Phutuma’s quotation had complied with the
prescribed specifications.
Mr Senwadi, however, conceded that he did
not interview any of the departmental officials, or the authors of
the documents on which
he relied. Neither did he interview Mr de
Freitas. He had drawn his own conclusions from the documentation
provided to him by SITA.
He also conceded that there was no evidence
that Mr de Freitas had deliberately disregarded SITA’s policy
or that he had
benefitted in any manner from the award of the
contracts to Phutuma.
[15]
On his version there were various persons involved in the award of
the contracts, namely
Mr Mthembu who recommended the awards, Mr de
Freitas who signed as the compiler of the report, and Mr Mashau who
approved the awards,
as well as other functionaries in the
Johannesburg SITA Supply Chain Management Department. Yet only Mr de
Freitas and Mr Mthembu
were charged.
[16]
In his testimony, Mr de Freitas denied that SAPS had specified that a
compulsory site meeting
should be held. He said that SITA did not
have a policy that requires mandatory site meetings in respect of
every RFQ. He said
that he was not furnished with the business case
and was consequently not aware of any requirements in respect of site
visits.
The RFQ, which he did peruse, made no mention of site visits.
[17]
He was instructed by Mr Mthembu, who was his superior, to sign the
submission award after
filling in the bidder details. Mr Mthembu
thereafter signed the document, recommending the submission for
approval, and it was
eventually approved by Mr Mashau.
[18]
Mr de Freitas explained the SITA procurement procedure by virtue of a
document that was
submitted into evidence as ‘Exhibit E’.
That document was also put to Mr Senwamadi during cross-examination
and he
confirmed the correctness thereof. The procedure involves ten
different steps in the procurement process and establishes that
several
SITA functionaries play crucial roles in the award of
contracts to service providers.
[19]
That undisputed document was crucial to Mr de Freitas’s defence
in respect of both
charges and I accordingly quote it here it in
full.
‘
SITA
PROCUREMENT PROCESS
1.
Request received from client of services required. Sent to account
manager.
2.
Business case drafted by account manager with requirements from
client and signed by senior manager and HOD of province.
3.
Send business case to Head Quarters BAS (Business Assessment
Services) to confirm all is in order. Certificate obtained and signed
by BAS management.
4.
Documentation is sent to Provincial Procurement manager who
sends it
to the SCM (Supply Chain Management) coordinator to draft a RFQ
(Request for Quotation Tender). Once completed, it is
sent back to
the Procurement Manager to check, sign and confirm its ready to be
published.
5.
Documentation is sent to the Senior Procurement Officer, [Mr
de
Freitas] who will forward it to all accredited suppliers, including
attachments. It will then be sent to the tender office to
publish on
the website.
6.
On closure of the RFQ/Tender, it is received by the tender office
at
HQ JHB who will screen the number of responses and disqualify any
late response received and if compulsory site meetings are
not
adhered to.
7.
Screening report is signed by the Tender Manager confirming
all in
order. Documentation then sent to the KZN Provincial Office (SCM
co-ordinator) for further processing and evaluation. The
documents
that are received by the SCM Co-ordinator are the qualifying
suppliers’ documents. Suppliers that did not meet
the
requirements as per the tender screen report, their responses will
not be sent to KZN province for further evaluation.
8.
Once received from the Head Office, tender documentation will
be
given to the Senior Procurement Officer for further
submission/BEE/Pricing. Once complied by SCM, Senior Procurement
Officer
to send it to Procurement Manager to check if all in order
and ready for signatures of a recommender and approval by HOD.
9.
Once this has been done, the file is sent to the Provincial
Procurement Management Committee., which consists of Management/HOD
and warded (sic) to the recommended bidder by the Procurement
Committee. Once the above approved documentation has been awarded, it
gets sent to the Client Relationship Manager (CRM) to prepare
a SITA
quotation for acceptance. We then await whether they accept the SITA
quote /proposal and in turn will issue an order to
SITA for the
services to be rendered.
10.
A SITA order will be generated to the winning bidder/ supplier for
the
services to be rendered based on the approved submission
adjudicated by the committee.’
[20]
Mr de Freitas testified that he was only involved in stages five and
eight. The responsibility
of checking whether bidders have attended
compulsory site meetings is not his but that of the Johannesburg
tender office. He said
that he was not required to scrutinise the
business case in its entirety and was only required to sign that
portion that relates
to his function.
[21]
In respect of the second charge, he said that it was also not his
responsibility to check
the specifications. He contended that the
problem could have been resolved simply by asking Phutuma to submit
the specifications
or by awarding the bid to one of the other
bidders, which would in any event have been lower than the contract
eventually awarded
by the Department of Public Works. In this case
also, the submission was checked and approved by both Mr Mthembu and
Mr Mashau.
[22]
In his award, the second respondent found that it was not clear from
the evidence whether
Phutuma attended the site meeting. SITA had
relied on inadmissible hearsay evidence and, in any event, the
responsibility of checking
whether a site visit had taken place was
not that of Mr de Freitas. In addition, Mr de Frietas was only ‘
one
of the cogs in the wheel of procurement
’, and several other
SITA functionaries had played crucial roles in the award of the bid
to Phutuma, and ‘
[e]ven if the Applicant [Mr de Freitas]
could and should have investigated further, and failed to do that on
this small contract,
it is hardly the reason why the contract was
awarded, and it does not amount to serious misconduct and certainly
is not misconduct
that is dismissible’.
[23]
In respect of the second count, the second respondent found that Mr
de Freitas had demonstrated
that he did provide Phutuma with the
specifications. However, even if he had failed to do so, the mistake
should have been picked
up by others involved in the process. That
type of misconduct would in any event not be dismissible.
The
review proceedings in the Labour Court
[24]
The review proceedings brought by SITA in the court
a quo
were
based on the following grounds: (a) the arbitrator’s award is
unreasonable and irrational and no other arbitrator would
have made a
similar award based on the facts before her; (b) the arbitrator has
failed to apply her mind properly; (c) and she
misunderstood Mr de
Freitas’s role in the procurement process and failed to
appreciate that he did the evaluations and made
recommendations to
the Senior Manager, ‘
who seemed to just rubber stamp them
.’
[25]
The court
a quo
upheld the second respondent’s reasoning
and findings and found the award to be ‘
well-reasoned, and
based on the admissible evidence led at the arbitration
.’
Proceedings
in the Labour Appeal Court
[26]
In argument before us, Mr
Nxusani
, on behalf of SITA,
criticised the court
a quo’s
finding that the latter did
not rely on direct evidence but rather on unproved documents. He
argued that the court failed to distinguish
between original and
authenticated documentary evidence and those that were required to be
proved by direct evidence. The document
on which Mr Senwamadi relied
were prepared and signed by Mr de Freitas. He did not challenge the
authenticity or admissibility
of those documents, or so Mr
Nxusani
argued.
[27]
He argued
furthermore that those documents cannot constitute hearsay evidence
since Mr de Freitas had circulated the RFQ and also
had a duty to
peruse the documents before circulating them to the suppliers. In any
event, even if the documents did constitute
hearsay evidence, the
court should have considered whether they were nonetheless admissible
in terms of section 3 of the Law of
Evidence Amendment Act.
[2]
[28]
Regarding the issue of the requirement for a mandatory site visit, Mr
Nxusani
argued that the court
a quo
gave undue weight
to the fact that SITA did not have a policy regarding that issue.
There was no need for such a policy since the
business case would
indicate whether a site visit is required in a particular bid and if
so, that requirement would be specified
in the RFQ, as was the case
in this instance.
[29]
According to Mr
Nxusani
the court
a quo
similarly
misdirected itself by attaching undue weight to the fact that SITA
also did not have a policy regarding bid specifications.
He submitted
that the evidence established that Mr de Freitas was aware of the
specifications and had circulated same to the service
providers. He
had emphasized the compulsory nature of those specifications in an
email but nevertheless caused a company to be
appointed that did not
comply with the specifications.
[30]
The court
a quo
also wrongly disregarded relevant documents on
the basis that they constituted inadmissible hearsay evidence.
However, those documents
were also prepared and circulated by Mr de
Freitas and could accordingly not constitute hearsay evidence.
However, even if they
did, the court was enjoined to consider whether
they should be admitted in terms of the Law of Evidence Amendment
Act.
[31]
In addition, he criticised the court
a quo’s
finding
that Mr de Freitas was only ‘
one cog
’ in the SITA
procurement process and was only involved in two of the ten stages,
even though the evidence established he
was a Senior Procurement
Officer whose main duty was to implement the SITA Supply Chain
Policy. The court
a quo
also misdirected itself by having
regard to Exhibit E. That document was prepared by Mr de Freitas, had
no official status, and
could accordingly not override the duly
adopted SITA policy.
[32]
To my mind, none of these contentions are sustainable, and I
demonstrate
below that they are not supported by the evidence.
[33]
The
Constitutional Court in
Sidumo
v Rustenburg Platinum Mines Ltd and Others
[3]
held that section 145 of the Labour Relations Act
[4]
is now suffused by the constitutional standard of reasonableness, and
the question that needs to be answered in a review in terms
of that
section is: ‘
[i]s
the decision reached by the commissioner one that a reasonable
decision-maker could not reach
?’
Applying it will give effect not only to the constitutional right to
fair labour practices, but also to the right
to administrative
action, which is lawful, reasonable and procedurally fair.’
[34]
The
function of this court – as was that of the court
a
quo
–
is thus not to judge the correctness of the arbitrator’s
decision but rather to determine whether, having regard
to the
totality of the evidence that served before her, the decision is ‘
one
that a reasonable decision-maker would make
.’
[5]
[35]
Before I consider the arguments advanced on behalf of SITA, I must
first deal with an issue
that may well be dispositive of the case. It
is the following. SITA attempted to establish that Mr de Freitas has
deliberately
contravened its procurement procedures. It is that
nature of misconduct which, if established, would attract the
sanction of dismissal
in terms of the SITA Disciplinary Code.
[36]
However, the evidence did not establish such deliberation on the part
of Mr de Freitas
and neither Mr Sewamadi nor Mr Mashau was bold
enough to make that assertion in their testimonies. There was also no
evidence that
Mr Freitas had benefitted in any manner from the award
of the bids to Phutuma. Therefore, at best for the SITA, even
assuming the
correctness of arguments advanced before this court, Mr
de Freitas would have been guilty of a lesser offence that would
attract
a series of progressive sanctions before dismissal could be
justified.
[37]
In many respects SITA was the author of its own problems by virtue of
the way in which
it adduced evidence in support of its allegations
against Mr de Frietas. It elected not to present any direct evidence
but relied
solely on the testimony of a forensic investigator (Mr
Senwamadi) who himself had no personal knowledge of the events that
led
to the charges against Mr de Freitas. Mr Senwamadi relied
entirely on his own reconstruction of events based on his
interpretation
of documents, the admissibility of which had been
squarely put in issue by Mr de Freitas. The documents were neither
original nor
authenticated and the parties had only agreed that they
‘
are what they purport to be
.’
[38]
The Supreme
Court of Appeal in
Rautini
v PRASA
[6]
,
interpreting a similar agreement, held that the phrase does not
equate to admission of the contents of documents and parties are
thus
not exempt from proving the originality and authenticity of
discovered documents to ensure their admissibility as evidence
and to
ensure that the authors of discovered documents are called as
witnesses. As mentioned, the record shows that the admissibility
of
those documents was pertinently challenged by Mr de Freitas.
[39]
Mr Senwamadi’s testimony, insofar as he relied on those
documents, thus amounted
to inadmissible hearsay evidence. It is also
clear from the record that the second respondent raised that issue
with SITA’s
legal representative, and replying to a question as
to whether SITA would be relying on hearsay evidence, he said: ‘
No.
not really, because we’ll deal with that aspect.
’ In
the event, the issue was never addressed and neither was any
application made for the admission of the hearsay evidence
in terms
of the Law of Evidence Amendment Act.
[40]
Mr de Freitas, on the other hand, was the only witness who could
testify based on first-hand
knowledge of the events. He was able to
demonstrate that his assertion that when he signed the documents, it
was not evident that
a site visit was mandatory. In this regard he
pointed out various alterations to the documents and that the
relevant boxes which
would have indicated a mandatory site visit were
not ticked.
[41]
Mr
Nxusani’s
criticism of the second respondent for
relying on Exhibit E is also misplaced. That document was not
submitted in opposition to
the SITA policy but was rather Mr de
Freitas’s attempt to explain the procurement process. What is
important though is the
fact that Mr Senwamadi did not dispute the
correctness of that explanation.
[42]
The evidence thus established that Mr de Freitas was - as was
correctly found by both the
second respondent and the court
a quo
- only one of several SITA functionaries involved in the preparation
of submissions, assessment of bids and due diligence scrutiny
to
ensure compliance with procurement policies and procedures. Mr
Senwamadi was unable to explain why Mr de Freitas was singled
out for
prosecution. There was no admissible evidence to gainsay Mr de
Freitas’s assertions to the effect that he complied
with the
SITA procurement policies in all respects.
[43]
In addition, the evidence established that SITA did not have a policy
regarding compulsory
site visits, and that it was uncertain who had
imposed the requirement or that Phutuma did not attend the site
meeting. Similarly,
in respect of the second charge there was no
prescribed format for the quotation Phutuma had submitted to the
Department of Public
Works. Mr Senwamadi’s testimony in this
regard was also based on inadmissible hearsay evidence.
[44]
In my view the second respondent’s reasons for the award were
compelling and reasonable
and supported by the evidence before her.
The court
a quo
thus correctly found that there was no basis
on which it could interfere with the award.
[45]
The second respondent also provided compelling reasons for her
decision to award costs
to Mr de Freitas, and in my view, it is only
fair that such an order should issue in respect of the costs on
appeal as well. The
review application, as well as the appeal to this
court, were ill-considered and had no reasonable prospects of
succeeding.
[46]
In the premise the following order is made:
Order
1.
The appeal is dismissed with costs and the order of the court
a
quo
is confirmed.
_________________________
SMITH
AJA
Waglay
JP and Mlambo JA concurring.
APPEARANCES:
For
the Appellant: Adv Nxusani SC
Instructed
by Sifiso Chili & Associates
For
the Third Respondent: Mr B Purdon
Instructed by Purdon &
Munsamy Attorneys
[1]
No. 71 of 2008.
[2]
No. 45 of 1988.
[3]
2008 (2) SA 24
(CC), at para 111
[4]
No.
66 of 1995.
[5]
Securitas
Specialised Services (Pty) Limited v Kabelane and Others
(2021) 42 ILJ 833 (LAC), at para 20.
[6]
[2021] ZASCA 158
(8 November 2021).
sino noindex
make_database footer start
Similar Cases
Govender and Others v Commission for Conciliation, Mediation and Arbitration and Others (DA 2/2022) [2024] ZALAC 6; [2024] 5 BLLR 453 (LAC); (2024) 45 ILJ 1197 (LAC) (26 February 2024)
[2024] ZALAC 6Labour Appeal Court of South Africa98% similar
Moropene v Competition Commission of South Africa and Others (JA129/2022) [2024] ZALAC 14; (2024) 45 ILJ 1583 (LAC); [2024] 9 BLLR 935 (LAC) (26 April 2024)
[2024] ZALAC 14Labour Appeal Court of South Africa98% similar
Government Printing Works v Public Service Association and Another (JA35/24) [2024] ZALAC 63; [2025] 2 BLLR 112 (LAC); (2025) 46 ILJ 915 (LAC) (28 November 2024)
[2024] ZALAC 63Labour Appeal Court of South Africa98% similar
Real Time Investments 158 t/a Civil Works v Commission for Conciliation, Mediation & Arbitration and Others (JA77/19) [2022] ZALAC 7; [2022] 6 BLLR 524 (LAC); (2022) 43 ILJ 1642 (LAC) (17 March 2022)
[2022] ZALAC 7Labour Appeal Court of South Africa98% similar
South African Revenue Service v National Education, Health And Allied Workers Union obo Kulati and Another (JA101/2021) [2023] ZALAC 11; (2023) 44 ILJ 1929 (LAC); [2023] 10 BLLR 1019 (LAC) (21 June 2023)
[2023] ZALAC 11Labour Appeal Court of South Africa97% similar