Case Law[2025] ZASCA 141South Africa
Urban Icon (Pty) Ltd v South African National Roads Agency SOC Ltd and Others (679/2024) [2025] ZASCA 141; [2025] 4 All SA 554 (SCA) (1 October 2025)
Supreme Court of Appeal of South Africa
1 October 2025
Headnotes
Summary: Preferential Procurement Policy Framework Act 5 of 2000 – s 2(1)(f) and regulations under the Act – s 217 of the Constitution – review-tender – standard conditions of tender – capacity of a tenderer and consequent commercial risk – displacement of highest-scoring tenderer in favour of second-placed tenderers in each instance.
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: Supreme Court of Appeal
South Africa: Supreme Court of Appeal
You are here:
SAFLII
>>
Databases
>>
South Africa: Supreme Court of Appeal
>>
2025
>>
[2025] ZASCA 141
|
Noteup
|
LawCite
sino index
## Urban Icon (Pty) Ltd v South African National Roads Agency SOC Ltd and Others (679/2024) [2025] ZASCA 141; [2025] 4 All SA 554 (SCA) (1 October 2025)
Urban Icon (Pty) Ltd v South African National Roads Agency SOC Ltd and Others (679/2024) [2025] ZASCA 141; [2025] 4 All SA 554 (SCA) (1 October 2025)
Download original files
PDF format
RTF format
Links to summary
PDF format
RTF format
make_database: source=/home/saflii//raw/ZASCA/Data/2025_141.html
sino date 1 October 2025
THE
SUPREME COURT OF APPEAL OF SOUTH AFRICA
### JUDGMENT
JUDGMENT
Reportable
Case
no: 679/2024
In
the matter between:
URBAN
ICON (PTY)
LTD
APPELLANT
and
SOUTH
AFRICAN NATIONAL ROADS AGENCY
SOC
LTD
FIRST RESPONDENT
NYELETI
CONSULTING (PTY) LTD SECOND
RESPONDENT
ILIFA
AFRICA ENGINEERS
THIRD RESPONDENT
BVI
CONSULTING ENGINEERS
FOURTH RESPONDENT
MINISTER
OF
FINANCE
FIFTH RESPONDENT
MINISTER
OF TRANSPORT
SIXTH RESPONDENT
Neutral
citation:
Urban Icon (Pty) Ltd v South African
National Roads Agency SOC Ltd and Others
(679/2024)
[2025] ZASCA
141
(1 October 2025)
Coram:
MAKGOKA, UNTERHALTER, BAARTMAN and COPPIN JJA and STEYN AJA
Heard:
1 September 2025
Delivered:
This judgment was handed down electronically by circulation to the
parties’ representatives by email, publication
on the Supreme
Court of Appeal website and released to SAFLII. The date and time for
hand-down of the judgment is deemed to be
11h00 on 1 October 2025.
Summary:
Preferential Procurement Policy Framework Act 5 of 2000
–
s
2(1)(
f
) and regulations under the Act – s 217 of the
Constitution – review-tender – standard conditions of
tender –
capacity of a tenderer and consequent commercial risk
– displacement of highest-scoring tenderer in favour of
second-placed
tenderers in each instance.
ORDER
On
appeal from:
Gauteng Division of the High Court, Pretoria (Tolmay
J, sitting as the court of first instance):
The
appeal is dismissed with costs, including the costs of two counsel
where so employed.
JUDGMENT
Unterhalter
JA (Makgoka, Baartman and Coppin JJA and Steyn AJA concurring):
Introduction
[1]
Between
March and July 2017, the first respondent, the South African National
Roads Agency Soc Ltd (SANRAL), issued seven requests
for bids in
respect of seven tenders. The tenders concerned the rendering of
civil engineering services in respect of infrastructure
projects for
the improvement of roads. The appellant, Urban Icon (Pty) Ltd (Urban
Icon), submitted bids in response to all seven
requests. SANRAL
ultimately awarded three tenders to Urban Icon. The remaining tenders
(four in number) were awarded to other bidders,
including the third
respondent, Ilifa Africa Engineers (Ilifa). Ilifa is the only bidder
which opposes Urban Icon’s appeal.
[1]
[2]
During the evaluation of the bids, Urban Icon’s bids met the
requirements for technical functionality. Its bid prices were the
lowest, and judged as to price and preference, they were the
highest
scoring. Of the four awards that SANRAL made to bidders other than
Urban Icon, they were made to the second-highest scoring
bidders.
Urban Icon was dissatisfied with this outcome. It challenged the
decision of SANRAL to award the four tenders to bidders,
instead of
awarding all seven tenders to it. Urban Icon brought a review
application in the Gauteng Division of the High Court,
Pretoria (the
high court). The application was opposed by SANRAL and Ilifa. The
high court dismissed the review, with costs, including
the costs of
two counsel, but subsequently granted Urban Icon leave to appeal.
[3]
The process by which SANRAL came to make the awards was the
following.
Initially, SANRAL’s recommendation was to award two
tenders to Urban Icon. However, SANRAL’s Contracts Committee
attached
a condition to Urban Icon’s appointment: ‘[it]
would be subject to [Urban Icon] being called in to indicate
officially
if they had the requisite capacity to deliver/perform in
terms of the two tenders’. This concern arose because Urban
Icon
had been recently incorporated and the contracts it had
performed were modest in comparison to the scale of work required by
the
tenders for which it had bid. On 7 September 2018, a meeting was
held between representatives of Urban Icon and officials of SANRAL,
during which Urban Icon’s capacity was probed. The upshot was a
decision by SANRAL’s Management Bid Adjudication Committee
(MBAC) to appoint one of its members, Mr Essa, to investigate Urban
Icon’s capacity and make recommendations.
[4]
This Mr Essa did. He sought information from Urban Icon reflected
in
correspondence that passed between them. He subsequently submitted
his written recommendations to SANRAL’s Contracts Committee.
Mr
Essa found that Urban Icon was ‘relatively new’, ‘with
a limited track record’, its staff compliment
was modest, and
it would have to rely on ‘external specialists’ who were
also committed to other entities who also
did work for SANRAL. One of
those external specialists, Mr Piet Luus, was overcommitted. This, Mr
Essa concluded, posed a high
risk to SANRAL should it award ‘too
much work to a relatively new entity, with no track record’. He
considered that
to award all seven tenders to Urban Icon ‘could
set up the entity for failure’ and was ‘an unacceptable
commercial
risk’. Mr Essa recommended awarding three projects
to Urban Icon.
[5]
These three projects concerned roads that did not carry large volumes
of traffic. He considered them less risky, being projects that ‘lend
themselves to new entrants into the industry’.
Mr Essa also
observed that ‘once the entity has settled and stabilised its
employees, structure and systems, it can bid on
new contracts that
are to come out to tender’ (of which many were anticipated in
the near future). Mr Essa further recommended
that the remaining four
projects (including the two originally awarded to Urban Icon) should
be awarded to the second highest ranked
bidders, respectively.
[6]
The Contracts Committee approved Mr Essa’s recommendations,
and, accordingly, awarded three tenders to Urban Icon, and four
tenders to the second highest ranked bidders. It also resolved
that
no further awards were to be made to Urban Icon for a period
(estimated to be twelve months) that was required to monitor
its
capacity, competence and ability to execute the three projects to be
awarded to it. I shall refer to this as the stay condition.
Mr Essa
also noted the risk that Urban Icon may be engaged in fronting, and
the Contracts Committee recommended that an independent
consultant be
procured to investigate ‘possible fronting’.
[7]
Urban Icon’s notice of motion was framed in a somewhat
convoluted
way. In essence, it seeks to review and set aside the
award of the four tenders by SANRAL (and any ensuing contracts) in
which
Urban Icon did not prevail; to remit these bids to SANRAL for
re-adjudication, alternatively, for the court to award the four
tenders
to Urban Icon. In addition, Urban Icon sought to review and
set aside the stay condition.
[8]
Two issues lie at the heart of this appeal. First, whether SANRAL,
in
its adjudication of the bids, was competent to consider whether Urban
Icon had the capacity to execute all the projects for
which it had
bid. If so, whether SANRAL could then decide to make awards to the
second highest ranked bidders, displacing Urban
Icon as the highest
ranked bidder. I shall refer to this as the competence issue. Second,
if the competence issue is answered in
the affirmative, whether
SANRAL exercise its competence without reviewable irregularity. I
shall refer to this as the irregularity
issue.
The
competence issue
[9]
Section 217
of the Constitution stipulates the attributes of the procurement
system pursuant to which an organ of State such as
SANRAL must
contract for goods or services. The Preferential Procurement Policy
Framework Act 5 of 2000 (PPPFA) and its Preferential
Procurement
Regulations, 2017 (the Regulations) give effect to s 217 of the
Constitution. Section 2(1)
(f)
of the PPPFA provides, in relevant part, that the contract must be
awarded to the tenderer who scores the highest points, unless
objective criteria justify the award to another tenderer. The
Regulations were promulgated in terms of s 5 of the PPPFA, ‘[t]he
period of suspension expired on 2 November 2021’.
[2]
The Regulations were in force at the time that SANRAL issued the
requests for tenders and adjudicated the bids. Regulation 11(1)
provides, perhaps redundantly, that ‘a contract may only be
awarded to a tenderer that did not score the highest points only
in
accordance with s 2(1)
(f)
of the Act’. It follows that SANRAL was competent to make an
award to a bidder that did not score the highest points, if
objective
criteria justify such an award.
[10]
The terms upon which bids were adjudicated by SANRAL were provided
for in the conditions
of tender. It is common ground that responsive
tenders were first adjudicated for conformity with quality criteria.
The minimum
number of points required for quality was 85 out of 100.
The financial offers were then assessed for those bids that met the
minimum
threshold for quality. A formula was set out as to the method
by which financial offers and preferences were to be scored. Clause
5.11.4 (d) stipulates that the tenderer with the highest number of
tender evaluation points for the award of the contract should
be
recommended, ‘unless there are compelling and justifiable
reasons not to do so’. This standard is somewhat more
rigorous
than the standard for deviation set out in s 2(1)
(f)
of the
Act, since it requires compelling reasons, and not simply objective
criteria that justify an award that is not made to the
highest
scoring bidder. Clause 5.13 of the standard conditions further
specifies the following:
‘
Acceptance
of a tender offer
Accept
a tender offer should it be considered not to present any
unacceptable commercial risk, only if the tenderer;
. . .
(b)
can, as necessary and in relation to the proposed contract,
demonstrate the possession of
the professional and technical
qualifications, professional and technical competence, financial
resources, equipment and other
physical facilities, managerial
capability, reliability, experience and reputation, expertise and
personnel, to perform the contract.’
[11]
The statutory framework that I have outlined, and also the specific
terms of the standard
conditions of tender, permitted SANRAL to make
an award to a bidder that was not the highest scoring bidder,
provided that such
an award was justified in compliance with the
stipulated standard.
[12]
However, to answer the competence issue, it is necessary to go
further and consider whether
SANRAL could consider whether, if
awarded all seven contracts, Urban Icon had the capacity to carry
them out without occasioning
unacceptable commercial risk to SANRAL.
I shall refer to this as the collective risk issue.
[13]
The statutory provisions and the conditions of tender I have
referenced, are formulated
in language that is cast in the singular.
That notwithstanding, they stipulate rules that are of application
when an entity, such
as SANRAL, is required to adjudicate upon
several tenders for a series of projects. This is so upon an
application of the well-established
principles of interpretation (the
unitary consideration of text, context and purpose).
[14]
It may be efficient or required for operational reasons that an
authority publishes invitations,
solicits bids and adjudicates
tenders for various projects at the same time. It would be an
unworkable restriction that the rules
of application can only be
applied to each bid, without regard to whether a bidder has also bid
on other tenders.
[15]
The capacity of a bidder to perform is a function, amongst
other matters, of how
many tenders it is awarded, and indeed what
other contractual commitments a bidder may have undertaken.
Otherwise, it would mean
that because a bidder had the capacity to
perform each of the bids that it had made, SANRAL cannot consider
whether the bidder
has the capacity to perform
all
the bids
that it has submitted. Such a restrictive reading would be deeply
subversive of the purpose of the rules, which is: to
determine
whether the highest scoring bidder has the capacity to perform the
proposed contracts, without unacceptable commercial
risk to SANRAL.
[16]
There is no reason to read s 2(1)(
f)
of the PPPFA, Regulation
11(1), or the provisions of Clause 5.11.4(d) and Clause 5.13 in a
restrictive way. Taken together, they
permit SANRAL to consider the
capacity of a bidder to undertake all the work for which it has bid,
and the commercial risk to SANRAL
that might arise from such a
bidder’s capacity constraints. The collective risk issue must
thus be answered on the basis
that SANRAL was permitted to consider
Urban Icon’s capacity to perform all the works that would be
required of it, should
awards be made to it in respect of some or all
of the tenders for which it had bid and been ranked the highest
bidder.
[17]
Urban Icon contends that SANRAL did not have the power to subject it
to a risk assessment,
and by doing so, SANRAL acted beyond its
powers. The generality of that contention cannot be sustained. Urban
Icon does not dispute
the statutory provisions and conditions of
tender that stipulate the basis upon which SANRAL may deviate from an
award to a highest-ranked
bidder. Its contention is that once Urban
Icon had qualified on the basis of quality conformity a risk
assessment based upon capacity
was precluded. That the conditions of
tender provide for a qualification stage of adjudication, concerned
with quality conformity,
does not mean that issues of commercial
risk, that engage a bidder’s capacity to perform the works for
which it has bid,
can no longer be considered. The provisions of the
PPPA, its Regulations, and the conditions of tender are formulated on
a quite
different premise, that is: even though a bidder may have
been ranked first, and thus met the qualifications for quality, there
may nevertheless be an objective basis to deviate from an award to
such a bidder.
[18]
Urban Icon
argues that the objective criteria referenced in s 2(1)
(f)
of the PPPFA do not include a risk assessment of a bidder’s
capacity to perform the tenders for which it has bid. This argument
also falls to be rejected. As the high court correctly observed,
citing
Simunye
v
Lovedale
,
[3]
a bidder’s track record, its experience, its resources, both by
way of personnel and finance, and the extent of its existing
and
proposed commitments may all constitute objective criteria within the
meaning of what s 2(1)(
f)
contemplates.
Public procurement makes use of public resources. That places a high
premium on how such scarce resources are spent.
Awarding a tender to
a first-placed bidder who cannot do the work or some material part of
it, constitutes a risk to the efficient
and effective use of public
resources. Such a risk must be assessed on an objective basis, and it
is relevant to the calculus of
whether the tenders should be awarded
to such a bidder.
[19]
To conclude otherwise would suggest that the PPPFA was indifferent to
the substantial harm
that can result to the public good from an award
to a bidder that may have qualified on a desk top assessment of the
quality of
its bid, and offered the lowest prices, but upon the
application of objective criteria, the bidder is found to suffer
incapacity
in relation to some or all of the bids that it has made.
The PPPFA entails no such indifference. Incapacity is an objective
criterion
falling squarely within the remit of s 2(1)(
f)
of
the PPPFA
.
Incapacity may also constitute a compelling and
justifiable reason in terms of Clause 5.11.4 (d) of the conditions of
tender, provided
the facts meet this standard. I therefore conclude
that SANRAL was competent to engage the collective risk issue.
[20]
A further
contention emphasised by Urban Icon was this; Even if SANRAL enjoyed
the competence, upon an application of s 2(1)(
f
),
to avoid the obligation to award all seven contracts to Urban Icon,
SANRAL could not simply make the four awards to the
second-highest-scoring
bidders. Urban Icon points to the wording of s
2(1)(
f)
that
references objective criteria justifying ‘the award to
another
tenderer
’
(my emphasis). Another tenderer does not mean the
second-highest-scoring bidder, so the argument went. This
interpretation,
it argued, is supported by a number of provisions of
the conditions of tender
[4]
, and
in particular clause 5.11.5 (d) which directs SANRAL to, ‘[R]escore
and re-rank all tenderers should there be compelling
and justifiable
reasons not to recommend the tenderer with the highest number of
tender evaluation points, . . . unless there are
compelling and
justifiable reasons not to do so, in which case the process set out
in this subclause shall be repeated’.
[21]
The use of the phrase ‘another tenderer’ in s 2(1)(
f)
includes the second-highest bidder, but does not require that the
second-highest scoring bidder must be selected. This means that
the
second-highest scoring bidder can be selected, but does not have to
be. It is not clear, then, how the reference to another
tenderer
advances the case of Urban Icon. First, we are here concerned with
whether it was competent for SANRAL to make the awards
it did to the
second-highest scoring bidders in place of Urban Icon. Section
2(1)(
f)
does not exclude SANRAL from doing so. Whether
SANRAL’s application of this competence was irregular is a
separate question,
upon which I am not presently engaged. Second, s
2(1)(
f)
is predicated upon the circumstances in which an
obligation to make an award to the highest scoring tenderer may be
avoided. It
is difficult to imagine that the obligation may be
avoided, but the highest-scoring bidder nevertheless remains in the
running.
What is clear, however, is that if the highest-scoring
bidder may be justifiably displaced, and s
2(1)(
f)
permits, but does not require, that the second-highest
bidder be chosen, provided this choice is justified by objective
criteria.
[22]
Nor do the provisions of the tender conditions in clauses 5.11.2 (b),
5.11.3 (d), 5.11.4
(d) and 5.11.5 (d) advance Urban Icon’s
case. These clauses all reference the different methods by which
permutations of
the financial offer, quality, and preferences are
scored. Clause 5.11.5 (d) sets out method 4. That was not the method
of application
in this matter. Method 3 was. Clause 5.11.4 regulates
the scoring of a financial offer and preferences under method 3.
Clause 5.11.4
(d) requires, as I have observed, that the tenderer
with the highest number of evaluation points be recommended for the
award of
the contract, ‘unless there are compelling and
justifiable reasons not to do so.’ Here too, provided there are
compelling
and justifiable reasons to do so, the second-highest
bidder may be chosen.
[23]
I conclude that the review of Urban Icon, predicated upon SANRAL’s
alleged lack of
competence to conduct a risk assessment of Urban
Icon’s capacity and appoint the second-highest scoring bidders,
must fail.
I find, for the reasons given, that SANRAL enjoyed the
competence to do so.
The
irregularity issue
[24]
I proceed next to consider whether SANRAL exercised its competence
lawfully. Urban Icon’s
principal ground of review on this score
is that SANRAL unreasonably and irrationally found that Urban Icon
posed an unacceptable
commercial risk, and conducted the risk
assessment exercise in an unfair and discriminatory manner.
[25]
Whether Urban Icon had the capacity to carry out all the
tenders it had submitted
bids for, and whether, in consequence, it
posed a commercial risk to SANRAL, were matters that SANRAL enjoyed
the power to investigate
and consider. As I have recounted, Urban
Icon was, at the time, a recent entrant. It had bid for all seven
tenders. The experience
and resources it possessed to carry out the
scale and complexity of work required by the seven tenders, and to do
so simultaneously,
were matters falling squarely within the objective
criteria that s 2(1)(
f
) of the PPPFA contemplates. Objective
questions of capacity inevitably arise when a new entrant bids for
and is first ranked to
be awarded seven tenders of considerable
value, size and importance. The potential commercial risk to SANRAL
of awarding all seven
tenders to Urban Icon, a new entrant with a
modest track record of previous works, was apparent and warranted
objective investigation.
[26]
Urban Icon raised various complaints as to how SANRAL conducted its
investigation of Urban
Icon’s capacity. First, it complained
that since Urban Icon had already secured the minimum number of
points to qualify for
the quality of its bids, there was no basis
upon which SANRAL could or should have undertaken the risk assessment
of Urban Icon’s
capacity. As to whether SANRAL could have
undertaken such an assessment, I have already determined this issue
under my analysis
of SANRAL’s competence. As to whether SANRAL
should have proceeded with the assessment that it did, here too,
SANRAL cannot
be faulted. There was plainly a collective risk issue
posed by the possibility of awarding all seven tenders to Urban Icon
as a
new entrant. An assessment of its capacity to perform these
tenders was, in the circumstances, clearly warranted. Urban Icon’s
qualification under SANRAL’s assessment of the quality of its
bids was no answer to the issue of collective risk.
[27]
Second, Urban Icon claimed that it was not informed by Mr Essa
that he was undertaking
a risk assessment of Urban Icon’s
capacity to perform the tenders, which it contended, was unfair.
Furthermore, it is said
that Mr Essa sought to extract documents from
it in a discretionary and undefined way. There is no basis for either
of these complaints.
In the correspondence between Mr Essa and Urban
Icon, Mr Essa said this: ‘. . . your organisation may be in the
running for
more than one project/tender, therefore the reason for
requesting this further information is to assess the experience,
capacity,
capability and sustainability of your organisation as a
whole’. This explanation left little room for uncertainty as to
why
Mr Essa was seeking the information that he did from Urban Icon.
Urban Icon’s objection, at the time, was not that it was
ignorant as to why the information was being sought, but rather, as
in its review, that there was no lawful basis to seek it. That
Mr
Essa was thorough in his investigation cannot be faulted. He sought
to carry out his mandate to make an informed recommendation
as to the
risk that might be occasioned to SANRAL, and to place Urban Icon in
the best possible position to demonstrate its capabilities.
That was
an entirely rational, reasonable and fair way to discharge his
mandate.
[28]
Third, Urban Icon asserts that the risk assessment undertaken by Mr
Essa was a ‘ruse’
to pursue an impermissible purpose,
that is, not to award certain tenders to Urban Icon. There is no
basis for this assertion.
Mr Essa’s memorandum sets out his
findings as to Urban Icon’s capacity to carry out the tenders
for which it had bid.
These findings are based on an objective
consideration of Urban Icon’s position. Urban Icon had secured
three previous appointments
on projects of modest size, and in two
cases, as a sub-contractor. Further, Urban Icon proposed to make
extensive use of external
specialists to execute the work. Its own
internal capacity was limited. Urban Icon objects that the terms of
the tender permitted
the engagement of external specialists, and that
other bidders similarly engaged the same external specialists. But
this misses
the point. The issue for SANRAL was whether the extent to
which Urban Icon relied upon external specialists posed a commercial
risk. Mr Essa found that it did. Any withdrawal of external experts
or constraint on their unavailability due to other commitments
posed
a significant risk, given the extent to which Urban Icon depended
upon these external specialists. While the conditions of
tender did
not preclude Urban Icon from making use of external specialists, it
could not immunise itself from the consequences
of its election to
rely heavily upon such specialists.
[29]
In sum, Mr Essa’s memorandum concluded that awarding all
seven tenders to a
relatively new entrant, with a modest track record
relying extensively on external expertise, posed a significant risk
to SANRAL,
given the scale, complexity and value of the seven
tenders. However, Mr Essa did not use this conclusion to exclude
Urban Icon.
Rather, he recommended that Urban Icon should be awarded
three tenders of less complexity to prove their mettle. That was both
a balanced and fair outcome that found a
via media
so as to
give Urban Icon, as a new entrant, a chance to do work of value,
without exposing SANRAL to undue risk. The adoption of
these
recommendations by SANRAL was in no measure the implementation of an
improper purpose to deprive Urban Icon of the fruits
of their
efforts. It was a rational and reasonable exercise of SANRAL’s
competence to consider Urban Icon’s capacity
and the commercial
risks that might accrue if all or some of the seven tenders were
awarded to Urban Icon. The decision taken by
SANRAL to award
three, but not all seven of the tenders, to Urban Icon satisfies the
objective criteria of s 2(1)(
f)
of the PPPFMA, as also the
more stringent test set out in clause 5.11.4 (d) read with clause
5.13 of the standard conditions that
there must exist compelling and
justifiable reasons to derogate from an award to the highest scoring
tenderer. That is so because
the factors that Mr Essa found to be
limitations upon Urban Icon’s capacity and the consequential
risk to SANRAL are based
on objective criteria of sufficient weight
to be compelling and justify the award that SANRAL made to Urban
Icon, which was aligned
to its actual capacity.
[30]
Urban Icon raised a number of additional challenges. It complained
that SANRAL had treated
Urban Icon unfairly and inconsistently. The
gravamen of this complaint is that the risk assessment which it was
subjected to by
SANRAL, was not meted out to other bidders, including
the second-placed bidders who secured awards at Urban Icon’s
expense.
More particularly, Urban Icon referred to the passage of Mr
Essa’s memorandum, in which he referenced a bidder, Cinfratec
(Pty) Ltd, that had been ‘similarly founded’ to Urban
Icon and shared key personnel with another bidder, Wamil. Yet,
Urban
Icon complained, Cinfratec and Wamil were awarded tenders without any
investigation of their capacity to execute the required
works.
[31]
The challenge based on inconsistent treatment is unavailing. For
inconsistent treatment
to constitute any kind of unfairness, it must,
at the very least, be shown that SANRAL treated bidders in like
positions differently.
This Urban Icon has failed to prove. There is
no evidence on record that Cinfratec and Wamil secured the award of
tenders for which
Urban Icon was competing. The projects that were
made subject to competitive bidding involving Cinfratec and Wamil do
not appear
from the record. Nor is there evidence as to how awards
were made to these companies, and against which competing bidders.
Once
this is so, there is simply no evidence that permits of any
conclusion as to whether Cinfratec and Wamil were in any respect
similarly
situated to Urban Icon.
[32]
Nor is there any basis to contend that Urban Icon was treated
unfairly because the
second-placed bidders that won awards, where
Urban Icon did not, were not subjected to the same scrutiny that
Urban Icon suffered.
Here, too, Urban Icon has not shown that these
second-placed bidders were similarly situated to it. That is to say,
there was no
evidence that the second-placed bidders were similarly
situated to Urban Icon, as relative neophytes, with a modest track
record,
and few permanent employees with significant experience. On
the contrary, it was precisely because Urban Icon and its bids raised
distinctive issues of risk that additional scrutiny was warranted.
And hence the complaint of inconsistent treatment is not made
out.
[33]
Urban Icon challenges the award of tenders to the second-placed
tenderers. This challenge
has two dimensions. First, Urban Icon
contends that the reference in s 2(1)(
f)
to ‘another
tenderer’ cannot mean a second-placed tenderer. For the reasons
I have set out above, this interpretation
cannot be accepted. Second,
Urban Icon argues that if it was lawful for SANRAL not to award the
four tenders to the first-placed
tenderer, SANRAL was required to
re-score the tenders. SANRAL did not do so but simply chose to make
the awards to the second-placed
bidders. This, it is said, is a
requirement of s 217 of the Constitution to ensure that the tender
process is competitive and transparent,
as also of the relevant
provisions of clauses 5.11.2, 5.11.5 of the conditions of tender,
which require a rescoring and re-ranking
of all tenders if there are
compelling and justifiable reasons not to recommend the tenderer with
the highest number of points.
[34]
As to the constitutional requirements of competition and
transparency, it is not apparent
what more was required of SANRAL. As
I have found, it lawfully decided not to award Urban Icon four
tenders, even though it was
the highest scoring bidder. It did so for
reasons, now well traversed. On SANRAL’s assessment, Urban Icon
lacked the capacity
to carry out the works required in all seven
tenders without undue risk to SANRAL. That meant that Urban Icon,
logically, could
no longer be in contention for the award of these
tenders. SANRAL had already undertaken a transparent and competitive
process
from which it was determined which bidders were second-placed
in each of the tenders from which Urban Icon was displaced. A
rescoring
would have yielded no different ranking; nor would it have
secured any incremental gain by way of transparency or competition.
It would have been a redundant exercise. There is no constitutional
requirement to perpetuate redundancy.
[35]
I have already observed that clause 5.11.4 (d) provides for the
application of method 3.
It does not require a rescoring. And clause
5.11.5 (d), upon which Urban Icon placed reliance, was not of
application to the adjudication
of these tenders. However, the
language of this clause is, in any event, unclear. But it appears to
permit SANRAL not to rescore
if there are compelling and justifiable
reasons not to do so. A rescoring that is merely performative and
cannot give rise to a
different outcome is a justifiable and
compelling reason not to rescore. Hence, this ground of challenge, on
any basis, must also
fail.
[36]
Finally, Urban Icon drew attention to the correspondence that passed
between SANRAL and
the National Treasury in which the latter
questioned the basis upon which SANRAL had made awards to the
second-highest bidders
in the four tenders. The reports made to the
National Treasury and its views as to the legality of SANRAL’s
awards are not
of consequence for the determination of this review.
It is for the courts to decide whether SANRAL’s actions comport
with
the requirements of legality. The discharge by SANRAL of its
duties to National Treasury is not a matter that vitiates the
decisions
here taken by SANRAL.
[37]
I conclude, therefore, that the award of the four tenders to the
second-placed bidders
suffered from no reviewable irregularity. The
high court correctly came to the same conclusion.
The
stay condition
[38]
SANRAL, as I have sketched above, imposed the stay condition upon
Urban Icon. Urban Icon
contends that SANRAL had no power to impose
the stay condition. The high court found that the stay condition was
not administrative
action because it had no external legal effect,
and since the period of the condition had expired, there was no issue
that required
determination.
[39]
We need not decide whether the stay condition was operative in any
decision taken by SANRAL
not to award the four tenders to Urban Icon.
It suffices to observe that, whether or not the stay condition
constituted administrative
action, the legality of the stay had
become moot by the time that matter fell to be decided in the high
court because the presumptive
duration of the stay had come to an
end. It was not suggested by any of the parties before us that the
stay endured beyond this
point. Nor was there any issue of principle
that required determination, notwithstanding the high court’s
finding of mootness.
The high court was thus correct to decline to
determine Urban Icon’s challenge on this score.
Conclusion
[40]
It follows that Urban Icon’s appeal must fail, and it was
common ground before us
that the costs should follow the result,
including the costs of two counsel, where so employed. I mention
finally that Urban Icon
brought an application to adduce new evidence
on appeal in this Court, and there were efforts by SANRAL and Ilifa
to do so in response.
Properly considered, the evidence was relevant
to the question of remedy should the appeal succeed on the merits.
Given the conclusion
I have reached on the merits of the appeal,
there is no need to decide these applications.
[41]
In the result, the appeal is dismissed with costs, including
the costs of two counsel,
where so employed.
D
N UNTERHALTER
JUDGE
OF APPEAL
Appearances:
For appellant:
L Maunatlala (with
him S Mhlongo and P Buckland)
Instructed by:
Malose Matsaung
Attorneys, Pretoria
Peyper & Botha
Attorneys Inc., Bloemfontein
For first
respondent:
A
Milovanovic-Bitter (with her P J Daniell)
Instructed by:
Edward Nathan
Sonnenbergs Inc., Johannesburg
Webbers Attorneys,
Bloemfontein
For third
respondent:
S D Wagener SC
Instructed by:
Kally & Co
Inc., Pretoria
Honey Attorneys,
Bloemfontein.
[1]
The second, fourth, fifth and sixth respondents did not take part in
this appeal.
[2]
The
Regulations have since been declared unconstitutional:
Afribusiness
NPC v The Minister of Finance
[2020]
ZASCA 140
;
Minister
of Finance v Afribusiness NPC
[2022] ZACC 4
;
2022 (4) SA 362
(CC);
2022 (9) BCLR 1108
(CC) but
their invalidity was suspended for 12 months.
[3]
Simunye
Developers CC v Lovedale Public FET College
2010
JDR 1568 (ECG).
[4]
Urban
Icon relies upon
clauses
5.11.2 (b), 5.11.3 (d), 5.11.4 (d) and 5.11.5 (d) of the tender
conditions.
sino noindex
make_database footer start
Similar Cases
Assmang (Pty) Ltd v Commissioner for the South African Revenue Service and Others (311/2024) [2025] ZASCA 121 (29 August 2025)
[2025] ZASCA 121Supreme Court of Appeal of South Africa98% similar
City of Johannesburg Metropolitan Municipality and Another v Seale and Another (121/2024) [2025] ZASCA 156 (20 October 2025)
[2025] ZASCA 156Supreme Court of Appeal of South Africa98% similar
Kasselman and Others v South African National Road Agency SOC Ltd (SANRAL) and Others (297/2024) [2026] ZASCA 2 (12 January 2026)
[2026] ZASCA 2Supreme Court of Appeal of South Africa98% similar
Roadmac Surfacing (Pty) Ltd v MEC for the Department of Police, Roads and Transport, Free State Province and Another (461/2023) [2024] ZASCA 157 (14 November 2024)
[2024] ZASCA 157Supreme Court of Appeal of South Africa97% similar
Sterea Digital CC and Another v City of Cape Town and Others (369/2024) [2025] ZASCA 166; [2026] 1 All SA 85 (SCA) (31 October 2025)
[2025] ZASCA 166Supreme Court of Appeal of South Africa97% similar