Case Law[2023] ZASCA 98South Africa
Minister of International Relations and Co-operation and Others v Simeka Group (Pty) Ltd and Others (610/2021) [2023] ZASCA 98; [2023] 3 All SA 323 (SCA) (14 June 2023)
Supreme Court of Appeal of South Africa
14 June 2023
Headnotes
Summary: Constitutional and administrative law – procurement process – legality review – self-review by an organ of state – proper approach to establish whether irregularities occurred as a matter of fact – evaluation whether irregularities constitute tenable grounds of review – determination of whether there had been deviation from procurement prescripts and, if established, the materiality of such deviation from legal requirements of procurement process – determination of whether the manifest purpose sought to be served by the procurement process had been substantially accomplished.
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
>>
2023
>>
[2023] ZASCA 98
|
Noteup
|
LawCite
sino index
## Minister of International Relations and Co-operation and Others v Simeka Group (Pty) Ltd and Others (610/2021) [2023] ZASCA 98; [2023] 3 All SA 323 (SCA) (14 June 2023)
Minister of International Relations and Co-operation and Others v Simeka Group (Pty) Ltd and Others (610/2021) [2023] ZASCA 98; [2023] 3 All SA 323 (SCA) (14 June 2023)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZASCA/Data/2023_98.html
sino date 14 June 2023
THE SUPREME COURT OF
APPEAL OF SOUTH AFRICA
### JUDGMENT
JUDGMENT
Reportable
Case
No:
610/2021
In the matter between:
MINISTER
OF INTERNATIONAL
RELATIONS
AND CO-OPERATION
FIRST
APPELLANT
DIRECTOR-GENERAL:
DEPARTMENT OF
INTERNATIONAL
RELATIONS AND
CO-OPERATION
SECOND
APPELLANT
DEPARTMENT OF
INTERNATIONAL
RELATIONS AND
CO-OPERATION
THIRD
APPELLANT
and
SIMEKA
GROUP (PTY) LTD
FIRST
RESPONDENT
REGIMENTS CAPITAL
(PTY) LTD
SECOND
RESPONDENT
LEMASCENE (PTY)
LTD
THIRD
RESPONDENT
SERENDIPITY
INVESTMENTS SA LLC
FOURTH RESPONDENT
SIMEKA INVESTMENT
GROUP (PTY) LTD FIFTH
RESPONDENT
Neutral
citation:
Minister of International Relations and
Co-operation and Others v Simeka Group (Pty) Ltd and Others
(
610/2021
)
[2023] ZASCA
98
(14 June 2023)
Coram:
PETSE DP and
MAKGOKA and MOTHLE JJA and
KGOELE and WINDELL AJJA
Heard:
16 August 2022
Delivered:
14 June 2023
Summary:
Constitutional and administrative law – procurement
process – legality review – self-review by an organ of
state
– proper approach to establish whether irregularities
occurred as a matter of fact – evaluation whether
irregularities
constitute tenable grounds of review –
determination of whether there had been deviation from procurement
prescripts and,
if established, the materiality of such deviation
from legal requirements of procurement process – determination
of whether
the manifest purpose sought to be served by the
procurement process had been substantially accomplished.
Delay
in instituting a legality review – whether delay unreasonable
and if so, whether delay should nevertheless be condoned
–
legality self-review not subject to strictures of s 7(1) of
Promotion
of Administrative Justice Act 3 of 2000
– nevertheless legality
self-review required to be instituted without unreasonable delay –
whether delay is unreasonable
is a question of fact – whether
unreasonable delay should be condoned entails a value judgment
dictated by constitutional
values.
ORDER
On
appeal from:
Gauteng
Division
of
the High Court,
Pretoria
(
Hughes J
,
sitting as court of first instance):
1
The appeal is upheld with costs, including the costs of two counsel.
2
The order of the high court is set aside and in its place is
substituted the following
order:
'1
The late institution of the application for a legality review is
condoned.
2
The award of the tender for the appointment of a development partner
for the design,
construction, operation, maintenance and financing of
a suitable and sustainable office and residential accommodation for
South
African diplomatic missions in Manhattan, New York City, New
York pursuant to a request for proposal (DIRCO 10/2015/16) to the
joint venture comprising Simeka Group (Pty) Ltd and Regiments Capital
(Pty) Ltd is declared constitutionally invalid and therefore
unlawful.
3
The award of the tender referred to in paragraph 2 of this order is
reviewed and set
aside.
4
The Project Management Agreement concluded between the Department of
International Relations
and Cooperation and Lemascene (Pty) Ltd
pursuant to the award of the tender is declared to be of no legal
force and effect, reviewed
and set aside.
5
The respondents, jointly and severally, are ordered to pay the costs
of this application,
including the costs of two counsel where so
employed.'
JUDGMENT
Petse
DP
(
Makgoka and Mothle JJA
and Kgoele and Windell AJJA
concurring
)
:
Introduction
[1]
Since the advent of our constitutional democracy, the procurement of
goods and services by all organs
of state must now comply with
certain stringent constitutional and statutory procurement
prescripts. The
fons
et origine
of those prescripts is s 217 of the Constitution.
[1]
Section 217(3), in particular, decrees that the State must provide
legislative measures to give effect to the requirements of s
217(1)
of the Constitution. As a result, this constitutional decree gave
birth to two important pieces of legislation, the first
being the
Public Finance Management Act
[2]
and, the second, the Preferential Procurement Policy Framework
Act.
[3]
[2]
This appeal is one of the multiple cases, too many to enumerate, that
have served before this Court
since the advent of the constitutional
order ushered in by the Constitution.
[4]
The dispute in this appeal has its genesis in the award of a tender
by the third appellant, the Department of International Relations
and
Cooperation (the Department), to a joint venture comprising the first
respondent, Simeka Group (Pty) Ltd (Simeka Group), and
the second
respondent, Regiments Capital (Pty) Ltd (Regiments Capital), on 17
May 2016.
[3]
Briefly, the tender was for the appointment of a development partner
for the design, construction, operation,
maintenance and financing of
a suitable and sustainable office and residential accommodation for
South African diplomatic missions
in Manhattan, New York City, New
York in the United States of America (the USA). The substantive
question in this appeal ultimately
turns on whether the award of the
tender to Simeka Group and Regiments Capital as a joint venture by
the Department was constitutionally
valid. For convenience, Simeka
Group and Regiments Capital shall be referred to collectively as the
Joint Venture. As alluded to
above, there is an ancillary question
that requires determination, namely whether there was an inordinate
delay by the Department
in instituting its legality review and, if
so, whether such a delay is inexcusable.
[4]
The Department, together with the first appellant, the Minister of
International Relations (the Minister)
and the second appellant, the
Director-General of the Department (the Director-General), as
co-applicants in the Gauteng Division
of the High Court, Pretoria
(the high court) contended that the award of the tender to the Joint
Venture was fraught with multiple
material irregularities that
rendered the award unconstitutional and unlawful. Consequently, they
sought an order declaring the
award constitutionally invalid and
unlawful and, as a consequence, reviewing and setting it aside.
Because of the identity of interest
amongst the three parties, the
Minister, the Director-General and the Department shall, for
convenience, be referred to collectively
as the government parties.
However, whenever the context dictates otherwise they will be
identified by their individual appellations.
[5]
The third respondent, Lemascene (Pty) Ltd (Lemascene), fourth
respondent, Serendipity Investments SA
LCC (Serendipity) and fifth
respondent, Simeka Investment Group (Pty) Ltd (Simeka Investment),
resisted the grant of the relief
sought by the government parties.
[6]
I pause here to mention that Lemascene, which was specifically
incorporated for this purpose was, on
the one hand, designed to
implement the South African part of the project. On the other hand,
Serendipity which is a company incorporated
in the USA was
established to carry out the USA's portion of the project.
[7]
In the event, the high court (per Hughes J) held that the government
parties' delay in instituting the
review proceedings was: (a)
inordinate; (b) the explanation proffered for the delay was woefully
inadequate; and (c) the delay
itself was unreasonable. Accordingly,
the high court declined to condone the delay and thus dismissed the
application with costs,
including the costs of two counsel. Thus, the
government parties were non-suited solely on the basis of delay.
Indeed, the high
court called into question the bona fides of the
government parties in instituting their legality self-review, and
opined that
the institution of the review application was actuated by
ulterior motives. It further held that the 'Department [sought] to
evade
its constitutional obligation by way of a self-review' in order
'to avoid a declaration that [the Department] is responsible for
fruitless and wasteful expenditure'. On 14 May 2021 the high court
granted the government parties leave to appeal to this Court,
hence
the present appeal.
Factual
background
[8]
As alluded to above, on 4 March 2016 the Department issued a Request
for Proposals (the RFPs) for the
appointment of a development partner
for the design, construction and financing of suitable and
sustainable office and residential
accommodation for the South
African diplomatic missions in the USA. This was pursuant to an
advertisement placed by the Department
in the Government Tender
Bulletin requesting proposals. More specifically, the Department made
it perfectly clear that it sought
to enter into what it termed a
'long term lease' or, in the alternative, a 'lease to buy property'
option, with a South African
incorporated entity that had 'presence
or collaboration' in New York and 'able to finance, procure and
maintain accommodation and
act as landlord to the Government' of the
Republic of South Africa.
[9]
To achieve the Department's objective, prospective bidders were
explicitly requested to 'identify and
secure land' –
self-evidently in Manhattan, New York City – and to 'design and
develop or redevelop' such land in accordance
with the Department's
tender specifications. And, beyond this point, the successful
tenderer would be required to operate, manage
and maintain the
facilities. This entailed, as expressly required by the RFPs, that
the successful tenderer was expected to 'raise
the required funding
to finance both the capital and operational costs of acquiring and
managing the facilities' for the beneficial
use of the Department.
[10]
The process for accepting any responsive bid entailed the following:
(a)
bids would be screened to determine whether they complied with the
requirements of the RFPs, which, inter alia, were:
(i)
that each bidder should provide audited financial statements for the
immediate past three years;
(ii)
in the case of a Joint Venture or Consortium, each one of the parties
forming part of the Joint Venture or Consortium would
be required to
provide audited financial statements;
(b)
bidders were required to provide proof that they would be able to
raise the required capital to fund the project;
(c)
as required by Treasury Regulations with respect to procurement of
goods and services for organs of state, the bids would be
evaluated
by the Bid Evaluation Committee (BEC) and if they met the required
threshold, they would then proceed to the Bid Adjudication
Committee
(BAC) which was tasked with the responsibility of adjudicating the
bids to determine if they met the requirements of
the bid as required
by the RFPs.
[11]
Presumably, because of the magnitude of the scope of the work
required in terms of the RFPs and the substantial
financial injection
that the project entailed, only two bids were received by the
Department. The one bid was that of the Joint
Venture whilst the
other was received from a consortium comprising Lephuthing Investment
CC and Menzibali Construction CC (Lephuthing/Menzibali
Construction).
On 16 May 2016, and after due consideration of the two competing bids
received, the BEC concluded that the bid submitted
by
Lephuthing/Menzibali Construction was non-responsive. It was, as a
result, disqualified. Instead, the BEC recommended the bid
submitted
by the Joint Venture. It bears mentioning that the
Lephuthing/Menzibali Construction consortium was disqualified solely
on the basis that it had not submitted audited financial statements
of the parties comprising the consortium. Curiously, the Joint
Venture, too, failed to meet this express requirement of the RFPs and
yet it was allowed to proceed to the next stage of the process
ostensibly because the BEC was satisfied with the Joint Venture's
proposal with reference to both its financial and capability
attributes. I shall revert to this aspect later.
[12]
As already indicated above, the BEC recommended to the BAC that the
Joint Venture be awarded the contract for the
project envisaged in
the RFPs. For its part, the BAC accepted the recommendation and, on
16 May 2016, forwarded its own recommendation
to the
Director-General, further indicating that it 'concurs with the
recommendation' of the BEC.
[13]
In addition, the BAC recommended that 'the Project Team travels to
New York to conclude the selection process of
the three (3)
shortlisted site[s]; supported by the officials from the missions
through site inspection'. The Director-General
accepted the
recommendation and awarded the tender to the Joint Venture.
Consequently, on 17 May 2016, the Director-General wrote
to the Joint
Venture in accordance with a draft letter prepared for him by the BAC
– awarding the tender to the Joint Venture,
advising the latter
that it was appointed as 'the preferred bidder for the ... project'.
[14] It is
apposite at this juncture to emphasise that the RFPs made plain that
the successful bidder was itself required
to provide finance for the
construction of the office and residential accommodation as
stipulated in the RFPs. There was no doubt
that the RFPs contemplated
that the Department would become purely a lessee either to hire the
accommodation for the duration of
the lease, alternatively, the
Department would lease the accommodation with a view of purchasing it
when the lease ultimately terminated
by effluxion of time.
Accordingly, no capital outlay of whatever nature would be required
from the Department. This is evident
from the scope of the work spelt
out in the RFPs that the successful tenderer would be required to
provide.
[15]
Following the award of the tender, a Steering Committee was
established comprising representatives of the Department,
the Joint
Venture and the National Treasury and its primary objective was to
monitor the implementation of the project. Its chairperson
was Ms
Bernice Africa, the Department's Chief Director: Property and
Facilities Management. The committee proposed, amongst other
things,
that the envisaged lease agreement should constitute a finance lease.
In terms of s 76(3) of the Public Finance Management
Act 1 of 1999
(the PFMA) read with Regulations 13.2.4 and 16 of the Treasury
Regulations,
[5]
a finance lease
requires the approval of the National Treasury. The Treasury
Regulations make provision for four categories of
approval, namely
Treasury Approval I (TA I); Treasury Approval IIA (TA IIA); Treasury
Approval IIB (TA IIB) and Treasury Approval
III (TA III). Upon being
approached to grant the requisite approvals, the National Treasury
instead granted exemptions in relation
to TA I, TA IIA and TA IIB,
stating that the exemptions were granted by virtue of 'the
developments that have already taken place'.
However, the National
Treasury insisted on due compliance with respect to TA III. To this
end, the National Treasury required that
the Department submit
certain documentation, namely:
(a) the final draft
Public Private Partnership (PPP) agreement;
(b) the final draft
nominee agreement;
(c) the final financial
model, including detailed information on contingent liabilities and
the impact of exchange rate movements
on project cash-flows;
(d) the PPP contract
management plan; and
(e) documents indicating
the preferred bidder's capacity and track record in the financing,
design and construction of buildings
(American company) and
facilities management (South African company).
[16] At the
first meeting of the Steering Committee held on 21 June 2016 attended
by representatives from both Simeka
Group and Regiments Capital on
the one hand, and the Department on the other, it was, inter alia,
agreed that:
(a) an offer to purchase
the land had been 'verbally accepted by the current owners' and that
it was envisaged that a written agreement
should be concluded by 30
June 2016 with a deposit of US $1 million payable within 60 days
thereafter;
(b) that the transaction
had by then metamorphosised into a finance lease and that the
Department would consider contributing towards
the purchase of the
land;
(c) that Simeka Group
would represent the Department as the latter's agent in the
acquisition of the land with the South African
Government in effect
becoming the purchaser of the land.
[17] At its
subsequent meeting held on 19 January 2017, the Steering Committee
agreed that the Department would pay
a non-refundable deposit of US
$60 million towards the acquisition of land for the project in terms
of a Project Preparation Agreement
(the PPA) that was at that stage
envisaged.
[18] At this
juncture two points of fundamental importance should be made. First,
it was by now envisaged that the Department
would finance both the
acquisition of the land and the construction of the offices and
residential accommodation. Second, this
development represented a
radical departure from what the RFPs had envisaged and required when
the project went out on tender.
As a rationale for this radical
departure from what the RFPs contemplated, it was explained that it
would be best for the Government
'to take title of the property for
purposes of [diplomatic] immunities and privileges'. The Steering
Committee further agreed that:
(a) the PPA should be
submitted by 27 January 2017;
(b) TA III application
should be submitted to the National Treasury by 31 March 2017; and
(c) the 'targeted' date
for the TA III approval was 30 April 2017.
[19] What
happened next was that on 25 March 2017 the Government, represented
by the Department, on the one hand and
Lemascene and Regiments
Capital on the other, concluded the PPA. In terms of clause 4.1 of
the PPA, Lemascene would represent the
Government and, as the
latter's agent, identify potential project sites and 'enter into
negotiations with owners [of land]' and
thereafter 'present such
[p]roject [s]ites in their order of priority to the Department' for
it to identify a preferred site of
its choice. Following this,
Lemascene would then 'procure ... the Land Purchase Agreement' to be
concluded between Lemascene and
Serendipity as agents for the
Department. The PPA explicitly provided in clause 4.5 thereof that
Lemascene and Serendipity 'shall
have no beneficial interest or
rights nor assume any obligations in terms of or in the Land Purchase
Agreement or the chosen site ... '
This meant that the
Department would be the sole party to purchase the land and generally
fund the project. This was, of course,
at variance with the explicit
requirements of the RFPs that provided that the successful tenderer
would solely bear such an obligation.
[20] Clause 7
of the PPA, inter alia, provided that '[t]he Department shall make an
advance payment of US$ 9 000 000.00
(nine million US Dollars),
representing ... twenty per cent (20%) of the purchase price of the
Project Sites ... to Lemascene for
the execution of the Preparatory
Work' which is inclusive of the payment of a deposit of US $5
million. It bears mentioning that
the total purchase price of the
property in terms of the agreement concluded on 29 June 2017 between
Serendipity – in its
representative capacity – and the
land owners was US $47 850 000.
[21] On 29
August 2017, and as explicitly provided for in the PPA, the
Department acting in collaboration with Lemascene,
prepared a letter
under the hand of its then Director-General addressed to the National
Treasury in terms of which an application
was made for the TA III
approval. In support of its application, the Department provided the
National Treasury with a report in
terms of Treasury Regulation
16.5.6. The Department also expressed its confidence as to the
feasibility of the project as well
as its 'strategic operational and
financial benefits ownership' that it had 'interrogated thoroughly',
emphasising that the project
'would provide value for money for [the]
Government'. The Department, being overly confident of the viability
of the project, proposed
to the National Treasury that it 'be
afforded the opportunity to present the project to the National
Treasury colleagues on 11
September 2017'.
[22] But
there was a new twist of events that ultimately scuppered the entire
project. In the wake of allegations that
had enjoyed wide-spread
publicity to the effect that a member of the Joint Venture, ie
Regiments Capital, was associated with a
notorious family perceived
to have corruptly siphoned vast sums of money from the government and
more especially from State-owned
entities, the National Treasury
expressed grave misgivings about granting the required TA III
approval.
[23] In order
to circumvent and allay what by all accounts had become justifiable
concerns raised by the National Treasury,
Simeka Group wrote to the
Department confirming that it had taken note of the 'concerns raised
by the National Treasury committee'
that had convened to consider
'the TA III approval application of the project'. It then proposed
that Regiments Capital should
withdraw from the Joint Venture so that
Simeka Group could then proceed with the project on its own. This
proposal found favour
with the Department. Pursuant thereto Simeka
Group, Regiments Capital, Lemascene and Serendipity concluded a
termination agreement
during December 2017 in terms of which
Regiments Capital terminated the Joint Venture. Regiments Capital
further undertook to,
inter alia: (a) relinquish any and all of its
rights, title and interest in the project; and (b) irrevocably
procure the resignation
of directors nominated by it to the board of
directors of Lemascene.
[24] Although
the sole objective of the termination agreement was to enable Simeka
Group, as an untainted entity, to
proceed with the implementation of
the project to its intended conclusion, the National Treasury was
still not convinced and, as
a result, refused to grant TA III
approval. The entrenched position taken by the National Treasury in
refusing to grant the TA III
approval precipitated a crisis for
both the Department and Simeka Group. In an endeavour to extricate
itself from the resultant
quagmire, the Department consulted the
State Attorney who, on 29 June 2018, wrote to the attorneys
representing the respondents
indicating, inter alia, that the award
of the tender to the Joint Venture was fraught with irredeemable
irregularities. Consequently,
the Department went on to intimate that
it would bring a review application to the high court to have the
award of the tender to
the Joint Venture declared constitutionally
invalid and unlawful. Some three months thereafter this litigation
commenced.
[25] On 10
October 2018, the government parties instituted review proceedings in
the high court seeking the following
relief:
'1
Declaring the award of the tender for the appointment of a
development partner
for the design, construction, operation,
maintenance and financing of a suitable and sustainable office and
residentia1 accommodation
for South African diplomatic missions in
Manhattan, New York City, New York (DIRCO 10/2015/16) to the joint
venture comprising
the first and second respondents to be unlawful
and / or unconstitutional and /or invalid;
2
Setting aside the award of the aforesaid tender to the joint venture
comprising
the first and second respondents;
3
Setting aside the Project Preparation Agreement concluded between the
third
applicant and the third respondent pursuant to the awarding of
the tender to the first and second respondents;
4
Directing the first, second, third and / or fourth respondents to
repay
to the third applicant the Rand equivalent of US $9 million,
together with interest thereon at the prescribed rate of interest
calculated from the date of this order to date of payment.'
In this Court, as was the
case in the high court, the relief sought in terms of paragraph 4 of
the notice of motion was not pursued.
Thus, nothing more need be said
of this prayer.
[26] As
already mentioned, the review application failed before Hughes J who
dismissed it solely on the basis of delay.
Consequently, the high
court did not enter into the substantive merits of the review.
[27] It is
timely at this juncture to observe that in its review, the government
parties relied on a number of alleged
irregularities in the tender
process. In particular, they asserted that:
(a) the two parties that
had responded to the RFPs were not treated equally in that
Lephuthing/Menzibali Construction's bid was
disqualified because it
had not provided the required audited financial statements whereas
the Joint Venture was not, despite the
fact that it too had failed to
provide the required audited financial statements;
(b) as for Regiments
Capital as a party to the Joint Venture, no financial statements at
all were provided;
(c) both the BEC and BAC
ignored the requirements of the RFPs in order to favour the Joint
Venture;
(d) the Joint Venture
failed to meet the RFPs' requirement to provide proof that it had the
ability to raise the requisite funding
for the project;
(e) once the tender was
awarded to the Joint Venture, and pursuant to decisions taken by the
Project Steering Committee, the Department
was burdened with the
obligation to fund the project whereas this should have been the sole
responsibility of the Joint Venture
in compliance with both the RFPs
and the contract concluded between the parties.
Nature of the review
[28]
It is helpful at this juncture to get one uncontentious preliminary
issue out of the way. The logical point of
departure in a matter such
as this is to determine whether the review is one to be dealt with
under the Promotion of Administrative
Justice Act 3 of 2000 (PAJA) or
the principle of legality. I have above said that the issue is, in
the context of the facts of
this case, uncontentious. The parties are
in agreement that this review falls to be dealt with under the
principle of legality,
[6]
since
it is the Department that seeks to invalidate its own decision.
Whilst cognisant that
Gijima
generated widespread interest amongst academic commentators and even
attracted trenchant academic criticism, it is, however, not
necessary
for present purposes to say more on that score.
[7]
[29]
In
Fedsure
Life Assurance Ltd and Others v Greater Johannesburg Transitional
Metropolitan Council and Others
,
[8]
the Constitutional Court said that: 'It seems central to the
conception of our constitutional order that the legislature and the
executive in every sphere are constrained by the principle that they
may exercise no power and perform no function beyond that
conferred
upon them by the law'.
[9]
The Constitutional Court
went on to elaborate that:
'… a local
government may only act within the powers lawfully conferred upon it.
There is nothing startling in this proposition
- it is a fundamental
principle of the rule of law, recognised widely, that the exercise of
public power is only legitimate where
lawful. The rule of law –
to the extent at least that it expresses this principle of legality –
is generally understood
to be a fundamental principle of
constitutional law. This has been recognised in other jurisdictions.
In
The Matter of a Reference by the Government in Council
Concerning Certain Questions Relating to the Secession of Quebec from
Canada
the Supreme Court of Canada held that:
"Simply
put, the constitutionalism principle requires that all government
action comply with the Constitution. The rule of
law principle
requires that all government action must comply with the law,
including the Constitution. This Court has noted on
several occasions
that with the adoption of the Charter, the Canadian system of
government was transformed to a significant extent
from a system of
Parliamentary supremacy to one of constitutional supremacy. The
Constitution binds all governments, both federal
and provincial,
including the executive branch (
Operation
Dismantle Inc. v. The Queen
,
[1985] 1 S.C.R. 441
, at p.455). They may not transgress its
provisions: indeed, their sole claim to exercise lawful authority
rests in the powers allocated
to them under the Constitution, and can
come from no other source".'
[10]
(Footnotes omitted.)
[30]
Almost two years later, in
Pharmaceutical
Manufacturers Association of South Africa and Another: In re Ex Parte
President of the Republic of South Africa and
Others
,
[11]
the
Constitutional Court explained that the principle of legality is 'an
incident of the rule of law'
[12]
which is a founding value of the Constitution itself.
[13]
Ngcobo J further clarified the principle of legality in
Affordable
Medicines Trust and Others v Minister of Health and Another
,
[14]
as follows:
'The
exercise of public power must therefore comply with the Constitution,
which is the supreme law, and the doctrine of legality,
which is part
of that law. The doctrine of legality, which is an incident of the
rule of law, is one of the constitutional controls
through which the
exercise of public power is regulated by the Constitution.'
[15]
[31]
On this score, it is as well to remember that s 2 of the Constitution
decrees that the Constitution is 'the supreme
law of the Republic'
and that 'conduct inconsistent with it is invalid. In that event, s
172(1)
(a)
of the Constitution enjoins the courts to declare
any conduct inconsistent with it to be invalid. What is clear from
this Constitutional
imperative is that once a court has found that
any conduct is, as a fact, inconsistent with the Constitution, such a
court is obliged
to declare it invalid. It has no choice in the
matter. It is therefore against this backdrop that the application by
the government
parties in the high court seeking the review of the
Department's own decision in awarding the contract to the Joint
Venture in
the first place and the subsequent wholesale variation of
the requirements of the RFPs by the Steering Committee, thereby
relieving
the Joint Venture of its contractual obligations, falls to
be considered.
Brief
contentions of the parties
[32]
In this Court, as in the high court, the overarching contentions of
the government parties is that the Joint Venture
woefully failed to
satisfy even the barest minimum of the criteria prescribed by the
RFPs in that:
(a)
the Joint Venture failed to submit audited financial statements for
the three years preceding the tender as required;
(b)
that the bid documents were submitted solely in the name of Simeka
Group whereas the RFPs dictated that in the case of a joint
venture,
the parties to the joint venture ought to do so;
(c)
the Joint Venture failed to provide proof of its ability to raise the
requisite funding for the project and, instead, only submitted
a
letter that purported to prove the ability of Simeka Group and the
latter's associate shareholders; and
(d)
for what they were worth, the financial statements submitted by the
Joint Venture, such as they were, revealed that the Joint
Venture
lacked the financial ability to perform the project.
[33]
Moreover, the government parties contended that the agreement
concluded pursuant to the tender was a radical departure
from what
the RFPs had required and envisaged. Insofar as the delay in
instituting the review proceedings is concerned, upon which
the
review application faltered in the high court, the edifice of the
government parties' case rested on three pillars. First,
it was
argued that there was no delay, but if there was, such delay was
adequately explained, and in any event, not unreasonable.
In addition
to this, it was contended that the high court's decision to the
contrary was due to a misconception of the true facts
on its part.
Lastly, the government parties submitted that the pervasive
unlawfulness in the award of the tender in the first place
and the
subsequent conclusion of the PPA, militated in favour of the delay
being overlooked and for the review and setting aside
of the award of
the tender to follow as an inevitable consequence.
[34]
For its part, the Joint Venture contended that the non-suiting of the
government parties solely on the basis of
delay is unassailable. With
regard to the substantive merits of the review, the Joint Venture
submitted that the contention that
the 'responsiveness criteria' were
not satisfied, thus justifying the setting aside of the award on this
basis, has not been established
on the papers. Counsel argued that
even if they were established, these were neither material nor did
they occasion any prejudice
to the Department and therefore cannot
provide a basis for the award of the tender to be set aside.
[35]
It was further submitted on behalf of the Joint Venture that the
conclusion of the PPA bore no relevance to the
award of the tender
and that, in any event, the financial contribution by the Government
to the acquisition of the land as envisaged
in the PPA was not
proscribed by the RFPs. Accordingly, this case requires this Court to
determine first and foremost whether there
was any non-compliance
with the requirements of the RFPs. If so, whether, once established,
such non-compliance with the tender
requirements as required by the
law was material. Of course, the constitutional and legislative
procurement framework and prescripts
will be central to the
determination of the dispute between the protagonists in this
litigation.
Constitutional
framework
[36]
The logical point of departure in a case such as this is of course s
217 of the Constitution itself. The section
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) must be implemented.
Statutory
framework
[37]
The most relevant legislation in the context of the facts of this
case is the PFMA. According to its Preamble,
the PFMA seeks, inter
alia, to 'regulate financial management in the national and
provincial governments; to ensure that all revenue,
expenditure,
assets and liabilities of those governments are managed efficiently
and effectively'. The object of the PFMA is set
out in s 2 thereof.
It is 'to secure transparency, accountability, and sound management
of revenue, expenditure, assets and liabilities
of the
institutions
[16]
to which [the
PFMA] applies'. In addition, s 51(1)
(a)
(iii)
of the PFMA requires that an accounting authority for a department
must ensure and maintain 'an appropriate procurement and
provisioning
system which is fair, equitable, transparent, competitive and cost
effective'.
Legal
approach
[38]
It is apposite at this juncture to say something about the proper
approach to the role that procedural requirements
play in procurement
matters. In
Allpay
Consolidated Investment Holdings (Pty) Ltd and Others v Chief
Executive Officer of the South African Social Security Agency
and
Others
,
[17]
the Constitutional Court disapproved of this Court's approach to
procedural requirements when this Court opined that these should
'not
be considered on their own merits, but instead through the lens of
the final outcome'.
[18]
The
Constitutional Court cautioned that such an approach 'conflates the
different and separate questions of unlawfulness and remedy'.
It
emphasised that '[i]f the process leading to the bid's success was
compromised, it cannot be known with certainty what course
the
process might have taken had the procedural requirements been
properly observed'.
[19]
This
dictum assumes, in my view, significance in this case for reasons
that will become apparent later. The Constitutional Court
went on to
observe, with reference to international authority,
[20]
that 'deviations from fair process may themselves all too often be
symptoms of corruption or malfeasance in the process'.
[21]
The Constitutional Court then proceeded to explain that insistence on
compliance with process formalities served a three-fold purpose,
viz
:
(a)
it ensures fairness to participants in the bid process;
(b)
it enhances the likelihood of efficiency and optimality in the
outcome; and
(c)
it serves as a guardian against a process skewed by corrupt
influences.
[22]
[39]
Insofar as the requirement of materiality is concerned, O'Regan J
aptly captured the core of this requirement in
African
Christian Democratic Party v Electoral Commission and Others
[23]
when she said that in essence the question is 'whether what the
applicant did constituted compliance with the statutory provisions
viewed in the light of their purpose'.
[24]
And, as already indicated above, the logical starting point in this
enquiry is s 217 of the Constitution. On this score, what Moseneke
DCJ said in
Steenkamp
NO v Provincial Tender Board of the Eastern Cape
(
Steenkamp
)
[25]
is instructive. The learned Deputy Chief Justice said:
'Section
217 of the Constitution is the source of the powers and function of a
government tender board. It lays down that an organ
of state in any
of the three spheres of government, if authorised by law may contract
for goods and services on behalf of government.
However the tendering
system it devises must be fair, equitable, transparent, competitive
and cost-effective. This requirement
must be understood together with
the constitutional precepts on administrative justice in section 33
and the basic values governing
public administration in section
195(1).'
[26]
Hot on the heels of
Steenkamp
, this Court explained this theme in
Millennium
Waste Management
as follows:
'The
final Constitution lays down minimum requirements for a valid tender
process and contracts entered into following an award
of tender to a
successful tenderer (s217). The section requires that the tender
process, preceding the conclusion of contracts
for the supply of
goods and services, must be "fair, equitable, transparent,
competitive and cost-effective".'
[27]
(Footnotes omitted.)
[40]
In similar vein, Schutz JA, in emphasising the importance of adhering
to relevant legal prescripts, had occasion
to observe in
Premier
of the Free State Provincial Government and Others v Firechem Free
State (Pty) Ltd
(
Firechem
),
that:
[28]
'One
of the requirements of such a procedure is that the body adjudging
tenders be presented with comparable offers in order that
its members
should be able to compare. Another is that a tender should speak for
itself. Its real import may not be tucked away,
apart from its terms.
Yet another requirement is that competitors should be treated
equally, in the sense that they should all
be entitled to tender for
the same thing. Competiveness is not served by only one or some of
the tenderers knowing what is the
true subject of tender. One of the
results of the adoption of a procedure such as Mr McNaught argues was
followed is that one simply
cannot say what tenders may or may not
have been submitted, if it had been known generally that a fixed
quantities contract for
ten years for the original list of products,
and some more, was on offer. That would deprive the public of the
benefit of an open
competitive process.'
[29]
[41]
Finally, it is necessary to make reference to the National Treasury
Regulations issued in terms of s 76 of the
PFMA. The Treasury
Regulations place a high premium on the need to develop and implement
an effective and efficient supply chain
management system in regard
to the procurement of goods and services. That system is required to
be fair, equitable, transparent,
competitive and cost-effective as
decreed by s 217 of the Constitution. The learned author of
The
Law of Government Procurement in South Africa
[30]
says the following in regard to the underlying rationale for a
competitive and fair procurement process:
'One
of the primary reasons for the express inclusion of the five
principles in section 217(1) of the Constitution is to safeguard
the
integrity of the government procurement process. The inclusion of the
principles, in addition to ensuring the prudent use of
public
resources, is aimed at preventing corruption.'
[31]
[42]
Of fundamental importance in the context of the facts of this case is
Treasury Regulation 16A which pertinently
regulates supply chain
management processes in relation to, inter alia, government
departments. In
Allpay
Consolidated
,
the Constitutional Court emphasised, albeit in a difference context,
that '[t]he facts of each case will determine what any shortfall
in
the requirements of the procurement system – unfairness,
inequity, lack of transparency, lack of competitiveness or
cost-efficiency
– may lead to…'.
[32]
As already indicated above, in awarding the tender and pursuant to
which the Department concluded the contract and PPA with the
Joint
Venture, the Department was exercising public power. And as we are
here dealing with a self-review by a government department,
the
principle of legality is the only permissible avenue through which
the decisions at issue here may be reviewed. Accordingly,
as Madlanga
J and Pretorius AJ observed in
State
Information Technology Agency SOC Limited v Gijima Holdings (Pty)
Limited
(
Sita
),
[33]
the pertinent question is:
'[d]id
the award conform to legal prescripts? If it did, that is the end of
the matter. If it did not, it may be reviewed and possibly
set aside
under legality review.'
[34]
[43]
In this case there was no dispute that the process preceding the
award of the tender did not accord with the dictates
of s 217 of the
Constitution. This is because the BEC and the BAC, both of which were
central to the ultimate award of the tender,
failed at every turn in
conscientiously discharging their constitutional and statutory
responsibilities. This then raises the question
as to whether the
Department acted contrary to the dictates of the Constitution which
is the supreme law in this country.
[35]
[44]
Before us, lead counsel for the government parties addressed the
substantive merits of the review first, and the
issue of delay last.
In this judgment, I shall adopt the same approach.
[36]
[45]
It is timely at this stage to address the substantive merits of the
review itself. Two important points in this
regard need to be
emphasised. First, in a review of administrative action taken under
the procurement process, courts are enjoined
to assess the evidence
that impugns the procurement process to establish whether such
evidence justifies the conclusion that any
one of the grounds of
review has been established. And, as the Constitutional Court held in
Allpay
Consolidated
,
albeit in a different context, if the reviewing court finds that
'there are valid grounds for review, it must declare the procurement
process to be constitutionally invalid and set it aside.'
[37]
[46] What the
Constitutional Court said in
Allpay Consolidated
bears
repeating. The Constitutional Court stated that:
'The
materiality of irregularities is determined primarily by assessing
whether the purposes the tender requirements serve have
been
substantively achieved.'
[38]
[47] In
dealing with the substantive merits of the review itself, it will be
helpful to set out again in broad terms
what the RFPs required of
prospective bidders for the tender under consideration in this case.
The following represents the key
components of the tender gleaned
from the RFPs that were not met by the Joint Venture:
(a) bidders were required
to submit audited financial statements for the three-year period
preceding the tender;
(b) the successful bidder
was required to acquire the land and provide office and residential
accommodation at own cost;
(c) the prospective
bidders were required to demonstrate that they had the requisite
financial resources to undertake the project;
and
(d) where a bid is
submitted by a consortium or joint venture, each member of the
consortium or joint venture was required to submit
audited financial
statements for the three-year period preceding the bid.
[48] As
already indicated in paragraph 10 above, only two bids were received
by the closing date. One of them was disqualified
at the outset since
it had not provided audited financial statements for the preceding
three financial years as required. The remaining
tender, submitted by
the Joint Venture, was referred to the BEC for evaluation. Having
considered the bid, the BEC recommended
to the BAC that it ought to
be accepted. For its part, the BAC, in turn, recommended to the
Director General that the Simeka
Group's bid should be accepted.
This recommendation found favour with the Director-General who
accepted it and thereafter concluded
an agreement with Simeka Group.
[49] Against
the foregoing backdrop, the complaints raised by the government
parties will now be considered. In order
to avoid prolixity, not all
of the complaints raised against the award will be traversed in this
judgment. This judgment will be
confined to those complaints that
either individually or cumulatively lead to one conclusion that the
BEC or BAC or both deviated
in material respects from the
requirements of the RFPs.
Failure to submit
complete set of audited financial statements
[50] Amongst
the criteria stipulated in the RFPs, is that set out in clause 7.1.2.
It required bidders who submit bids
either as a consortium or joint
venture, to submit audited financial statements for each member of
the consortium or joint venture.
Simeka Group does not have qualms
with this criterion, nor does it dispute that it failed to provide
audited financial statements
for the preceding three years. Simeka
Group attributes its failure to do so to the fact that it was in the
process of changing
its auditors. The failure by Simeka Group to meet
this requirement was heavily relied upon by the government parties
both in the
heads of argument and in oral argument before us.
[51] Whilst
accepting that Simeka Group failed to submit audited financial
statements, counsel for the respondents argued
that the BEC required
to evaluate the bid elected to overlook this requirement presumably
because it 'saw no difficulty with this
requirement' for the reason
that it considered that the requirements of clause 7.1.2 had been
satisfied. Instead the BEC 'urged
that the financial statements ...
must be forwarded to Internal Audit for [thorough investigation] of
the financial position of
the company'. Building on this, it was
contended that the BEC must be taken to have either waived this
requirement because the
provisions of the RFPs permitted waiver, or,
alternatively, decided to 'prequalify the Simeka Group' provided that
its unaudited
financial statements were 'sent to Internal Audit for
thorough investigation'.
[52] I do not
think that the contentions advanced on behalf of the respondents can
avail them. To uphold these contentions
would undermine the letter
and spirit of s 217 of the Constitution that seeks to ensure
that the procurement of goods and
services by organs of state is
'fair, equitable, transparent, competitive and cost-effective'. As
the Constitutional Court aptly
put it in
Allpay Consolidated
:
'Compliance
with the requirements for a valid tender process, issued in
accordance with the constitutional and legislative procurement
framework, is thus legally required. These requirements are not
merely internal prescripts that ... may [be] disregard[ed] at whim.
To hold otherwise would undermine the demands of equal treatment,
transparency and efficiency under the Constitution.'
[39]
[53]
In these circumstances counsel's reliance on
Airports
Company South Africa v Tswelokgotso Trading Enterprises CC
(
Airports
Company
)
[40]
does not assist the respondents.
Airports
Company
was concerned with an entirely different issue and the passage upon
which counsel relied was made in the context of the facts of
that
case. Nor is it helpful for the respondents to invoke the case of
City
of Cape Town v Aurecon South Africa (Pty) Ltd
(
Aurecon
)
.
[41]
What the Constitutional Court said in
Aurecon
,
[42]
was in the context of determining the question whether the delay in
instituting the review was unreasonable or not. And the
Constitutional
Court there, said that since the BEC and BAC were
domestic committees mandated by the City itself for purposes of the
tender process
their knowledge had to be imputed to the City.
[43]
Failure to submit
relevant documentation by each member of the Joint Venture
[54] The RFPs
required, in terms of clause 7.1.3 thereof, that where a bid is
submitted in the name of, for example,
a Joint Venture, the bid
documents must be submitted in the name of all the parties to the
joint venture. Here, the crux of the
complaint is that the bid
documents were submitted in the name of Simeka Group only, excluding
Regiments Capital that was said
to be a party to the Joint Venture.
In this case, there is no dispute that the bid documents were in the
name of Simeka Group only.
The submissions advanced by the
respondents in contesting this ground are multi-pronged. The first is
that the Department itself
had, in its letter of 26 April 2018
addressed to the National Treasury, effectively asserted that this
ground lacked substance.
It was therefore argued that the Department
has not explained why it later changed tack in its review application
and contended
that its acceptance of the bid documents of Simeka
Group was an error without explaining how the error came about.
[55]
Moreover, counsel for the respondents relied on
Buffalo
City Metropolitan Municipality v Asla Construction (Pty) Limited
(
Asla
)
[44]
in which Cameron J in a minority judgment emphasised that courts
'[s]hould be vigilant in ensuring that state self-review is not
brought by state officials with a personal interest in evading the
consequences of their prior decisions'.
[45]
I do not think that the respondents' reliance on the remarks of
Cameron J in
Asla
is necessarily helpful for present purpose. What is clear from this
passage is that Cameron J's remarks were made in the context
of
determining whether an unreasonable delay ought to be overlooked.
What is of paramount importance is whether there is evidence
that the
state officials have brought the self-review application for ulterior
motives. In this case the conspectus of the evidence,
such as it
emerged from the record, does not suggest that this is the position.
Thus, the passage from
Asla
seized upon by the respondents finds no application in the present
context where the issue has solely to do with non compliance
with the requirements of the RFPs which is not in dispute. In
Govan
Mbeki Municipality v New Integrated Credit Solutions (Pty) Ltd
,
[46]
this Court was dealing with a similar situation when it stressed that
the conduct of the officials who institute a legality review
should
be scrutinised to ensure that they do not unjustifiably claim high
moral ground in circumstances where it is through their
own
malfeasance that the illegality complained of came about.
The Joint Venture's
ability to raise the required funding
[56] Insofar
as the Joint Venture's ability to raise the required funding is
concerned, the government parties invoked
clause 7.1.6 of the RFPs.
This clause stipulated, amongst others, that the 'minimum
requirements to be met by bidders in order
to proceed to the next
round of the evaluation process' were 'proven ability to raise the
required funding in the form of a financial
institution letter'.
Allied to this clause are clause 2, Item 3 of clause 7.2.2 and clause
9.6.5. The latter clauses stipulated
that the successful bidder must
be 'able to finance, procure and maintain, accommodation and act as
landlord to the Government
of the RSA' and to 'demonstrate its
ability to finance the property acquisition ... at ... own cost and
risk' respectively. To
that end 'the audited financial statements of
the Bidders' would be scrutinised.
[57] The
clauses to which reference has been made in the preceding paragraph
were no doubt designed to serve at least
three critical purposes. The
purpose of clause 7.1.6 was to require the bidders to satisfy the
Department by way of objectively
verifiable information that the
bidders had sufficient funds to deliver on what the RFPs
contemplated, hence bidders were required
to demonstrate their
ability to do so. Finally, bidders had to demonstrate their ability
to raise the required funding by providing
a letter from a financial
institution to do so. The letter of 12 April 2016 submitted by the
Joint Venture from Rand Merchant Bank
(RMB) purported to demonstrate
the Joint Venture's ability to raise the required funding. However,
at best for the Joint Venture
this letter confirmed only one thing,
namely that 'Simeka and its shareholders' were long-standing clients
of the Firstrand Group
and therefore RMB expressed confidence in the
ability of Simeka's shareholders 'to provide the requisite equity and
deliver the
project successfully'.
[58]
The government parties contended that the shortcomings in the letter
from RMB were palpable. First, the letter
said nothing about the
ability of the Joint Venture to raise the required funding. Second,
on its fair reading, the letter did
not purport to confirm that the
Joint Venture had the ability to provide the requisite funding having
regard to the fact that the
project would cost in excess of
US $159 000 000. More fundamentally, argued the government
parties, the conclusion of
the PPA represented a radical departure
from what the RFPs had required. Consequently, there was in fact no
competitive process,
so the argument concluded. It was submitted that
the terms of the PPA reinforced the notion that the Joint Venture
lacked the ability
to raise the required funding. It was therefore
argued that the cumulative effect of these factors was that the
public was deprived
of the benefit of an open competitive process. In
support of these contentions, the government parties called in aid
the decision
of this Court in
Firechem
.
[47]
[59] The
common thread running through the respondents' counter argument is
that none of the complaints raised by the
government parties has
merit. The broad stroke of the argument is that the BEC and BAC had
both satisfied themselves that the requirements
of the tender had
been met. As to the letter from RMB, it was argued that it
'confirm[ed] a number of things', namely that: (a)
RMB stated its
ability to fund the transaction; (b) RMB was aware of the nature of
the Project that it was willing to finance;
(c) it was aware that the
Project involved Simeka and Regiments Capital as a joint venture; (d)
Serendipity had been incorporated;
and (e) it knew what was required
in terms of funding.
[60] However,
what is beyond question is that the RMB's letter did not explicitly
state that Simeka Group and Regiments
Capital, as parties to the
Joint Venture, individually had the requisite ability to raise the
required capital. The RFPs required
bidders themselves to demonstrate
their ability to fund the project and not, as has been seen in this
case, the ability of RMB
to fund the project. Differently put, the
ability required by the RFPs is that of the Joint Venture and not
RMB.
[61] As is
invariably the case when it comes to procurement of goods and
services by organs of state, the RFPs is designed
to serve at least
two crucial purposes. First, it informs the prospective bidders of
what is required of them. Second, it foreshadows
the terms of the
contract that would be concluded between the organ of state and the
successful bidder to be incorporated in the
contract. In the context
of the facts of this case, there can be no doubt as to what the RFPs
required.
[62] This
judgment therefore concludes that the Joint Venture was not able to
provide what the Department desired and
unambiguously required.
Furthermore, having regard to the irregularities of which the
government parties complain in this litigation,
a finding that such
irregularities have been established and are material must
ineluctably lead to the conclusion that the ensuing
contract
concluded between the Department and the Joint Venture during May
2016 falls to be declared constitutionally invalid and
thus unlawful.
Delay
[63] This
then brings me to the issue of delay. Insofar as the substantive
merits of this case are concerned, this judgment
has already
concluded above that the award of the tender was contrary to the
dictates of s 217 of the Constitution and the RFPs
itself. Coupled
with this, is the fact that those intimately involved in the
implementation of the project subsequently agreed
on something that
was fundamentally at variance with the requirements of the RFPs.
Therefore, it is now timely to determine whether
the admitted delay
was, as the high court found, both unreasonable and unexplained. In
the event that the delay is found to be
unreasonable, it will be
necessary to determine whether it should nevertheless be overlooked.
[64] It is as
well to remember that here, we are dealing with a legality review
which is not subject to the time constraints
prescribed by s 7(1) of
PAJA.
[65]
Nevertheless, even before the advent of our constitutional order and
the enactment of PAJA, our courts had long
held that reviews must, as
a general rule, be instituted without undue delay. The rationale for
this time-honoured requirement
was explained by Brand JA in
Associated
Institutions Pension Fund and Others v Van Zyl and Others
[48]
as follows:
'It
is a longstanding rule that courts have the power, as part of their
inherent jurisdiction to regulate their own proceedings,
to refuse a
review application if the aggrieved party had been guilty of
unreasonable delay in initiating the proceedings. The
effect is that,
in a sense, delay would 'validate' the invalid administrative action
(see eg
Oudekraal Estates (Pty) Ltd v
City of Cape Town and others
[2004] 3
All SA 1
(SCA) 10b-d, para 27). The
raison
d'etre
of the rule is said to be
twofold. First, the failure to bring a review within a reasonable
time may cause prejudice to the respondent.
Second, there is a public
interest element in the finality of administrative decisions and the
exercise of administrative functions
(see eg
Wolgroeiers
Afslaers (Edms) Bpk v Munisipaliteit van Kaapstad
1978 (1) SA 13
(A) 41).
The scope and content of
the rule has been the subject of investigation in two decisions of
this court. They are the
Wolgroeiers
case and
Setsokosane
Busdiens (Edms) Bpk v Voorsitter, Nasionale Vervoerkommissie en 'n
Ander
1986 (2) SA 57
(A). As appears from these two cases and the
numerous decisions in which they have been followed, application of
the rule requires
consideration of two questions:
(a) Was there an
unreasonable delay?
(b) If so, should the
delay in all the circumstances be condoned?
(See
Wolgroeiers
39 C-D.)
The
reasonableness or unreasonableness of a delay is entirely dependent
on the facts and circumstances of any particular case (see
eg
Setsokosana
86G). The investigation into the reasonableness of the delay has
nothing to do with the court's discretion. It is an investigation
into the facts of the matter in order to determine whether, in all
the circumstances of that case, the delay was reasonable. Though
this
question does imply a value judgment it is not to be equated with the
judicial discretion involved in the next question, if
it arises,
namely, whether a delay which has been found to be unreasonable,
should be condoned (See
Setsokosane
86E-F).'
[49]
[66]
Cameron J endorsed this abiding principle in
Merafong
City Local Municipality v AngloGold Ashanti Limited
[50]
and reiterated that:
'...
The rule against delay in instituting review exists for good reason:
to curb the potential prejudice that would ensue if the
lawfulness of
the decision remains uncertain. Protracted delays could give rise to
calamitous effects. Not just for those who rely
upon the decision but
also for the efficient functioning of the decision-making body
itself.'
[51]
[67]
In
Khumalo
and Another v Member of the Executive Council for Education: KwaZulu
Natal
(
Khumalo
)
[52]
Skweyiya J, whilst acknowledging the indisputable existence of the
delay rule, observed that courts nevertheless have a discretion
to
overlook a delay where appropriate. He said:
'[A]
court should be slow to allow procedural obstacles to prevent it from
looking into a challenge to the lawfulness of an exercise
of public
power. But that does not mean that the Constitution has dispensed
with the basic procedural requirement that review proceedings
are to
be brought without undue delay or with a court's discretion to
overlook a delay.'
[53]
[68]
In support of this statement Skweyiya J relied on s 237
[54]
of the Constitution and held:
'... Section 237
acknowledges the significance of timeous compliance with
constitutional prescripts. It elevates expeditious and
diligent
compliance with constitutional duties to an obligation in itself. The
principle is thus a requirement of legality.
This requirement is based
on sound judicial policy that includes an understanding of the strong
public interest in both certainty
and finality. People may base their
actions on the assumption of the lawfulness of a particular decision
and the undoing of the
decision threatens a myriad of consequent
actions.
In
addition, it is important to understand that the passage of a
considerable length of time may weaken the ability of a court to
assess an instance of unlawfulness on the facts. The clarity and
accuracy of decision-makers' memories are bound to decline with
time.
Documents and evidence may be lost, or destroyed when no longer
required to be kept in archives. Thus the very purpose of
a court
undertaking the review is potentially undermined where, at the cause
of a lengthy delay, its ability to evaluate fully
an allegation of
illegality is impaired.'
[55]
(Footnotes omitted.)
[69]
However, it is as well to remember, as the Constitutional Court in
Sita
emphasised, that '[n]o discretion can be exercised in the air' and
that '[t]here must be a basis ... to do so'. The Constitutional
Court
there concluded that '[t]hat basis may be gleaned from facts placed
[before the court] by the parties or objectively available
factors'.
[56]
[70]
Reverting to the aspect of the discretion vesting in a court to
condone a delay in instituting review proceedings,
it bears
emphasising that the Constitutional Court cautioned that:
'While
a court "should be slow to allow procedural obstacles to prevent
it from looking into a challenge to the lawfulness
of an exercise of
public power", it is equally a feature of the rule of law that
undue delay should not be tolerated. Delay
can prejudice the
respondent, weaken the ability of a court to consider the merits of a
review, and undermine the public interest
in bringing certainty and
finality to administrative action. A court should therefore exhibit
vigilance, consideration and propriety
before overlooking a late
review ... .'
[57]
(Footnotes
omitted.)
[71]
In determining the issue of whether the delay in instituting the
review proceedings was unreasonable, the high
court held, with
reference to judicial authority,
[58]
that the delay in this instance was unreasonable. And that the extent
of the delay militated against such delay being overlooked.
[72]
In essence, the high court reasoned:
[59]
'The conduct of the
Department in unacceptable. This is apparent from the fact that
National Treasury on 26 January 2018 actually
placed the Department
on terms to take action in light of the irregularity they had
determined. The Department ... was dogmatic
when it did not heed the
advice of the irregularity provided on 16 October 2017. In fact, it
proceeded ahead as though the pronouncement
by National Treasury had
not been made and that the Department was correct in awarding the
tender to Simeka.
... the Department has
failed to be open, responsive, forthright and accountable, as a State
organ ought to be, who seeks a self-review
... the Department ... has
not submitted a full explanation for the unreasonable delay in
launching this review application.'
[73] It then
continued:
'The
crucial correspondence of 16 October 2017
[60]
has been omitted and no reason is advanced for such omission. There
is no information regarding how the decision was researched
to do an
about turn after it had been persisting with the project even in
light of the irregular pronouncement. In essence, the
conduct of the
Department from the beginning was that they need not seek condonation
and when called to explain just provided a
weak response. Thus, where
there is no full explanation this amounts to no explanation to
explain the delay.
Therefore,
there is no basis upon which I can overlook the inordinate delay,
that being the case, I therefore cannot be expected
to exercise my
discretion to afford the Department the relief it seeks.'
[61]
(Footnotes omitted.)
[74]
The high court was nevertheless cognisant of the implications of the
National Treasury's refusal to grant the TA
III approval for the
project, describing the refusal as 'monumental'. It also acknowledged
that the inevitable consequence of the
National Treasury's refusal to
grant the TA III approval meant that 'the lease of the land already
secured in the United States
of America ... brings the entire project
to an abrupt halt'.
[62]
[75]
The high court, however, concluded that 'Simeka [was] now at the
short end of the stick, due to the Department
seeking to avoid a
declaration that it is responsible for fruitless and wasteful
expenditure'.
[63]
[76]
I interpose here to observe that the implication of the statement
quoted in the preceding paragraph is that the
review proceedings were
not instituted bona fide and that the government parties were instead
actuated by ulterior motives, thereby
in effect seeking 'to evade
[their] constitutional obligation by way of a self-review'. In coming
to this conclusion the high court
relied on a decision of this Court
in
Altech
Radio Holdings (Pty) Limited and Others v City of Tshwane
Metropolitan Municipality
.
[64]
[77]
Ultimately, the high court exercised its discretion and, as already
indicated, refused to condone the delay concluding
that 'the possible
breach of legality does not outweigh the undue delay
absent an
explanation
'. (Emphasis added.)
[78]
The high court's refusal to condone the delay in this case raises the
question whether in so doing, it exercised
its discretion judicially.
On this score, it is as well to bear in mind that the discretion
vesting in the high court was a narrow
discretion that is invariably
called a discretion in the true sense.
[65]
And accepting, as one must, that courts are enjoined to 'exhibit
vigilance, consideration and propriety' before overlooking a late
review, this then sharply raises the question whether in the context
of the facts of this case, the interests of justice dictate
that the
admitted delay should be overlooked.
[79] That the
government parties delayed in instituting the review proceedings
(which the protagonists agreed was –
in a worst case scenario –
approximately 29 months) brooks no argument to the contrary. The
government parties sought to
overcome this procedural obstacle by
proffering an explanation therefor. In essence, they asserted that:
(a) whilst this is
admittedly a self-review, it was however explained that once the
National Treasury was adamant that procurement
processes undertaken
by the Department were irregular, it became necessary to consult with
members of the BEC in order to 'ascertain
whether they had an answer'
to the National Treasury's statement questioning the regularity of
the procurement process;
(b) because the members
of the BEC 'were all in diplomatic missions scattered around the
world' assembling them for consultation
with counsel in South Africa
turned out to be a protracted and time-consuming mission;
(c) on 26 April 2017, and
after consulting members of the BEC, the Department responded to the
National Treasury's queries;
(d) in the interim, on 26
January 2018, the National Treasury painted its colours to the mast
and unequivocally stated that it would
not grant the requisite TA III
approval;
(e) on 15 and 18 May
2018, the National Treasury again indicated in no uncertain terms
that it remained unpersuaded and persisted
in its stance that the
tender process was irregular and therefore remained resolute that the
TA III approval would not be granted;
and
(f) finally, given the
enormity of the task, collating the mound of documentation provided
to counsel for purposes of drafting the
founding papers, the
preparation of the review application papers was, despite best
endeavours by counsel, also time-consuming.
[80]
In
Swifambo
Rail Leasing (Pty) Limited v Passenger Rail Agency of South
Africa
,
[66]
a delay of three years was condoned in circumstances where the full
extent of malfeasance at PRASA was concealed from the Board.
[67]
There, this Court, inter alia, held that some of the important
considerations that would weigh heavily with a court considering
the
question as to whether to condone delay, are the interests of
justice
[68]
and the public
interest. In the context of the facts of this case these
considerations loom large, especially in the light of the
breath-taking amount of public funds involved and the extent to which
the requirements of the RFPs were deviated from both during
evaluation and adjudication stages and, significantly, when the PPA
was concluded. And as the Constitutional Court observed in
Allpay
Consolidated
,
the 'facts of each case will determine what any shortfall in the
requirements of the procurement system' as prescribed by s 217
of the
Constitution should lead to.
[69]
[81]
In
Aurecon
,
the Constitutional Court held that '[t]he interests of clean
governance ... require judicial intervention' where irregularities
uncovered by an investigation raised a spectre of corruption,
collusion or fraud in the tender process. In such circumstances a
court might well be justified in 'look[ing] less askance in condoning
the delay'.
[70]
Although the
government parties have disavowed any reliance on corruption,
collusion or fraud in this case, both in their heads
of argument and
before us, it is to be noted that in
Central
Energy Fund SOC Ltd and Another v Venus Rays Trade (Pty) Ltd and
Others
,
[71]
this Court said that, as a general rule even innocent counterparties
are not entitled to benefit or profit from an unlawful contract.
[82]
The substantive merits of the appeal have already been addressed
above.
[72]
The conclusion
reached in relation thereto, and for the reasons already articulated,
is that the entire procurement process in
this matter was riddled
with unexplained irregularities. This is borne out by objective facts
which reveal that the requirements
of a constitutionally fair,
equitable, transparent, competitive and cost-effective procurement
system were flouted at every turn.
What is more, is that once the
tender was awarded to the Joint Venture, the members of the Steering
Committee arrogated to themselves
the power to deviate from the
requirements of the RFPs in a most fundamental way that was at odds
with both constitutional
[73]
and statutory prescripts.
[74]
[83] Whilst
the RFPs, for example, envisaged a long term lease or 'lease to buy
property option' that entailed that
the entity ultimately awarded the
tender would 'identify and secure land', 'design and develop' the
land to the Department's specifications,
'operate, manage and
maintain the facilities' and, importantly, 'raise the required
funding to finance both the capital and operational
costs of
acquiring and managing the facilities', all of these were altered in
material respects after the award of the tender.
This material and
extra-ordinary deviation had the effect of relieving the Joint
Venture of its financial obligations which thereafter
became the sole
responsibility of the Department contrary to what the RFPs had
required. Consequently, the requirements of a constitutionally
fair,
equitable, transparent, competitive and cost-effective procurement
system were subverted in the most egregious manner.
[84] It bears
emphasising that all of this occurred against the backdrop that the
project in issue was massive and required
substantial financial
resources from the successful bidder. It is therefore unsurprising
that ultimately, the RFPs caught the attention
of only two bidders,
one of which was disqualified at the outset for failing to meet the
requirements of the RFPs.
[85] Whilst
one must accept that the Department could have acted with more
urgency than it did in unravelling the facts,
given that it sought to
review its own decision, sight should nevertheless not be lost of the
fact that the bureaucratic machinery
is notorious for moving slowly
even though the exigencies of a particular case might require that
matters be dealt with expeditiously.
However, it must be emphasised
that recognising this reality in no way seeks to excuse laxity. It is
more to say that, notwithstanding
the constitutional dictates of a
responsive and accountable public administration, the reality is that
public administration in
our country has over time been allowed to
slide to a quagmire of inefficiency. This is a state of affairs that
is antithetical
to the values underpinning our constitutional order
that the citizenry holds dear.
[86] In this
case, the tender was awarded to the Joint Venture – which in
effect was the only bidder after Lephuthing/Menzibali
Construction
had been disqualified at the evaluation stage – on 17 May 2016.
Pursuant thereto, on 24 March 2017, the PPA
was concluded.
Thereafter, several steps, including applications made to the
National Treasury for approval of TA I; TA II and
TA III, aimed at
implementing the project, were taken. Although the National Treasury
had been instrumental in some of the steps
taken, it subsequently
began to question the propriety of the tender. This led to an
exchange of correspondence between the Department
and the National
Treasury over several months in which the latter raised questions
about the legitimacy of the procurement process.
Ultimately, on 18
May 2018, the National Treasury advised the Department that it would
not grant the requisite TA III approval.
[87] The
review proceedings were then instituted on 10 October 2018. Thus,
reckoned from the date of the award of the
tender, ie. 17 May 2017,
the legality review was instituted approximately 29 months
thereafter. Although not entirely comparable
to the facts of the
present case in which corruption, collusion or fraud have been
disavowed, in
Swifambo
this Court condoned a delay extending
over three years.
[88]
As already indicated above, in refusing to overlook the admitted
delay in instituting the legality review, the
high court exercised a
narrow discretion. When exercising a narrow discretion a court must,
in the words of Hefer JA in
Shepstone
& Wylie and Others v Geyser NO
,
[75]
'decide each case upon a consideration of all relevant features,
without adopting a predisposition in favour of or against'
[76]
granting appropriate relief.
[89]
Accordingly, the power of an appellate court to interfere with the
exercise of such a discretion is circumscribed.
The ambit of this
power was described by the Constitutional Court in
Biowatch
Trust v Registrar Genetic Resources and Others
[77]
thus:
' the
ordinary rule is that the approach of an appellate court to an appeal
against the exercise of a discretion by
another court will depend
upon the nature of the discretion concerned. Thus where the
discretion contemplates that the Court may
choose from a range of
options, the discretion would be a discretion in the strict sense ...
"[T]he
ordinary approach on appeal to the exercise of a discretion in the
strict sense is that the appellate court will not
consider whether
the decision reached by the court at first instance was correct, but
will only interfere in limited circumstances;
for example, if it is
shown that the discretion has not been exercised judicially or has
been exercised based on a wrong appreciation
of the facts or wrong
principles of law. Even where the discretion is not a discretion in
the strict sense, there may still be
considerations which would
result in an appellate court only interfering in the exercise of such
a discretion in the limited circumstances
mentioned above.'
[78]
The
rationale for this principle is, as Cloete J aptly observed, that a
narrow discretion 'requires in essence the exercise of a
value
judgment and there may well be a legitimate difference of opinion as
to the appropriate conclusion".'
[79]
[90]
In
Florence
v Government of the Republic of South Africa
[80]
the Constitutional Court elaborated on this theme and said:
'Where
a court is granted wide decision-making powers with a number of
options or variables, an appellate court may not interfere
unless it
is clear that the choice the court has preferred is at odds with the
law. If the impugned decision lies within a range
of permissible
decisions, an appeal court may not interfere only because it favours
a different option within the range. This principle
of appellate
restraint preserves judicial comity. It fosters certainty in the
application of the law and favours finality in judicial
decision-making.'
[81]
[91]
Therefore, for interference by this Court with the exercise by the
high court of its discretion not to overlook
the delay in this case
to be warranted, it must be satisfied, for example, that the high
court's discretion has not been exercised
judicially or has been
exercised based on a wrong appreciation of the facts or wrong
principles of law. Moreover, as the Constitutional
Court emphasised
in
Giddey
NO v JC Barnard and Partners
,
[82]
that '[I]f the court [of first instance] takes into account
irrelevant considerations, or bases the exercise of its discretion
on
wrong principles, its judgment may be overturned on appeal'.
[83]
It is thus to that topic that I now turn.
[92]
Bearing in mind the legal principles discussed in paragraphs 65 –
70 above in regard to the proper approach
when a court considers
whether an unreasonable delay should nevertheless be overlooked, I
proceed to deal with the question whether
in this instance the high
court exercised its discretion judicially when it refused to overlook
the delay. For reasons that will
become apparent below, it is my
judgment that in the context of the facts of this case the high court
failed to exercise its discretion
judicially. Put differently, it
exercised its discretion based on a wrong appreciation of the true
facts or wrong principles of
law. In
Asla
,
the Constitutional Court explained that '[I]n both assessments the
proverbial clock starts running from the date that the applicant
became aware or reasonably ought to have become aware of the action
taken'.
[84]
The Constitutional
Court then continued:
'The
approach to undue delay within the context of a legality challenge
necessarily involves the exercise of a broader discretion
than that
traditionally applied to section 7 of PAJA. The 180-day bar in PAJA
does not play a pronounced role in the context of
legality. Rather,
the question is first one of reasonableness, and then (if the delay
is found to be unreasonable) whether the
interests of justice require
an overlooking of that unreasonable delay.'
[85]
[93]
I pause here to observe that the principle that one can extract from
the passage quoted in the preceding paragraph
is that where the delay
is found not to be unreasonable that would in itself strongly
militate in favour of overlooking the delay
and thus, paving the way
for the court to enter into the substantive merits of the review.
Indeed, this is what the minority judgment
in
Asla
recognised in instances where there was no delay, noting that in that
event a declaration of unlawfulness should invariably follow
describing this as a default position that accorded with the
principle of legality.
[86]
[94] Even in
circumstances where the delay is found to be unreasonable, the
Constitutional Court tells us in
Asla
that a court will still
be required to determine whether such a delay should nevertheless be
overlooked. This is what the Court
said:
'Courts
have the power in a legality review to refuse an application where
there is an undue delay in initiating proceedings or
discretion to
overlook the delay. There must however be a basis for a court to
exercise its discretion to overlook the delay. That
basis must be
gleaned from the facts made available or objectively available
factors.'
[87]
(Footnotes
omitted.)
The Constitutional Court
then continued:
'The
approach to overlooking a delay in a legality review is flexible. In
Tasima
I
,
Khampepe J made reference to the "factual, multi-factor,
context-sensitive framework" expounded in
Khumalo
.
This entails a legal evaluation taking into account a number of
factors. The first of these factors is potential prejudice to
affected parties as well as the possible consequences of setting
aside the impugned decision. The potential prejudice to affected
parties and the consequences of declaring conduct unlawful may in
certain circumstances be ameliorated by this Court's power to
grant a
just and equitable remedy and this ought to be taken into
account.'
[88]
(Footnotes
omitted.)
[95]
Moreover,
Khumalo
also tells us that 'an additional consideration in overlooking an
unreasonable delay lies in the nature of the impugned decision
and
considering the legal challenges made against that decision'.
[89]
We are also reminded by
Asla
that the merits of the impugned decision 'must be a critical factor
when a court embarks on a consideration of all the circumstances
of a
case in order to determine whether the interests of justice dictate
that the delay should be condoned. It would have to include
a
consideration of whether the non-compliance with statutory prescripts
was egregious'.
[90]
[96] The
Constitutional Court went further and said:
'...
[T]he extent and nature of the illegality may be a crucial factor in
determining the relief to be granted when faced with a
delayed
review. Therefore,
this
Court may consider, as part of assessing the delay, the lawfulness of
the contract under the principle of legality
.'
[91]
(Emphasis added.)
[97]
Accordingly, the more egregious the non-compliance with
constitutional and statutory prescripts is when viewed
against the
extent and unreasonableness of the delay the more a court will be
inclined to overlook the delay. As it was put in
Asla
,
reviewing courts are therefore enjoined to 'balance the seriousness
of the possible illegality with the extent and unreasonableness
of
the delay'.
[92]
On this score
it is well to remember that maladministration is inconsistent with
the rule of law and antithetical to our constitutional
ethos that
seeks to foster an open, accountable and responsive government.
[98] In
determining the issue of whether there was a delay in instituting the
review, the high court considered a number
of factors. After
outlining the general approach to such issue, the high court observed
that courts are generally intolerant of
undue delays because they
undermine the court's ability to properly adjudicate disputes between
parties. It further noted that
there should be a satisfactory
explanation for the delay. In evaluating the explanation proffered
for the delay, the high court
held that it was patently deficient
because the Department had, inter alia, woefully failed to explain
how the decision to award
the tender was reached. This was further
compounded, the high court opined, by the fact that the Department
had initially defended
its decision even in the face of grave
concerns raised by the National Treasury. In the event, the high
court concluded that 'there
was no basis upon which [it could]
overlook the inordinate delay'. Hence the dismissal of the
application.
[99] Insofar
as the delay in instituting the review is concerned, counsel for
Simeka Group argued that putting the facts
in their proper
perspective there can be no doubt that the delay in this case was
unreasonable. Further, so argued counsel, the
explanation proffered
for the delay, such as it was, did not cover the entire period. In
elaboration, it was submitted that the
decision sought to be reviewed
was made on 17 May 2016 and yet the review was instituted 29 months
thereafter, on 18 October
2018. This, despite the fact that
National Treasury had written to the Department on 16 October 2017
indicating that '[T]here were
some irregularities – set out in
detail in the letter from the National Treasury – in the
appointment of Simeka Group
(Pty) Ltd'.
[100]
In this case, there seems to be no dispute that the government
parties delayed in instituting the review proceedings. Thus,
the
crucial question that arises for determination is whether the delay
should be overlooked. The test for determining this aspect
of the
case has been described as a flexible one, based on the proven facts
of each case and other objectively available considerations.
[93]
Various factors bear on this issue. First, this calls for a 'factual,
multi-factor and context sensitive' enquiry in which a whole
range of
factors are considered and evaluated.
[94]
In this regard a court is enjoined to take into account:
(a) any potential
prejudice to interested parties;
(b) the potential
consequences of setting aside the impugned decision; and
(c) how such potential
prejudice could be ameliorated by invocation of s 172(1)(b) of the
Constitution which empowers a court deciding
a constitutional issue
to make 'any order that is just and equitable'.
[101]
Secondly, the nature of the impugned decision and the extent and
nature of the illegality bear on this issue. On this score,
Asla
tells us that the stronger the prospects of success, the more will a
court readily incline in favour of overlooking an unreasonable
delay.
Finally, the conduct of the functionaries is also relevant. Here, the
court must be vigilant to ensure that a self-review
is designed to
'promote open, responsive and accountable government rather than
self-interest of state officials seeking to evade
the consequences of
their prior decision'.
[95]
I
pause here to observe that curiously, in the context of the facts of
this case, the Departmental officials persisted in their
spirited
defence of their decision to award the tender to the Joint Venture
even in the face of relentless promptings from the
National Treasury
that the award was bedevilled by irredeemable irregularities.
[102] As already
mentioned above, the conclusion of the high court was that the delay
in instituting the review proceedings was
unreasonable. It then went
on to hold that:
(a) Simeka Group was not
complicit in any corruption and whatever was asserted by the
Department to support the allegations of corruption
was simply
unsubstantiated;
(b) the Department had
always been an enthusiastic supporter of the project;
(c) the 'entire process
of attaining the land, leasing thereof, paying of the deposit and
payment of preparatory works and costs,
occurred within the
prescripts of the Request for Proposals, the PPA … with the
cooperation and consent of the Department';
(d) the Department
supported the award even after the National Treasury had pronounced
that the award of the tender was irrational;
and
(e) the Department
withheld the damning letter from the National Treasury stating that
'[T]here were some irregularities in the
appointment of Simeka Group
(Pty) Ltd'.
[103] Counsel for the
respondents contended that the Department 'did nothing for the 17
month period from the award of the tender'
on 17 May 2016 and when
the National Treasury pointed out the irregularities on 16 October
2017. It was therefore argued that it
did not avail the Department
that it was oblivious to these irregularities until the National
Treasury alerted it to them. This,
asserted the respondents, was not
the end of the Department's difficulties. When, on 26 January 2018,
the National Treasury implored
the Department to 'start a new tender
process and ensure that the correct procurement processes [were]
followed', the Department
should have there and then immediately
launched its review application and yet failed to do so until some
eight months thereafter,
on 10 October 2018. Ultimately, it was
submitted that the sum total of these factors ineluctably lead to one
conclusion which is
that the delay was unreasonable. Therefore, so it
was argued, the conclusion of the high court on this score was
unassailable.
[104] In the light of the
foregoing, it was submitted on behalf of the respondents that there
would be no basis for this Court to
interfere with the high court's
exercise of the discretion vested in it not the condone the delay.
That the high court was vested
with a discretion in the true sense is
beyond question. Thus, the powers of this Court to interfere with the
exercise of such discretion
are circumscribed. The Constitutional
Court explained the ambit of such a discretion, albeit in a different
context, thus:
'A
court of appeal is not entitled to set aside the decision of a lower
court granting or refusing a postponement in the exercise
of its
discretion merely because the court of appeal would itself, on the
facts of the matter before the lower court, have come
to a different
conclusion; it may interfere only when it appears that the lower
court had not exercised its discretion judicially,
or that it had
been influenced by wrong principles or a misdirection on the facts,
or that it had reached a decision which in the
result could not
reasonably have been made by a court properly directing itself to all
the relevant facts and principles.'
[96]
(Footnotes omitted.)
On
this score both
Tasima
I
[97]
and
Asla
[98]
say that an unreasonable delay cannot be 'evaluated in a vacuum'. The
court must in that event determine whether the delay ought
to be
overlooked, and the basis for doing so 'must be gleaned from the
facts … or objectively available factors'.
[105] It was further
submitted on behalf of the respondents that the obdurate stance
adopted by the Department in defending the
award of the tender when
the National Treasury questioned its rationality is a clear indicator
that it still believed that the
award of the tender was in line with
constitutional prescripts. Whilst at first blush there is much to be
said for the proposition
that the Department is to a large extent the
author of its misfortune, it is however necessary to put things in
their proper perspective.
[106] Although the high
court considered the question whether the delay should be overlooked
and some of the relevant factors that
bear on this question, it did
not consider, as it appears from its judgment, the interests of
justice as enjoined by judicial authority,
having regard both to the
requirements of the RFPs and the material deviation from what the
RFPs had required. That the deviation
from the requirements of the
RFPs was egregious brooks no argument to the contrary. As already
pointed out in para 11 above, the
RFPs explicitly required that the
successful bidder must itself acquire land and provide finance for
the construction of the office
and residential accommodation. The
Department was only to be a lessee and hire the accommodation for the
duration of the lease.
All of this, was materially varied after the
award of the tender pursuant to the decisions taken by the members of
the Steering
Committee.
[107] The foundation upon
which the underlying reasoning of the high court rested in declining
to overlook the delay has already
been summarised in paragraph 7
above and need not be repeated here. Those factors were central to
the way in which the high court
ultimately exercised its discretion
not to overlook the delay. Due to the fact that the high court was
influenced by wrong principles
or could not reasonably have made its
decision had it properly directed itself to all the relevant facts
and principles, the foundation
for its decision must necessarily
disintegrate. Moreover, it is not in dispute that during both the
evaluation and adjudication
stages there were material deviations
from the requirements of the RFPs. This much was not contested by the
respondents. Instead,
the high water mark of their case, as I
understood counsel, was that the department's role-players who were
instrumental in evaluating
and adjudicating the tender did not bother
to take the high court into their confidence and explain why they
took the decisions
they did. That there was no explanation proffered
from the officials of the Department who were intimately involved in
these processes
to explain how these deviations came about, as should
have been the case, cannot in my view redound to the benefit of the
respondents.
These relevant factors, too, were not adverted to by the
high court in the exercise of its discretion. Nor, it seems, was the
high
court cognisant that it was dealing with a legality review and
therefore vested with broader discretion than that traditionally
applied to reviews under PAJA.
[108] As it turns out,
the interests of justice and the unexplained egregious material
deviations from the tender requirements coupled
with the onerous
financial burden that the revision of the tender requirements post
its award to Simeka Group are all relevant
factors that, amongst
others, were not sufficiently accorded due weight by the high court
in determining whether the unreasonable
delay should be overlooked.
[109]
As to the interests of justice, the remarks of the Constitutional
Court in
Brummer
v Gorfil Brothers Investments (Pty) Ltd and Others
[99]
are instructive. The Constitutional Court there said that:
'The
interests of justice must be determined by reference to all relevant
factors including the nature of the relief sought, the
extent and
cause of the delay, the nature and cause of any other defect in
respect of which condonation is sought, the effect on
the
administration of justice, prejudice and the reasonableness of the
applicant's explanation for the delay ... .'
[100]
[110]
In similar vein, this Court emphasised in
Aurecon
South Africa (Pty) Ltd v City of Cape Town
,
[101]
with reference to judicial authority, that '[w]hether it is in the
interests of justice to condone a delay depends entirely on
the facts
and circumstances of each case. The relevant factors in that enquiry
generally include the nature of the relief sought,
the extent and
cause of the delay, its effect on the administration of justice and
other litigants, … the importance of
the issue to be raised,
and the prospects of success'.
[111] Notwithstanding the
fact that the explanation for the delay is not entirely satisfactory
in certain respects, this shortcoming
is compensated by the strong
prospects in favour of the Department. In particular, the enormous
financial burden that would be
assumed by the Department following
the material deviations from the tender requirements as against the
huge financial rewards
that the Simeka Group stands to reap if the
tender remains intact in its revised form. As already indicated
above, the tender envisaged
that Simeka Group – and not the
Department – must alone provide the funding for the project and
bear sole responsibility
for the operational costs of the project.
The cumulative effect of these factors and the high stakes,
especially for the Department,
impels the conclusion that the delay
ought to be overlooked and the substantive merits of the review be
considered. In these circumstances,
the present is an appropriate
case where the high court should have exercised its 'broader
discretion in the context of a legality
review' by overlooking the
unreasonable delay encountered in this case.
[112] To sum up:
approaching the matter holistically, one cannot say with conviction
that the government parties were not in certain
respects tardy in
bringing the review application. Thus, to a limited extent, one is
constrained to share the reserve expressed
by the respondents that
the review application could and should have been instituted much
earlier than what happened in this case.
Nevertheless, that the delay
in this case, although inordinate, did not manifest indifference to
what was at stake is a weighty
consideration that must tip the scales
in favour of overlooking the delay. This is particularly so, if the
interests of justice,
the substantive merits of the review itself,
and the extent of the material deviations from the requirements of
the RFPs coupled
with the whopping amount that would be foisted on
the Department and indeed the fiscus if the review is dismissed
solely on the
basis of delay without regard to the substantive merits
of the review. Accordingly, given the egregious nature of the
infractions
that occurred during the procurement process in this
case, the interests of justice dictate that procedural obstacles
ought not
to be allowed to stand in the way of inquiring into the
lawfulness or otherwise of the exercise of public power.
[113] It is therefore my
judgment that the high court failed to properly exercise a judicial
discretion as enjoined by judicial
authority. The inevitable
consequence of this conclusion is that this Court is at large to
itself exercise the discretion and,
for the reasons already stated,
to overlook the delay in instituting the review proceedings.
Relief
[114]
In paragraph 4 of their notice of motion, the government parties
sought an order directing the respondents to repay the Rand
equivalent of the deposit that the Department paid towards the
acquisition of the land in the USA. The Department paid a deposit
of
US $9 million. It also claimed interest on this amount at the
prescribed rate from the date on which the high court order repayment
of the deposit. The conclusion reached in this judgment as to the
merits of the review is that the award of the tender to the Joint
Venture was not in accordance with constitutional prescripts. In
terms of s 172(1)
(a)
[102]
of the Constitution our courts are obliged to declare any law or
conduct that is inconsistent with the Constitution invalid to
the
extent of its inconsistency. However, in order to ameliorate the
harsh consequences flowing from a declaration of invalidity,
our
courts are empowered under s 172(1)
(b)
of the Constitution to make 'any order that is just and equitable'.
[115]
Although the power of the court under s 172(1)
(b)
has been described as wide, it is, however, 'bounded ... by
considerations of justice and equity'.
[103]
In this case, the parties agreed in the high court to separate and
postpone the relief sought in terms of prayer 4 of the notice
of
motion for later determination. Thus, the parties' agreement in
regard to this aspect of the case need not detain us for present
purposes and nothing more needs to be said on this aspect.
Costs
[116] There remains the
question of costs to address. The government parties were represented
by four counsel in this Court. Whilst
content with costs of two
counsel in the high court, lead counsel for the government parties
asked for costs of four counsel in
this Court in the event of the
appeal being successful.
[117]
It is trite that a court enjoys a wide discretion in considering the
question whether costs of more than one counsel in any
particular
matter should be allowed. Such discretion must be exercised
judicially on a consideration of all the relevant factors.
The
question always is, as Colman J posited in
Koekemoer
v Parity Insurance Co Ltd and Another
:
[104]
'...
whether, in all the circumstances, the expenses incurred in the
employment of more than one counsel were "necessary or
proper
for the attainment of justice or for defending the rights of the
parties", and were not incurred through "over-caution,
negligence or mistake".'
[105]
The
learned Judge went on to mention, amongst others, the following as
being some of the relevant considerations: (a) the volume
of evidence
(oral or written) dealt with by counsel or which she or he or they
could reasonably have expected to be called upon
to deal with: (b)
the complexity of the facts or the law relevant to the case; (c) any
difficulties or obscurities in the relevant
legal principles or in
their application to the facts of the case; (d) the importance of the
matter in issue, in so far as that
importance may have added to the
burden of responsibility undertaken by counsel.
[106]
This is by no means an exhaustive list. Ultimately, how a court
should exercise its discretion is essentially a matter of fairness
to
both sides.
[118]
The general rule is that costs of four counsel will be allowed only
if it is clearly shown that the employment of more than
two counsel
was justified for purposes of doing justice between the parties.
[107]
The proper approach has been formulated in various forms. In
Stent
v Roos
,
[108]
where costs of three counsel were sought, Innes CJ stated that before
costs of three counsel could be allowed, it must be shown
that a
reasonable litigant would not have gone to court without the
assistance of the third counsel. In
Umhlatuzi
Valley Co., Ltd. v Hulett & Sons, Ltd
,
[109]
albeit in a different context, Dove Wilson JP stated that he was
unable to say that the case before him was one of such extraordinary
difficulty or complexity as to warrant overriding the Taxing Master's
disallowance of the fees of third counsel.
[110]
[119]
What Jansen JA said in
Scott
and Another v Roupard and Another
,
[111]
with reference to the remarks of Hiemstra J in the court of first
instance, bears mentioning. The learned Judge of Appeal stated
the
following:
'[I]t
must be a very complicated case either as to the facts, which should
require considerable research and investigation, or because
it
involves very difficult and novel points of law before costs of more
than two counsel may be allowed.'
[112]
[120]
In
Commissioner
for South African Revenue Service v Hawker Air Services (Pty) Ltd;
Commissioner for South African Revenue Service v
Hawker Aviation
Services Partnership and Others
,
[113]
this Court overturned the judgment of the court of first instance
where the latter court had awarded the costs of four counsel.
Writing
for a unanimous court, Cameron JA, although he did not pertinently
say anything about the fact that costs of four counsel
had been
allowed in the high court because its judgment was ultimately
overturned, he nevertheless alluded to the fact that the
judgment was
incorrect and the punitive scale
[114]
of costs on the 'attorney and own scale' were all predicated on the
harsh criticism against SARS's office which this Court found
unjustified.
[121] Whilst there can be
no doubt that in preparing for the institution of the review
proceedings counsel would have waded through
voluminous documentation
in order to distil the crux of the case of the government parties, I
remain unpersuaded that costs of
four counsel on appeal will be
justified. I have earlier alluded to the fact that lead counsel was
content with the costs of two
counsel in the high court where
considerable work would have been undertaken in collating various
documents, and yet, counsel was
happy to live with costs of two
counsel without demur. We also had the advantage of perusing the
record and hearing argument on
issues that were germane for purposes
of the appeal. In these circumstances, and taking a broad view of the
matter, I do not consider
that it would be fair for purposes of doing
justice between the parties to allow the costs of four counsel on
appeal. In this regard,
it is not without significance that although
the respondents were represented by three counsel on appeal, they
asked for costs
of two counsel only.
[122] Before making the
order, I am constrained to mention that the finalisation of this
judgment was inordinately delayed due to
a concatenation of various
factors that are unnecessary to traverse in this judgment. The
cumulative effect of these factors rendered
it impossible for this
judgment to be finalised expeditiously in keeping with the abiding
traditions of this Court. Nevertheless,
I take full responsibility
for this delay which is deeply regretted.
[123] In the result the
following order is made:
1
The appeal is upheld with costs, including the costs of two counsel.
2
The order of the high court is set aside and in its place is
substituted the following
order:
'1
The late institution of the application for a legality review is
condoned.
2
The award of the tender for the appointment of a development partner
for the design,
construction, operation, maintenance and financing of
a suitable and sustainable office and residential accommodation for
South
African diplomatic missions in Manhattan, New York City, New
York pursuant to a request for proposal (DIRCO 10/2015/16) to the
joint venture comprising Simeka Group (Pty) Ltd and Regiments Capital
(Pty) Ltd is declared constitutionally invalid and therefore
unlawful.
3
The award of the tender referred to in paragraph 2 of this order is
reviewed and set
aside.
4
The Project Management Agreement concluded between the Department of
International Relations
and Cooperation and Lemascene (Pty) Ltd
pursuant to the award of the tender is declared to be of no legal
force and effect, reviewed
and set aside.
5
The respondents, jointly and severally, are ordered to pay the costs
of this application,
including the costs of two counsel where so
employed.'
X M PETSE
DEPUTY PRESIDENT
SUPREME COURT OF APPEAL
Appearances:
For
appellants:
G
I Hulley SC (with S A Wentzel,
L Segeels Nchube
and V J Heideman)
Instructed
by:
State
Attorney, Pretoria
State
Attorney, Bloemfontein
For
respondents:
A
E Bham SC (with L Sisilana and L S Crow)
Instructed
by:
Mkabela
Huntley Attorneys Inc., Sandton
McIntyre
Van der Post, Bloemfontein
[1]
Constitution of the Republic of South Africa, 1996.
[2]
Public Finance Management Act 1 of 1999
.
[3]
The
Preferential Procurement Policy Framework Act 5 of 2000
.
[4]
At first the Interim Constitution of the Republic of South Africa
Act 200 of 1993 and later the Constitution of the Republic
of South
Africa Act 108 of 1996.
[5]
The Regulations were published in Government Notice R225, Government
Gazette no 27388 dated 15 March 2005.
[6]
See, for example in this regard:
State
Information Technology Agency SOC Limited v Gijima Holdings (Pty)
Limited
[2017] ZACC 40
;
2018 (2) SA 23
(CC) (
Gijima
)
para 41;
MEC
for Health, Eastern Cape and Another v Kirland Investments (Pty) Ltd
[2014] ZACC 6
;
2014 (5) BCLR 547
(CC);
2014 (3) SA 481
(CC)
(
Kirkland
).
[7]
See, for example, in this regard: C Hoexter 'South African
Administratice Law at Crossroads: The PAJA and the Principle of
Legality' (2018)
Administrative
Law in the Common Law World
,
available at
https://adminlawblog.org/2017/04/28/cora-hoexter-south-african-administrative-law-at-a-crossroads-the-paj-and-the-principle-of-legality/
;
S Woolman 'The Amazing, Vanishing Bill of Rights'
(2007) 124
South
African Law Journal
762, 784; R H Freeman (2019)
Constitutional
Court Review
Vol 9, 521-535.
[8]
Fedsure
Life Assurance Ltd and Others v Greater Johannesburg Transitional
Metropolitan Council and Others
[1998] ZACC 17
;
1999 (1) SA 374
;
1998 (12) BCLR 1458
(
Fedsure
).
[9]
Fedsure
para 58.
[10]
Ibid para 56.
[11]
Pharmaceutical
Manufacturers Association of South Africa and Another: In re Ex
Parte President of the Republic of South Africa
and Others
2000 (2) SA 674; 2000 (3) BCLR 241.
[12]
Ibid para 17.
[13]
The source of this is s 1 of the Constitution which provides that:
'The
Republic of South Africa is one, sovereign, democratic state founded
on the following
values:
(a)
Human dignity, the achievement of equality and the advancement of
human rights and freedoms.
(b)
Non-racialism and non-sexism.
(c)
Supremacy of the constitution and the rule of law
.' (My
emphasis.)
[14]
Affordable
Medicines Trust and Others v Minister of Health and Another
[2005] ZACC 3; 2006 (3) SA 247 (CC); 2005 (6) BCLR 529 (CC).
[15]
Ibid
p
ara
49.
[16]
Section 3 provides, inter alia, that the Act applies, to the extent
indicated, to departments which are defined s 1 of the PFMA
to mean
‘a national or provincial department or a national or
provincial government component.’
[17]
Allpay
Consolidated Investment Holdings (Pty) Ltd and Others v Chief
Executive Officer of the South African Social Security Agency
and
Others
[2013] ZACC 42
;
2014 (1) SA 604
(CC);
2014 (1) BCLR 1
(CC)
(
Allpay
Consolidated
)
.
[18]
Ibid para 24.
[19]
Ibid para 24.
[20]
Transparency International
Handbook
For Curbing Corruption In Public Procurement
(2006) at 35 & 42.
[21]
Allpay
Consolidated
para 27.
[22]
Ibid.
[23]
African
Christian Democratic Party v Electoral Commission and Others
[2006] ZACC 1
; 2006(3) SA 305 (CC); 2006(5) BCLR 579 (CC).
[24]
Ibid para 25.
[25]
Steenkamp
NO v Provincial Tender Board of the Eastern Cape
[2006] ZACC 16; 2007 (3) SA 121 (CC); 2007 (3) BCLR 300 (CC).
[26]
Ibid para 33.
[27]
Millennium
Waste Management (Pty) Ltd v Chairperson of the Tender Board:
Limpopo Province and Others
[2007] ZASCA 165
; [2007] SCA 165 (RSA);
2008 (2) SA 481
;
2008 (5)
BCLR 508
;
2008 (2) SA 481
(SCA) para 4.
[28]
Premier
of the Free State Provincial Government and Others v Firechem Free
State (Pty) Ltd
[2000] ZASCA 28
;
2000 (4) SA 413
(SCA);
[2000] 3 All SA 247
(A)
(
Firechem
).
[29]
Ibid para 30.
[30]
Bolton
The
Law of Government Procurement in South Africa
2007.
[31]
Ibid
a
t
57.
[32]
Allpay
Consolidated
para 43.
[33]
State
Information Technology Agency SOC Limited v Gijima Holdings (Pty)
Limited
[2017] ZACC 40; 2018 (2) BCLR 240 (CC); 2018 (2) SA 23 (CC).
[34]
Ibid
p
ara
40.
[35]
Section 2 of the Constitution decrees that the Constitution ‘is
the supreme law of the Republic; law or conduct inconsistent
with it
is invalid, and the obligations imposed by it must be fulfilled.’
[36]
Compare
:
South African National Roads Agency Limited v City of Cape Town
[2016] ZASCA 122
;
[2016] 4 All SA 332
(SCA);
2017 (1) SA 468
(SCA)
para 81.
[37]
Allpay
Consolidated
paras 44 and 45.
[38]
Ibid para 58.
[39]
Para 40.
[40]
Airports
Company South Africa v Tswelokgotso Trading Enterprises CC
[2018] ZAGPJHC 476;
2019 (1) SA 204
(GJ) para 28.
[41]
City
of Cape Town v Aurecon South Africa (Pty) Ltd
[2017]
ZACC 5; 2017 (6) BCLR 730 (CC); 2017 (4) SA 223 (CC).
[42]
Ibid
p
ara
39.
[43]
Ibid.
[44]
Buffalo
City Metropolitan Municipality v Asla Construction (Pty) Limited
[2019] ZACC 15
;
2019 (6) BCLR 661
(CC);
2019 (4) SA 331
(CC)
.
[45]
Ibid para 139.
[46]
Govan
Mbeki Municipality v New Integrated Credit Solutions (Pty) Ltd
[2021] ZASCA 34
;
[2021] 2 All SA 700
(SCA);
2021 (4) SA 436
(SCA)
para 45.
[47]
Firechem
para
30.
See
also:
Asla
paras
89-92.
[48]
Associated
Institutions Pension Fund and Others v Van Zyl and
Others
[2004] 4 All SA 133
(SCA) paras 46 – 48.
[49]
See
Setsokosane
Busdiens (Edms) Bpk v Voorsitter, Nasionale Vervoerkommissie en 'n
Ander
1986 (2) SA 57
(A) at 86 E-F.
[50]
Merafong
City Local Municipality v AngloGold Ashanti Limited
[2016] ZACC 35; 2017 (2) BCLR 182 (CC); 2017 (2) SA 211 (CC)
[51]
Ibid para 73.
[52]
Khumalo
and Another v Member of the Executive Council for Education: KwaZulu
Natal
[2013] ZACC 49
;
2014 (3) BCLR 333
(CC); (2014) 35 ILJ 613 (CC);
2014
(5) SA 579
(CC).
[53]
Ibid p
ara
45.
[54]
Section
237 which is headed 'Diligent performance of obligations' provides:
'All constitutional
obligations must be performed diligently and without delay.'
[55]
Khumalo
paras 46 – 48.
[56]
Sita
para 49.
[57]
Department
of Transport and Others v Tasima (Pty) Limited
[2016] ZACC 39
;
2017 (1) BCLR 1
(CC);
2017 (2) SA 622
(CC) (
Tasima
I
)
para 160.
[58]
Tasima
I
para
48. See also:
Asla
paras 48 – 54;
Khumalo
paras 48-49.
[59]
High
court judgment paras 45-46.
[60]
This
was a reference to the letter addressed by National Treasury to the
Department which reads:
'PROCUREMENT OF OFFICE
AND RESIDENTIAL ACCOMODATION FOR SOUTH AFRICAN MISSION IN NEW YORK
CITY
I refer to the meeting
between your department and the National Treasury (NT) on 19 January
2018 concerning the procurement of
land and development for the
mission in New York City. I also refer to the procurement process
issues identified by the Office
of the Chief Procurement Officer of
NT communicated to your department in a letter dated 16 October 2017
(attached.)
The National Treasury
will not be in position to issue Treasury Approval III for the
Public Private Partnership (PPP) to implement
the project if the
procurement issues are not resolved by your department. It is
therefore advisable that the department starts
a new tender process
and ensures that the correct procurement processes are followed.
As accounting officer
you, should decide whether either-
(a)
to continue with procuring the land through the appointed service
provider which is likely to entail irregular expenditure given the
procurement issues raised by the OCPO and/or the absence of
Treasury
approval III for the PPP; or
(b)
to cancel the transaction with the service provider, which will
result in fruitless and wasteful expenditure if the deposit for the
purchasing of the land is forfeited.
The department should
consider soliciting its own legal opinion on the purchase of the
land in the light of the procurement process
issues identified by
the Office of the Chief Procurement Officer and all legal
requirements applicable to the transaction.'
[61]
High
court judgment paras 47-48.
[62]
High
court judgment para 51.
[63]
Ibid
para 63.
[64]
Altech
Radio Holdings (Pty) Limited and Others v City of Tshwane
Metropolitan Municipality
[2020] ZASCA 122
;
2021 (3) SA 25
(SCA) paras 69 – 70.
[65]
See
in this regard:
Media
Workers Association of South Africa and Others v Press Corporation
of South Africa Ltd
[1992] ZASCA 149
;
[1992] 2 All SA 453
(A);
1992 (4) SA 791
(A) at 800G-H.
[66]
Swifambo
Rail Leasing (Pty) Limited v Passenger Rail Agency of South
Africa
[2018] ZASCA 167
;
2020 (1) SA 76
(SCA) (
Swifambo
).
[67]
Ibid
paras 34 and 36.
[68]
Swifambo
paras
40-42. See, for example,
Grootboom
v National Prosecuting Authority and Another
[2013] ZACC 37
;
2014 (2) SA 68
(CC);
2014 (1) BCLR 65
(CC);
[2014] 1
BLLR 1
(CC); (2014) 35 ILJ 121 (CC) para 51.
[69]
Allpay
Consolidated
para
43
.
[70]
Aurecon
para
50.
[71]
Central
Energy Fund SOC Ltd and Another v Venus Rays Trade (Pty) Ltd and
Others
[2022] ZASCA 54
;
2022 (5) SA 56
(SCA) para 42.
[72]
See
paras 48 – 64.
[73]
Section
217 of the Constitution.
[74]
See,
for example,
ss 2
,
3
(a)
and
38
of the
Public Finance Management Act 1 of 1999
.
[75]
Shepstone
& Wylie and Others v Geyser NO
1998 (3) SA 1036 (SCA); [1998] 3 All SA 349 (A).
[76]
Ibid
at 1045I-J. See also in this regard:
MTN
Service Provider (Pty) Ltd v Afro Call (Pty) Ltd
[2007] ZASCA 97
; [2007] SCA 97 (RSA);
[2008] 1 All SA 329
(SCA);
2007 (6) SA 620
(SCA) para 16.
[77]
Biowatch
Trust v Registrar Genetic Resources and Others
[2009] ZACC 14; 2009 (6) SA 232 (CC); 2009 (10) BCLR 1014 (CC).
[78]
Ibid
para 29.
[79]
Bookworks
(Pty) Ltd v Greater Johannesburg Transitional Metropolitan Council
and Another
1999 (4) SA 799
(W) at 800E-F.
[80]
Florence
v Government of the Republic of South Africa
[2014] ZACC 22; 2014 (6) SA 456 (CC); 2014 (10) BCLR 1137 (CC).
[81]
Ibid
p
ara
113.
[82]
Giddey
NO v JC Barnard and Partners
[2006] ZACC 13; 2007 (5) SA 525 (CC); 2007 (2) BCLR 125 (CC).
[83]
Ibid
p
ara
22. See also:
Erf
One Six Seven Orchards CC v Greater Johannesburg Metropolitan
Council: Johannesburg Administration and Another
[1998] ZASCA 91
;
1999 (1) SA 104
(SCA) at 109 A-B.
[84]
Asla
p
ara
49.
[85]
Ibid
p
ara
50.
[86]
Ibid para 118.
[87]
Ibid
p
ara
53.
[88]
Para 54.
[89]
Para 57.
[90]
Para 56.
[91]
Asla
para 58.
[92]
See minority judgment of Cameron and Froneman JJ in
Asla
para
147.
[93]
Central
Energy Fund SOC Ltd and Another v Venus Rays Trade (Pty) Ltd and
Others
[2020] ZAWCHC 164
para 290.
[94]
Valor
IT v Premier, North West Province and Others
[2020] ZASCA 62
;
[2020] 3 All SA 397
(SCA);
2021 (1) SA 42
(SCA)
para 30.
[95]
Asla
para 120.
[96]
National
Coalition for Gay and Lesbian Equality and Others v Minister of Home
Affairs and Others
[1999] ZACC 17
;
2000 (2) SA 1
;
2000 (1) BCLR 39
para 11. See further:
Mathale
v Linda and Another
[2015] ZACC 38
;
2016 (2) BCLR 226
(CC);
2016 (2) SA 461
(CC) para
40.
[97]
Tasima
I
p
ara
159.
[98]
Asla
para
53.
[99]
Brummer
v Gorfil Brothers Investments (Pty) Ltd and Others
[2000] ZACC 3
;
2000 (5) BCLR 465
;
2000 (2) SA 837
(CC).
[100]
Ibid para 3.
[101]
Aurecon
South Africa (Pty) Ltd v City of Cape Town
[2015] ZASCA 209
;
[2016] 1 All SA 313
(SCA);
2016 (2) SA 199
(SCA)
para 17.
[102]
Section 172(1)
(a)
provides:
'When
deciding a constitutional matter within its power, a court-
(a)
must declare that any law or conduct that is inconsistent with the
Constitution is invalid to the
extent of its inconsistency.'
[103]
Sita
para 5.
[104]
Koekemoer
v Parity Insurance Co Ltd and Another
(
Koekemoer
)
1964 (4) SA 138 (T).
[105]
Id at 144F-145A. See also:
Reilly
v Seligson and Clare Ltd
1977
(1) SA 626
(A) at 641E-H.
[106]
Koekemoer
at 144H.
[107]
Compare:
South
African Railways and Harbours v Illovo Sugar Estates Ltd and Another
1954 (4) SA 425
(N) and the cases therein cited where three counsel
were engaged.
[108]
Stent v
Roos
1909 TS 1057
at 1064.
[109]
Umhlatuzi
Valley Co., Ltd v Hulett & Sons, Ltd.
1914 35 NPD 224
at 226.
[110]
See also:
Grobelaar
v Havenga
1964 (3) SA 522
(N) at 530C where Harcourt J said that when more
than two counsel are involved it must be an exceptional case to
warrant allowance
of their fees.
[111]
Scott
and Another v Roupard and Another
1972 (1) SA 686 (A).
[112]
Ibid at 690F.
[113]
Commissioner
for South African Revenue Service v Hawker Air Services (Pty) Ltd;
Commissioner for South African Revenue Service
v Hawker Aviation
Services Partnership and Others
[2006] ZASCA 51; 2006 (4) SA 292 (SCA); [2006] 2 All SA 565 (SCA).
[114]
Ibid para 2-3.
sino noindex
make_database footer start
Similar Cases
The Minister of International Relations and Co-operation NO and Another v Neo Thando / Elliot Mobility (Pty) Ltd and Another (444/2023) [2024] ZASCA 134; [2025] 1 All SA 31 (SCA) (4 October 2024)
[2024] ZASCA 134Supreme Court of Appeal of South Africa100% similar
Minister of Justice and Constitutional Development and Others v Pennington and Another (162/2022) [2023] ZASCA 51 (14 April 2023)
[2023] ZASCA 51Supreme Court of Appeal of South Africa99% similar
Minister of Cooperative Governance and Traditional Affairs and Another v British American Tobacco South Africa (Pty) Ltd and Others (309/21) [2022] ZASCA 89; [2022] 3 All SA 332 (SCA) (14 June 2022)
[2022] ZASCA 89Supreme Court of Appeal of South Africa99% similar
Minister of Justice and Correctional Services and Others v Wilhelm Pretorius and Others (440/2022) [2023] ZASCA 155 (17 November 2023)
[2023] ZASCA 155Supreme Court of Appeal of South Africa98% similar
Minister of Justice and Correctional Services and others v Ntuli (539/2020) [2023] ZASCA 146; [2024] 1 All SA 333 (SCA); 2024 (1) SACR 227 (SCA) (8 November 2023)
[2023] ZASCA 146Supreme Court of Appeal of South Africa98% similar