Sunday, 19, May, 2024
 
 
 
Expand O P Jindal Global University
 
  
  
 
 
 

Attal Plastics vs The State Of Andhra Pradesh ...
2022 Latest Caselaw 557 AP

Citation : 2022 Latest Caselaw 557 AP
Judgement Date : 2 February, 2022

Andhra Pradesh High Court - Amravati
Attal Plastics vs The State Of Andhra Pradesh ... on 2 February, 2022
     HON'BLE SRI JUSTICE U. DURGA PRASAD RAO

                      Writ Petition No.7878 of 2021

ORDER:

The petitioner seeks writ of mandamus declaring the action of

respondents in issuing tender notification No.SS-16021/3/2021-CMO

SEC-SSA/7/2021-22, dated 15.03.2021 for supply of school bags to all

students studying class I to X in Government / MPP / ZPP / Municipal /

Residential Schools / Ashram Schools / Aided Schools / Model Schools /

KGBVs of education and Welfare Departments, etc., in the State of

Andhra Pradesh during the academic year 2021-22 by incorporating

unreasonable eligibility criteria conditions with regard to average annual

turnover and furnishing of solvency certificate as illegal, arbitrary,

unreasonable and violative of Article 14 of Constitution of India and

consequently to set aside the aforesaid tender notification and direct to

issue a fresh tender notification.

2. Petitioner's case succinctly is thus:

(a) The petitioner is a proprietary concern engaged in

manufacturing of school bags and other bags and supplying to several

State Governments by participating in tenders. The 2nd respondent

issued e-procurement tender notification (reverse tendering process)

No.SS-16021 / 3 / 2021- CMO SEC-SSA/1 /2021-22, dated 21.01.2021

for supply of 43,88,687 number of school bags to 4034 destination

points/school complexes in the State of Andhra Pradesh during the 2

academic year 2021-22. As per tender notification, one of the eligibility

criteria is that the annual turnover of the firm during the last three years

(2017-18, 2018-19 and 2019-20) should be more than Rs.30 Crores plus

firm should furnish latest solvency certificate. The respondents issued

corrigendum - I dated 08.02.2021 amending the eligibility criteria

mentioned in Section - II 1.1(h) "the firm should furnish latest solvency

certificate" to "the firm should furnish latest solvency certificate for a

minimum value of 50% of the ECV". After issuing corrigendum the

respondent authorities conducted a pre-bid meeting on 09.03.2021in

which the petitioner protested against the amendment issued to the

eligibility criteria stating that furnishing of solvency certificate for high

value within two days prior to bid closing date was not reasonable. The

petitioner also communicated the objections through e-mail dated

10.03.2021. Without considering the objections of the petitioner, the

respondent authorities cancelled the earlier tender notification and issued

fresh notification No.SS-16021/3/2021-CMO SEC-SSA/7/2021-22,

dated 15.03.2021. As per 2nd tender notification the minimum eligibility

criteria for participating in the bids is that the average annual turnover of

the firm during the last three years (2017-18, 2018-19 and 2019-20)

should be more than Rs.100 Crores and the firm should furnish latest

solvency certificate for a minimum value of Rs.39 Crores (50% of the

ECV) issued by scheduled bank.

(b) The action of the respondent authorities in incorporating those

two conditions is arbitrary, illegal and non-transparent and violative of 3

Article 14 of the Constitution of India. When the petitioner submitted its

objections to reconsider the tender conditions of the 1st tender

notification, the respondent authorities cancelled the said tender

notification and issued the 2nd tender notification with much onerous

conditions for procurement of the same number of school bags. The

Government of Andhra Pradesh constituted a cabinet sub-committee

vide G.O.Ms.No.938 TR & B (R-1) Department, dated 29.11.2000 to

examine the various issues relating to revision and streamlining of tender

process and after considering the recommendations of the said Sub

Committee, the Government have issued G.O.Ms.No.94, dated

01.07.2003 issuing some guidelines for streamlining of tender process.

Without following those guidelines, the respondent authorities in order

to eliminate most of the bidders and to confer undue advantage to some

of the bidders imposed the unreasonable conditions in the minimum

eligibility criteria.

(c) The petitioner earlier executed contract with Tamilnadu

Textbook and Educational Services Corporation by supplying 54,61,268

number of school bags for a total purchase order of Rs.75,22,50,226/-.

However, due to aforesaid eligibility criteria incorporated in the tender

notification dated 15.03.2021, the petitioner was not in a position to

participate in the tender. Supply of school bags is a goods contract and

after inspecting the material that is going to be supplied in the pre-bid

meeting and after satisfying with the material only the work order will

be given to the bidders. Even though estimated contract value is only 4

Rs.78 Crores the respondent authorities imposed an unreasonable

condition that the average annual turnover of the firm should be more

than 100 Crores for the last three years and it should furnish solvency

certificate for a minimum value of Rs.39 Crores. The said condition is

illegal. Due to unreasonable conditions, the petitioner and other bidders

could not participate in the tender and hence the writ petition.

3. The 2nd respondent filed counter opposing the writ petition

contending thus:

(a) The Government of Andhra Pradesh, Department of School

Education floated e-procurement tender notification No.SS-16021 / 3 /

2021- CMO SEC-SSA/1 /2021-22, dated 21.01.2021 for supply of

school bags to students of classes I to X to different schools during the

academic year 2021-22 under Jagananna Vidya Kanuka scheme for

47.32 lakh students across the State. The said notification was issued in

consonance with Samagra Shiksha under Government of India's flagship

programme for achievement of Universalization of elementary

education. The Centre and State Governments contribute funds in the

ratio of 60:40. The procurement of school bags under Samagra Shiksha

is governed by the manual of Financial Management and Procurement

(F.M.P) for the scheme of Samagra Shiksha. The procurement is

governed by procurement guidelines as provided in the manual subject

to overriding provisions as contained in GFR 2017 and manual for

Procurement of Goods and works, 2017 and manual for procurement of 5

consultancy and other services, 2017. The grants under the scheme are

governed by the various provisions in the GFR and therefore adherence

to the GFR provisions is mandatory wherever applicable. The

petitioner's reliance on G.O.Ms.No.94 is baseless as the subject matter

pertains to the procurement under SS i.e., Samagra Shiksha.

(b) The 2nd respondent who is the State Project Director, Head of

the SIS, APSS submitted a proposal for constitution of a high level

Committee (for short 'Committee') to prepare, evaluate and approve the

tender documents pertaining to the procurement and supply of students

kits. The Government of Andhra Pradesh accordingly issued

G.O.Rt.No.58, dated 06.03.2020 to constitute Committee. The

Government of Andhra Pradesh has further issued a Memo

No.1186027/Prog.11/A2/2021-22, dated 25.01.2021 and re-constituted

the Committee to implement the project under APSSA. The APSSA is

at liberty to frame its own procedure for procurement under the scheme

to implement in the State. The Committee after considering the manuals

and guidelines governing the sphere, has framed certain tender

conditions. Whereas, the G.O.Ms.No.94 deals with the works contracts.

The Committee after due deliberations derived its own procedure for

procurement of school bags and issued tender notification dated

21.01.2021 and also subsequent tender notification dated 15.03.2021.

(c) Tender Notification dated 21.01.2021 was issued inviting

tender-cum-reverse auctioning in e-procurement system from the

original manufacturers / registered firms who are registered in India for 6

supply of school bags. The bid was published on 22.01.2021, the

uploading of corrigendum / addendum if any on 08.02.2021 and bid

closing date was 10.02.2021. Pre-qualification bid opening was given

on 10.02.2021 and technical evaluation of bid was fixed on 11.02.2021.

The writ petitioner did not even participate in the tender.

(d) In response to tender notification, 5 firms submitted

applications. During the course of technical evaluation, no bidder has

fulfilled the tender eligibility conditions and hence the matter was placed

before the Committee on 24.02.2021 and the Committee decided to

cancel the bid as no bidder was qualified in technical evaluation and

decided to float a short tender for procurement of school bags. The

Committee has approved the following conditions during its meeting

held on 12.03.2021:

(i) The average annual turnover of the firm during the last three years (2017-18, 2018-19 & 2019-20) should be more than Rs.100.00 Crores.

(ii) The bidder shall have experience in supply of school Bags (Back pack) or similar bags. They must have satisfactorily executed orders to any Government organization /Department / PSU / body of both central and State Governments / Private reputed organization with a value of Rs.5.00 Crores in one of the last 3 financial years (2017-18, 2018-19 & 2019-20). Proof of that shall be submitted.

(iii) The firm should furnish latest solvency certificate for a minimum value of Rs.39 Crores (50% of ECV) issued by scheduled bank. 7

(e) Accordingly, a short tender notification was floated on

15.03.2021 and a corrigendum was issued on 20.03.2021 and the bid was

closed on 23.03.2021. The pre-qualification bid was opened on

23.03.2021 and technical evaluation was conducted on 24.03.2021. A

total number of 6 firms have participated in the tender and five firms

were qualified in technical evaluation held on 24.03.2021. Thereafter

the financial bid was opened on 25.03.2021 and reverse auctioning was

conducted on 26.03.2021 wherein the 4th respondent was declared as L1

for quoting the least price for Rs.66,71,27,054/- i.e., Rs.144.60 (small

bag), Rs.148.86 (medium bag) and Rs.153.86 (large bag). The biding

process was closed on 26.03.2021 and SPD APSS have issued work

order to the 4th respondent on 08.04.2021 and agreement was entered

into on 16.04.2021. The 4th respondent has started supplying the

specified school bags and it is nearing completion. The entire process

will be completed by 11.08.2021. As against the petitioner impugning

the 2nd tender conditions, the respondent in his counter stated that the

Committee has disclosed reasons for cancellation of earlier tender and

floating a short tender with impugned conditions. The Committee

cancelled the tender notification dated 21.01.2021 as none of the bidders

was qualified in the technical evaluation and therefore the Committee

decided to float a short tender considering the limited time available for

supply. The Committee discussed to improve the tender conditions so

that qualified, big companies may participate for better quality and

timely supply. It was only to get more efficient firms to implement the 8

programme, the impugned tender conditions were included and the

entire process of tender was fair and transparent. The petitioner filed

writ petition after entire tender process was completed and therefore he

has no locus standi to file the writ petition as there is no violation of

Article 14 or 19 as contended.

(f) The respondent categorically denied the petitioner's averment

of his participating in the earlier tender notification dated 21.01.2021.

No public interest is involved and its only the private interest of the writ

petitioner is being agitated and hence the writ petition is not

maintainable. Thus respondent prayed to dismiss the writ petition.

4. The 4th respondent filed counter contending thus:

(a) The petitioner has no locus standi to file the writ petition

which is based on false and misleading statements and is intended only

to serve private interest of the petitioner but not any public interest.

Petitioner has not participated either in the first tender or in the second

tender process and hence the petitioner has no locus standi. The 4th

respondent being successful bidder secured contract and already

substantially completed the work by supplying 41,47,163 school bags

and thus 91.38% of the work has already been completed. The petitioner

having not participated in either tender, filed writ petition only after the

entire process of 2nd tender was completed only to serve his private

interest.

9

(b) The petitioner cannot place reliance on G.O.Ms.No.94 which

is not relevant. The procurement was done pursuant to the constitution

of Committee which has to prepare, evaluate and approve the tender

documents. Hence, the petitioner cannot have any grievance. This

Court cannot sit as a Court of appeal to scrutinize the tender conditions.

The invitation to tender is in the realm of contract which is taken

qualitatively by experts. The owner of the project having authorized

tender documents, is the best person to understand and appreciate its

requirements and interpret its documents. The respondent thus prayed to

dismiss the writ petition.

5. The petitioner filed reply affidavit to the counter filed by the 2nd

respondent. It is contended that as in the manual published under

Samagra Shiksha scheme there is no express prohibition to follow the

G.O.Ms.No.94, the respondent ought to have followed the

G.O.Ms.No.94. The State under the guise of exercising power cannot be

permitted to impose conditions which are onerous and arbitrary and

thereby to oust certain prospective tenderers from participating in the

tender.

(a) Refuting the contention in the counter that the petitioner has

not participated in the first tender dated 21.01.2021, it is contended that

the petitioner has attended the pre-bid meeting conducted by the

respondents on 09.03.2021 and petitioner's representative has raised the

objection regarding the amendment made to the eligibility criteria fixed 10

in the notification. Apart from that the petitioner has also sent an e-mail

dated 10.03.2021 to the respondents expressing its objections over the

amendment. Therefore it is not correct to say that the petitioner has not

participated in the tender. It is further contended that the first tender was

cancelled and second tender was issued with a change in the

specifications in the school bags. However, there was no discussion to

change eligibility criteria to participate in the bid. In the 2nd tender

notification while increasing the eligibility criteria from Rs.30 Crores to

Rs.100 Crores the respondent authorities have not justified their act in

imposing such onerous condition and intended to avoid some firms and

to minimize the competition which is absolutely illegal. Such increase is

irrational and colourable exercise of the power. It is further stated that

the respondent authorities have issued another tender notification dated

07.04.2021 for procurement of shoes and socks wherein the average

turnover for three years was fixed at Rs.40 Crores as against the

estimated bid value of Rs.94 Crores. However, in the instant case for a

estimated bid value Rs.76.8 Crores the turnover was fixed at Rs.100

Crores which is arbitrary.

(b) The present writ petition was filed on 31.03.2021 by serving

advance copies on the official respondents. Receiving the copies, to

frustrate the genuine cause of the petitioner, respondents have hurriedly

assigned the tender in favour of the 4th respondent and in such hasty

action they have committed various illegalities one of which is that the

so called agreement dated 16.04.2021 was said to be entered into by 11

engrafting on Rs.100 Non Judicial Stamp Paper said to be purchased

from the Stamp Vendor by name K.V. Ratnam on 16.04.2021.

However, information obtained by the petitioner under RTI Act from the

Joint Sub Registrar shows that the said K.V. Ratnam was expired on

23.04.2020 and hence, the question of purchasing Non Judicial Stamp

Paper from him does not arise. It shows the illegalities committed by the

respondents. In the matter of Bank Guarantee offered by the 4th

respondent also there is an amount of doubt and hence the writ petition

may be allowed.

6. When the chronology of events relating to the writ petition is

perused, challenging the condition stipulated in the 2nd tender

notification dated 15.03.2021, the writ petitioner filed instant writ

petition on 31.03.2021. Learned single Judge of this Court (Honble Sri

Justice M. Satyanarayana Murthy) initially heard the matter and

pronounced order on 19.04.2021 and allowed the writ petition and set

aside the tender notification on the ground that the tender conditions i.e.,

(i) the average annual turnover of the firm during the last three years

(2017-18, 2018-19 & 2019-20) should be more than Rs.100 Crores and

(ii) the firm should furnish latest solvency certificate for a minimum

value of Rs.39 Crores (50% of ECV) issued by the scheduled bank are

onerous and arbitrary and consequently directed the respondent

authorities to issue fresh tender notification with respect to supply of 12

school bags to students without incorporating the onerous conditions. It

should be noted that at that stage respondents did not file their counter.

(a) Aggrieved, the State Government filed Writ Appeal

No.309/2021 before the Division Bench of this Court and Division

Bench having observed that the 4th respondent in the writ petition who

was successful bidder is a necessary party and though he was impleaded

as a party, no notice was issued to him but the impugned order was

passed adverse to his interest, allowed the writ appeal on 22.07.2021 by

setting aside the order dated 19.04.2021 and remanded back the writ

petition for fresh consideration. Thereafter, as per roster, this matter was

posted before this Court on 09.08.2021 and respondents requested time

for filing counter and accordingly the matter was posted to 18.08.2021

on which date it was submitted by learned Additional Advocate General

(for short "AAG") representing respondent Nos.1 to 3 and Sri Ajay

Kohli representing the 4th respondent that they filed counter. On that

day, learned counsel for the petitioner sought time for filing reply

affidavit and also prayed for interim order. However, learned AAG

submitted that reverse tendering process was completed on 26.03.2021,

wherein the 4th respondent emerged as L1 and the supply of school bags

was completed by 16.08.2021. Recording the submission of learned

AAG, the matter was posted for reply affidavit of the petitioner.

7. Heard arguments.

13

8. Learned Senior Counsel Sri L. Ravi Chander representing Sri C.

Subodh learned counsel for the petitioner argued that the petitioner has

locus standi to file writ petition since he participated in the pre-bid

meting conducted pursuant to the first tender notification dated

21.01.2021 and opposed the amended eligibility criteria and also sent

protest e-mail to the respondent authorities. So far as the second tender

notification dated 15.03.2021 is concerned, he did not participate in view

of the two arbitrary eligibility conditions imposed by the respondent

authorities which grossly infringed the Article 14 of the Constitution of

India. He would thus submit that when the two tender notifications are

taken into consideration, the petitioner since inception, has been

opposing the eligibility conditions as being violative of the constitutional

provisions, and hence has a right to file the writ petition.

(a) Nextly, severely remonstrating the two eligibility conditions

set up in the 2nd tender notification dated 15.03.2021, he argued that

those conditions were tailor made only to confer undue benefit to the 4th

respondent, as otherwise, those conditions have no nexus with the object

sought to be achieved. In expatiation, he would argue that when

Estimated Contract Value (ECV) itself is worth Rs.78 Crores, there is no

purpose in demanding the bidder to have an average annual turnover of

Rs.100 Crores in the past three years from 2017-18 to 2019-20. This is a

sheer colourable exercise of the administrative power. This condition,

he vehemently argued, unjustly eliminated the prospective entrepreneurs

from bidding and it is the height of abuse of administrative power. Such 14

setting up of quixotic condition militates against the guidelines given

under G.O.Ms.No.94. He further argued that under the same Samagra

Shiksha flagship programme, the Government proposed to procure shoes

and socks to the students for an estimated bid value of Rs.94 Crores and

a separate tender notification was issued wherein, the average turnover

for three years was fixed at Rs.40 Crores only. In contrast, in the present

case, for a lesser ECV of Rs.78 Crores, the average turnover is fixed at

Rs.100 Crores.

9. Referring to 2nd eligibility condition, learned counsel argued that

demanding the solvency certificate from the bidder to a tune of 50% of

ECV is also on high side, which manipulative maneuver is intended to

see that the 4th respondent gets the contract. This is further evident from

the fact that when the present writ petition was pending for orders before

learned single Judge, the respondent authorities hurriedly entered into an

agreement dated 16.04.2021 on a doctored agreement with Rs.100/- Non

Judicial Stamp Paper purchased from a stamp vendor who died long

prior to the date of agreement. He thus prayed to allow the writ petition.

10. Per contra, learned AAG while severely opposing the writ

petition, firstly argued that the petitioner did not participate either in the

first tender or in the second one and under law a person who did not

participate in the tender will have no locus standi to question the legality

of the tender. He argued that mere partaking in the pre-bid meeting of

1st tender does not amount to participation in the bid process unless 15

tender quotation is filed. He would submit that the writ petition is liable

to be dismissed in limini for that reason alone.

(a) Nextly, learned AAG sought to justify the two impugned

eligibility conditions. In that process, referring to the eligibility

condition that the bidder shall have an average annual turnover during

the last three years (2017-18, 2018-19 and 2019-20) of more than Rs.100

Crores, learned AAG submitted that the said condition is not quixotic

one but included with an avowed object of procuring qualitative and

durable school bags from highly competitive and efficient manufacturers

rather than the mediocres. He would submit that the Government, vide

G.O.Rt.No.58, dated 06.03.2020 and Memo dated dated 25.01.2021,

have constituted a Committee headed by Principal Secretary of School

Education as Chairman and various others as Members to prepare,

evaluate and approve the tender documents for procuring the school

bags, shoes, uniforms, note books, text books etc., to the students from

Classes-I to X studying in Government schools for the academic year

2021-22 under different tender notifications. School bags are concerned,

tender notification dated 21.01.2021 was issued with an estimated

contract value of about Rs.76 Crores. To see that only quality material is

procured, bids are invited only from the manufacturers but not traders,

marketers and brokers. Learned AAG admitted that in the first tender

notification, the average annual turnover for the years 2017-18, 2018-19

and 2019-20 was fixed as Rs.30 Crores. Another important condition

fixed was that the bidder firm should furnish latest solvency certificate. 16

Since there was no clarification as to the value for which solvency

certificate should be submitted, the corrigendum dated 08.02.2021 was

issued stating that solvency certificate should be submitted for a

minimum value of 50% of ECV. Though five bidders participated in the

first tender, however, none was qualified in the technical bid and

therefore the Committee in its meeting held on 24.02.2021 decided to

cancel the first tender for school bags. Not only that, the Committee

deliberated upon to change the categories of the students. In the first

tender notification, students of classes-1 to 3 were grouped as category-I,

classes 4 to 6 as category-II and classes 7 to 10 as category-III.

However, having regard to the tender age of the students and their rough

handling of the school bags, the Committee decided to re-categorise the

students and also the sizes of the bags. Accordingly, students from class

1 to 5 were kept in category-I, students from class 6 to 7 in category-II

and students from class 8 to 10 in category-III and sizes of the school

bags were categorized as small, medium and large for categories I, II and

III respectively. In the quality of the bags also certain changes were

made. Zips and fasteners were proposed to be made with brass material.

So also shoulder strips, shoulder adjustable buckle were sought to be

changed with more durable material. In addition to the above, learned

AAG, argued, rigorous quality control tests were sought to be

introduced. Thus the Committee proposed to attach utmost importance

to the quality and durability to the bags. With this avowed object, the

first tender was cancelled and second tender was floated on 15.03.2021. 17

Learned AAG further submitted that the school kits including bags were

proposed to be supplied at the commencement of academic year 2021-

22. However, due to non-availability of suitable bidders the first tender

was cancelled and in that process January and February months were

lost. Therefore, to catch up the time and have the quality product, the

Committee wanted a quality manufacturer to successfully accomplish

the project in a time bound manner. As during the first tender, only

mediocres participated and failed in the technical evaluation, the

Committee proposed to enhance the average annual turnover in the

preceding three years from Rs.30 Crores to Rs.100 Crores. The

Committee honestly believed that a manufacturer who could

manufacture high quality bags only could achieve the average turnover

of Rs.100 Crores during the preceding three years and such a

manufacturer only can efficiently handle the contract work. Learned

AAG emphasized that with that avowed object in mind the impugned

conditions were imposed. The second condition is concerned, he argued

that since the ECV is Rs.78 Crores, there is nothing wrong in demanding

the bidder to produce latest solvency certificate for 50% of ECV. He

argued that the second condition was very much there in the first tender

notification also. Since the writ petitioner has not challenged the said

condition by filing a writ petition, he cannot now challenge the same in

the present writ petition. He further argued that both the impugned

conditions are in tune with the guidelines prescribed in the manual of

Financial Management and Procurement (FMP) for scheme of Samagra 18

Shiksha. He would submit that G.O.Ms..No.94 which related to the

works contract cannot be taken aid by the petitioner. He would submit

that the impugned tender conditions are not tailor made to suit either 4th

respondent or some other and in fact the subject tender is a reverse

tender process in which six bidders participated. One was disqualified in

the technical bid and ultimately in the reverse tender process three

bidders participated and the 4th respondent emerged as successful bidder

for Rs.66,71,27,054/-. He argued that merely because the concerned

stamp vendor died prior to the date of vending the stamp the entire

agreement need not be doubted. He would point out that in this case the

only issue is whether the eligibility conditions of the tender are valid or

arbitrary but not the legality of the agreement entered into with the 4th

respondent. He thus prayed to dismiss the writ petition. The 4th

respondent also argued in similar lines.

11. In the wake of above rival contentions the points that arise for

consideration are:

(1) Whether the petitioner deserves any relief in the writ

petition in view of his non-participation in either bid

process?

(2) Whether the conditions imposed in the tender notification

No.SS-16021/3/2021-CMO SEC-SSA/7/2021-22, dated

15.03.2021 fixing the minimum eligibility criteria:

19

(i) that the average annual turnover of the bidder for the

last three years (2017-18, 2018-19 and 2019-20) shall be

more than Rs.100 Crores and

(ii) the bidder should furnish latest solvency certificate for

Rs.39 Crores (50% of ECV) issued by scheduled bank

is unjust, arbitrary and tailor made to suit a few

bidders like the 4th respondent and thus violative of

Article 14 of the Constitution of India?

(3) to what relief ?

12. Point-1: The contention of the respondents is that the petitioner

did not participate either in the tender notification No.SS-16021 / 3 /

2021- CMO SEC-SSA/1 /2021-22, dated 21.01.2021 or tender

notification No.SS-16021/3/2021-CMO SEC-SSA/7/2021-22, dated

15.03.2021 and therefore he has no locus standi to file the writ petition.

On the other hand the contention of the petitioner is that in the first

tender notification dated 21.01.2021 one of the eligibility conditions that

the firm should furnish latest solvency certificate was amended by the

tender issuing authority to the effect that the firm should furnish latest

solvency certificate for a minimum value of 50% of the ECV and

corrigendum was issued accordingly. The petitioner appeared in the pre-

bid meeting held on 09.03.2021 and vehemently opposed the said

amendment and also sent a protest e-mail dated 10.03.2021. Due to the

said change, he could not participate in the first tender. So far as second 20

tender notification dated 15.03.2021 is concerned, he contends that in

view of imposition of two arbitrary conditions the entrepreneurs of

petitioner's ilk could not participate and since he challenges the

constitutional validity of the two onerous conditions, the locus of the

petitioner cannot be doubted.

13. I gave my anxious consideration to the above contentions.

Admittedly, in the first tender notification dated 21.01.2021 the

petitioner participated only in the pre-bid meeting but he did not file his

quotation. Mere appearance in pre-bid meeting does not amount to

participation in the tender process. Second tender notification dated

15.03.2021 is concerned, admittedly the petitioner did not file his

quotation. It is trite law that when a party did not offer his quotation in

response to tender notification, he will be non-suited to question the

validity and legality of the tender. Of course, in the instant case since

the petitioner challenges two of the eligibility criteria as being arbitrary,

unjust, illegal and tailor made to suit selected few bidders and eliminate

others which is violative of Article 14 of the Constitution of India, in my

view it is apposite for this Court to test the veracity of those conditions

on the touch stone of judicial principles instead of rejecting the writ

petition at the threshold. It should be noted that in the earlier order dated

19.04.2021 also on the same ground learned single Judge of this Court

held that the writ petition is maintainable.

21

14. Point-2: The bone of contention in the tender notification No.

SS-16021/3/2021-CMO SEC-SSA/7/2021-22, dated 15.03.2021 is the

following two eligibility criteria imposed for participation in the bid:

a) xxx

b) xxx

c) The average annual turnover of the firm during the last three years (2017-18, 2018-19 & 2019-20) should be more than Rs.100.00 Crores.

d) xxx

e) xxx

f) xxx

g) The Firm should furnish latest Solvency certificate for a minimum value of Rs.39 Crores (50% of ECV) issued by scheduled bank.

The petitioner claims those two conditions as arbitrary, capricious,

tailor made to suit limited bidders like the 4th respondent and to avoid

other bidders and hence the notification is liable to be set aside.

15. On the aspect of judicial review on the administrative acts of the

State and its instrumentalities such as issuing contracts, grants, license

and permits, the law is no more res integra and we have thicket of

decisions:

(i) In Kasturi Lal Lakshmi Reddy, Represented by its Partner

Kasturi Lal, Jammu v. State of Jammu and Kashmir1 dealing with

the scope of judicial review, the Apex Court observed that with the

1 AIR 1980 SC 1992 = MANU/SC/0079/1980 22

growth of Welfare State the new forms of property in the shape of

Government largesse are developing and the Government dispensing

large number of benefits including jobs, contracts, licenses, quotas,

mineral rights etc. The Government cannot give largesse in its arbitrary

discretion or as its sweet will, but there are two limitations imposed by

law to such discretion. The first one is regarding the terms on which the

largesse may be granted and the second one is the persons who may be

the recipients of such largesse. In the realm of the first limitation,

reasonableness and public interest will be the guiding factors. So far as

the second limitation is concerned, the Government is not free like an

individual in selecting the recipients for its largesse as it pleases. It must

do so fairly without discrimination and without unfair procedure. Its

action must not be arbitrary or capricious, irrational or irrelevant, but

based on some principles which meets the test of reason and relevance

which is the corner stone of administrative law and also validated by the

Doctrine of equality embodied in Article 14. The Government cannot

arbitrarily choose a person by discriminating others.

(ii) In Food Corporation of India v. Kamdhenu Cattle Feed

Industries2, the Apex Court observed that in contractual sphere, the

State and all its instrumentalities have to conform to Article 14 of the

Constitution, of which non-arbitrariness is a significant facet. There is

no unfettered discretion in public law. A public authority possesses

powers only to use them for public good. This impose the duty to act 2 AIR 1993 SC 1601 = MANU/SC/0257/1993 23

fairly and to adopt a procedure which is fair play in action. Due

observation of this obligation as a part of good administration, raises a

reasonable or legitimate expectation in every citizen to be treated fairly

in his interaction with the State and its instrumentalities.

(iii) In Sterling Computers Limited v. M & N Publications

Limited3, it was observed that the procedure adopted to award contracts

by the authorities which come under State within the meaning of Article

12 of the Constitution, can be tested in the light of Article 14 of the

Constitution is the law settled in various judgments of the Supreme

Court. It was further held that there was nothing paradoxical in

imposing legal limits on the authorities by Courts even in contractual

matters because the whole conception of unfettered discretion is

inappropriate to a public authority who is expected to act for public

good. It was also observed that by way of judicial review the Court is

not expected to act as a Court of appeal while examining an

administrative decision and to record a finding whether such decision

would have been taken otherwise in the facts and circumstances of the

case.

(iv) In Tata Cellular v. Union of India4 the Apex Court

considering its earlier decisions deduced the following principles:

"The principles deducible from the above are:

(1) The modern trend points to judicial restraint in administrative action.

3

AIR 1996 SC 51 = MANU/SC/0439/1993 4 AIR 1996 SC 11 = MANU/SC/0002/1996 24

(2) The Court does no sit as a court of appeal but merely reviews the manner in which the decision was made.

(3) The Court does not have the expertise to correct the administrative decision. If a review of the administrative decision is permitted it will be substituting its own decision, without the necessary expertise which itself may be fallible.

(4) The terms of the invitation to tender cannot be open to judicial scrutiny because the invitation to tender is in the realm of contract.

(5) The Government must have freedom of contract. In other words, a fair play in the joints is a necessary concomitant for an administrative body functioning in an administrative sphere or quasi-administrative sphere. However, the decision must not only be tested buy the application of Wednesbury principle of reasonableness (including its other facts pointed out above) but must be free arbitrariness not affected by bias or actuated by mala fides.

(6) Quashing decisions may impose heavy administrative burden on the administration and lead to increased and unbudgeted expenditure."

(v) In Jasmshed Hormusji Wadia v. Board of Trustees, Port of

Mumbai5, the Apex Court observed thus:

"16. The position of law is settled that the State and its authorities including instrumentalities of States have to be just, fair and reasonable in all their activities including those in the field of contracts. Even while playing the role of a landlord or a tenant, the State and its authorities remain so and cannot be heard or seen causing displeasure or discomfort to Article 14 of the Constitution of India."

(vi) In Jagdish Mandal v. State of Orissa6, the Apex Court while

observing that judicial review of administrative action is intended to

prevent arbitrariness, irrationality, unreasonableness, bias and malafides

and its purpose is to check whether the choice or decision is made

lawfully and not to check whether the choice or decision is sound, has

ultimately held thus:

5

(2004) 3 SCC 214 = MANU/SC/0033/2004 6 2006 (14) SCALE 224 = MANU/SC/0090/2007 25

"Therefore, a court before interfering in tender or contractual matters in exercise of power of judicial review, should pose to itself the following questions:

i) Whether the process adopted or decision made by the authority is mala fide or intended to favour someone.

OR Whether the process adopted or decision made is so arbitrary and irrational that the court can say: 'the decision is such that no responsible authority acting reasonably and in accordance with relevant law could have reached.'

ii) Whether public interest is affected.

If the answers are in the negative, there should be no interference under Article 226."

(vii) In Michigan Rubber (India) Limited v. The State of

Karnataka7 the Apex Court has deduced principles similar to those set

out in Tata Cellular's case (4 supra) and held that if the State or its

instrumentalities act reasonably, fairly and in public interest in awarding

contract, interference by the Courts is very restrictive since no person

can claim fundamental right to carry on business with the Government.

However, if the process adopted or decision made by the authorities is

mala fide or intended to favour someone or arbitrary and irrational that

the decision taken by it could not have been taken by a reasonable

authority acting reasonably and with relevant law, the interference will

be inevitable.

(viii) In Afcons Infrastructure Limited v. Nagpur Metro Rail

Corporation Limited8, the Apex Court has expounded that the decision

making process in accepting or rejecting the bid should not be interfered

7 AIR 2012 SC 2915 = MANU/SC/0662/2012 8 (2016) 16 SCC 818 = MANU/SC/1003/2016 26

with. Interference is permissible only if the decision making process is

arbitrary or irrational or perverse to an extent that no responsible

authority acting reasonably and in accordance with law could have

reached such a decision. It was also cautioned that the Constitutional

Courts are expected to exercise restraint in interfering with the

administrative decisions and ought not to substitute their view for that of

administrative authority.

With regard to interpretation of the tender documents also, the

Hon'ble Apex Court rendered valuable opinion. It observed that the

owner or the employer of the project having authorized the tender

documents, is the best person to understand and appreciate its

requirement and interpret its documents. The Constitutional Court

generally must defer to this understanding and appreciation of tender

documents unless there is a mala fide or perversity in the understanding

or appreciation or in the application of the terms of the tender conditions.

It is possible that the employer of a project may give an interpretation to

the documents which is not acceptable to the constitutional Courts but

that by itself is not a reason for interfering with the interpretation given.

(ix) In Uflex Ltd., v. Government of Tamilnadu9 the bone of

contention was with regard to setting up of eligibility criteria by the

Tamilnadu Government for commercial bid i.e, (1) requirement of eight

years of experience in the filed of manufacture of security holograms (2)

requirement of bidders to have supplied full polyester based security

9 2021 SCC OnLine SC 738 27

hologram labels to a tune of at least Rs.20 Crores to any State excise

department during the last three financial years and (3) bidders should

submit satisfactory performance certificate from the competent

authority. The respondents challenged those conditions on the ground

that they were tailor made. A single Judge or Madras High Court

dismissed the writ petition. However, the division bench allowed the

writ appeal and directed the Government to issue fresh tender with

technical specifications that are generic so as to ensure wider

participation or go for a single source procurement. The said order was

challenged before the Supreme Court. Referring to the guidelines in

TATA Cellular's case (4 Supra), the Supreme Court observed that the

object of judicial review is not to make the court an appellate authority

for scrutinizing as to whom the tender should be awarded. Economics

must be permitted to play its role for which tendering authority knows

best as to what is suited in terms of technology and price for them. It

further observed that the participating entities are concerned, it cannot be

contended that all and sundry should be permitted to participate in

matters of this nature. In fact, in every tender there are certain

qualifying parameters whether it be technology or turnover the Court

cannot sit over in judgment on what should be the turnover required for

an entity to participate.

(x) In The Silppi Constructions Contractors V. Union of

India10 the Hon'ble Apex Court observed thus:

10

(2020) 16 SCC 489 = MANU/SC/1206/2019 28

"The essence of the law laid down in the judgments referred to above is the exercise of restraint and caution; the need for overwhelming public interest to justify judical intervention in matters of contract involving the state instrumentalities; the courts should give way to the opinion of the experts unless the decision is totally arbitrary or unreasonable; the court does not sit like a court of appeal over the appropriate authority; the court must realise that the authority floating the tender is the best judge of its requirements and, therefore, the court's interference should be minimal. The authority which floats the contract or tender, and has authored the tender documents ist he best judge as to how the documents have to be interpreted. If two interpretations are possible then the interpretation of the author must be accepted. The courts will only interfere to prevent arbitrariness, irrationality, bias, mala fides or perversity. With this approach in mind we shall deal with the present case."

16. From the above jurimetrical jurisprudence, the following cardinal

principles will emerge which are inclusive but not exhaustive:

(1) The basic requirement in the matter of Government contracts

is scrupulous following of Article-14 i.e., fairness in action

and non-arbitrariness at every stage of the action of the State.

In such an event the judicial review will be limited as the

constitutional Courts do not sit on appeal as to whether the

decision is good and economically sound or not, but only

probe into whether due procedure is followed i.e., whether acts 29

of the authorities are just, fair and reasonable in the matter of

allocating contracts.

(2) In the matter of formulating conditions of a tender document

and awarding a contract, greater latitude is required to be

conceded to the State authorities unless their action is found to

be malicious and misuse of statutory power.

(3) Certain pre-conditions or qualifications for tenders have to be

laid down to ensure that the contractor has the capacity and the

resources to successfully execute the work. If the State or its

instrumentalities act reasonably, fairly and in public interest in

awarding contract, interference of the Court is very restrictive

since no person can claim fundamental right to carry on

business with the Government.

On the touch stone of above principles, the case on hand has to be

scrutinized.

17. The second eligibility condition i.e., production of latest solvency

certificate for a minimum value of Rs.39 Crores (50% of ECV) is

concerned, the said condition was stipulated in the first tender

notification dated 21.01.2021 also and hence it is not a new condition

altogether. The petitioner who claims to have protested against the

incorporation of the said condition in the first tender notification,

however, did not challenge the notification by filing writ petition. In 30

that view, as rightly argued by the learned AAG, the petitioner now

cannot clamour the said condition to be atrocious. Even otherwise, in my

considered view, when the ECV is around Rs.78 Crores, seeking

solvency certificate for 50% of the ECV from a scheduled bank cannot

said to be arbitrary. Here one uncontroverted eligibility criteria must be

kept in mind. It should be noted that as per Clause-1 of Section II of the

notification, the first and foremost condition is that a bidder must be a

manufacturer but not a mere trader, marketer or broker. Further as per

Clause-2 of Section-I of the tender notification, the delivery of the bags

must be made within 90 days from the date of agreement. As per

Clause-16 of Section-II, estimated requirement is 45 lakh bags. If the

bidder happens to be only a trader or a broker he can pay certain advance

to the manufacturer and deliver bags to the Government and at that

juncture his solvency may not be an issue. However a manufacturer who

has to manufacture and deliver 45 lakh bags within 90 days must have

required wherewithal to undertake a mammoth task. Therefore, the said

eligibility condition cannot be carped.

18. Then, first eligibility condition is concerned, having regard to the

fact that the ECV is about Rs.78 Crores, demanding annual turnover of

more than Rs.100 Crores for the past three years, at first blush, may

appear to be on high side. However, that is not sufficient to jump into a

hasty conclusion that the condition is arbitrary one to favour few bidders

like the 4th respondent. It is pertinent to look into the relevant guidelines 31

and also the attending circumstances which prompted the Committee to

fix such a high figure as narrated in his argument by learned AAG.

Much has been relied on G.O.Ms.No.94, Irrigation and CAD, (PW-

COD) Department, dated 01.07.2003. The said G.O was issued for

streamlining the tender procedures for all civil engineering works. A

cabinet sub committee after having examining various issues on the

subject, made recommendations on the bedrock of which the aforesaid

G.O. was issued. This G.O basically relates to the tender procedure to

be followed in civil works. Clause-10 speaks about qualification

criteria. It contains different conditions among which sub clause (a)

depicts that a bidder during the last five years preceding to financial year

in which tenders are invited, should have satisfactorily completed as a

prime contractor, similar works of value not less than 50% of ECV in

any one year. This clause was pressed into service by the petitioner to

argue that the condition No.1 of the subject contract when compared

with G.O.Ms.No.94 is highly arbitrary. Though the arguments sounds

well, however on a careful scrutiny of entire clause-10, I find no

substance.

19. As already stated supra, clause-10 contains different eligibility

conditions to participate in civil works. They would depict that a bidder

to attain eligibility should not only complete similar works worth 50% of

estimated value of contract in any one of the five preceding years but

also should comply with other rigorous conditions viz., he should have 32

completed certain minimum quantities of works in any one year; he

should demonstrate to have certain critical equipment for the subject

work as required by the tender issuing authority; he should possess

experienced key expert personnel at his disposal based on the

requirement of the work; he should submit solvency certificate issued by

the bank for the amount equivalent to the estimated cash flow for three

months in peak construction period; should submit EMD in the shape of

Bank Guarantee for 1% of ECV and should have experience relating to

the works executed in the State / Central Government department works.

(a) So when clause-10 is holistically scrutinized, it would appear

that though a contractor in any one of the previous five years executed a

work worth 50% of present estimated value of contract, that alone is not

sufficient to fulfil the eligibility criteria. For each bid, he has to

demonstrate the availability of other relevant wherewithal such as

experienced expert key personnel, bank solvency certificate, EMD etc.,

So in my considered view the eligibility criteria envisaged in Clause-10

of G.O.Ms.No.94 which is made suitable to execute civil contracts

cannot be made applicable to goods and services procurement contracts

like the present one particularly when the present tender procedure is

governed by the guidelines issued in F.M.P manual as submitted by

learned AAG.

20. The manual of Financial Management and Procurement a copy of

which is filed along with counter filed by learned AAG was, issued by 33

the Ministry of Human Resource Development, Government of India in

2018. It says that the procurement activities under Samagra Shiksha

shall be governed by the procurement guidelines as provided in F.M.P

manual. The underline principle in issuing manual is that any public

buying is to provide the works/goods/services of the specified quality at

the most competitive price in a fair, just and transparent manner. Clause

7.7 says that any procurement above Rs.25 lakhs shall be by open tender

using e-procurement process. Clause 7.11 deals with eligibility for

contracting which reads thus:

"Eligibility for contracting: To foster competition, firms and individuals to offer goods, work, and services required for the program, any conditions for participation shall be limited to those that are essential to ensure the firm's capability to fulfill the contract in question. In connection with any contract to be financed under the program no bidder shall be denied participation in a procurement process or award for reasons unrelated to: (i) its capability and resources to successfully perform the contract; or (ii) the conflict of interest situations covered under paragraphs 7.10 above."

This clause tells that no bidder shall be denied the opportunity of

participation in the procurement process or awarding contract with the

unrelated reasons (i) and (ii) mentioned above. The first unrelated

reason is imposition of a condition which has nothing to do with the

capability and resources of the bidder to successfully perform the

contract. For instance if the eligibility criteria stipulates that bidders of a

particular State or States alone should submit the bids, then such

condition can be termed as unrelated to the capability and resources of

the bidder to successfully perform the contract. However, a stipulation

that the bidders' average annual turnover in the last three years should be

more than Rs.100 Crores cannot be said to be an irrelevant condition to 34

deny the participation of a bidder. On the other hand, the condition is

relevant one to test capability and resources of the bidder to successfully

perform the contract.

21. As already stated supra, as per terms of the tender notification,

successful bidder has to deliver about 43 lakh school bags worth Rs.78

Crores within three months from the date of agreement, meaning thereby

a manufacturer shall manufacture and sell Rs.78 Crores worth of stock

within three months. If a manufacturer cannot manufacture and sell

Rs.100 Crores worth of stock in one year, it is incomprehensible as to

how he can manufacture and deliver Rs.78 Crores worth of stock just in

90 days. In similar circumstances in S. Manivel V. Superintending

Engineer11 the High Court of Madras upheld one of the tender

qualifications that the bidder should have executed Rs.17 Crores worth

of similar work in one of the five preceding years though the estimated

contract value was only Rs.2 Crores. The said condition was upheld in

view of work need to be completed in short period and in a qualitative

manner.

22. Viewing in that angle the said eligibility condition can by no

means stated to be arbitrary, unfair, unjust and illegal. Added to it, as

submitted by learned AAG, the academic year 2021-22 was fast

approaching and already the Committee lost January and February

months during the first tender process as none of the five bidders could 11 MANU/TN/4072/2018 35

qualify in the technical evaluation. The copy of the minutes of the

procurement Committee meeting dated 24.02.2021 filed by learned

AAG along with his counter shows that the Committee decided to cancel

the first tender and issue fresh short tender notice due to paucity of time

and incorporate some changes in the size and quality of school bags.

This must have prompted the Committee to entrust the work to

qualitative manufacturer and therefore the impugned eligibility criteria

must have been incorporated. So at the outset, the impugned conditions

in my view were intended to subserve the public interest rather than

favour a few. The tender document dated 15.03.2021 shows that as

many as four rigorous tests were incorporated for testing the quality of

the bags. These tests were not there in the first tender document. This

reflects the concern of the Committee for having qualitative and durable

type of bags. In that view also we cannot brand impugned condition as

tailor made. Above all, pursuant to the second tender notification dated

15.03.2021 six bidders including the 4th respondent submitted their

quotations of which five bidders were technically qualified. Among

them three bidders participated in the reverse tendering process.

Ultimately, the 4th respondent emerged as L1 bidder. All this exercise

would smother the contention of the petitioner that the impugned

conditions were tailor made to suit the 4th respondent. Except making

such allegation, no tangible material is produced by the petitioner to

come to such conclusion. The argument that the agreement was

doctored on Rs.100/- Non Judicial Stamp paper purchased after the death 36

of the stamp vendor, in my view, will not effect the fairness of the tender

process. That may at best would show that after receiving the work

order vide Lr.Rc.No.SS-16021/3/2021-CMO SEC-SSA, dated

08.04.2021, in order to enter into agreement at the earliest the 4th

respondent might have obtained a Non Judicial Stamp paper which was

originally indented by the stamp vendor who was no more. It should be

noted that this Court is not testing the legal validity of the agreement

entered by the Government with the 4th respondent. It only tests the

validity of the eligibility conditions.

23. Thus on a conspectus of facts and law this Court finds no merits in

the writ petition and accordingly, the writ petition is dismissed. No costs.

As a sequel, interlocutory applications pending, if any, shall stand

closed.

_________________________ U. DURGA PRASAD RAO, J 02.02.2022 krk 37

HON'BLE SRI JUSTICE U. DURGA PRASAD RAO

Writ Petition No. 7878 of 2021

02nd February, 2022 krk

 
Download the LatestLaws.com Mobile App
 
 
Latestlaws Newsletter
 
 
Latestlaws Newsletter
 
 
 

LatestLaws.com presents: Lexidem Offline Internship Program, 2024

 

LatestLaws.com presents 'Lexidem Online Internship, 2024', Apply Now!

 
 
 
 

LatestLaws Guest Court Correspondent

LatestLaws Guest Court Correspondent Apply Now!
 

Publish Your Article

Campus Ambassador

Media Partner

Campus Buzz