Friday, 01, May, 2026
 
 
 
Expand O P Jindal Global University
 
  
  
 
 
 

M/S. Mana Constructions Thr. ... vs Agricultural Produce Market ...
2016 Latest Caselaw 3619 Bom

Citation : 2016 Latest Caselaw 3619 Bom
Judgement Date : 7 July, 2016

Bombay High Court
M/S. Mana Constructions Thr. ... vs Agricultural Produce Market ... on 7 July, 2016
Bench: B.P. Dharmadhikari
      wp1745.16                                                                   1


                 IN THE HIGH COURT OF JUDICATURE AT BOMBAY
                               NAGPUR BENCH




                                                                       
                        WRIT PETITION  NO.  1745  OF  2016
                                      AND




                                               
                        WRIT PETITION  NO.  1746  OF  2016


      WRIT PETITION  NO.  1745  OF  2016




                                              
      M/s. Mana Constructions,
      A registered partnership firm
      having its office at Second Floor,




                                     
      206/9, Milk Scheme Housing
      Society, Near G.P.O. Square,
                             
      Civil Lines, Nagpur 440 001
      through its partner Shri Girish
      Namdeorao Manapure.                       ...   PETITIONER
                            
                       Versus

      1. Agricultural Produce Market
      

         Committee, Katol, District -
         Nagpur through its Chairman/
   



         Secretary.

      2. M/s. Shriram Construction
         Company, Ashray Niwas,





         Rajarshishahu Nagar, Anjangaon
         Surji, District - Amravati 440 705,
         through its Partner.

      3. M/s. Friends Infracon Private Ltd.,
         Friends Colony, Khat Road, 





         Bhandara 441 904.

      4. M/s. Uday Constructions,
         33, Kapse Layout, Dindayal Nagar,
         Nagpur.                                ...   RESPONDENTS


      Shri A.A. Naik,  Advocate for the petitioner.
      Shri D.V. Chauhan, Advocate for respondent No. 1.
      Shri H.D. Dangre, Advocate for respondent No. 2.
                         .....



    ::: Uploaded on - 11/07/2016               ::: Downloaded on - 11/07/2016 23:59:24 :::
       wp1745.16                                                                     2



      WRIT PETITION  NO.  1746  OF  2016




                                                                         
      M/s. Mana Constructions,
      A registered partnership firm




                                                 
      having its office at Second Floor,
      206/9, Milk Scheme Housing
      Society, Near G.P.O. Square,
      Civil Lines, Nagpur 440 001




                                                
      through its partner Shri Girish
      Namdeorao Manapure.                         ...   PETITIONER

                       Versus




                                      
      1. Agricultural Produce Market
         Committee, Katol, District -
                             
         Nagpur through its Chairman/
         Secretary.
                            
      2. M/s. Shriram Construction
         Company, Ashray Niwas,
         Rajarshishahu Nagar, Anjangaon
         Surji, District - Amravati 440 705,
      

         through its Partner.                     ...   RESPONDENTS
   



      Shri A.A. Naik,  Advocate for the petitioner.
      Shri D.V. Chauhan, Advocate for respondent No. 1.
      Shri H.D. Dangre, Advocate for respondent No. 2.





                         .....

                               
                       CORAM :  B.P. DHARMADHIKARI &
                                     KUM. INDIRA JAIN, JJ.
      DATE OF RESERVE           :    JUNE  21, 2016.





      DATE OF PRONOUNCEMENT     : JULY  07, 2016.


      JUDGMENT :  (PER B.P. DHARMADHIKARI, J.)  


The same petitioner challenges allotment of works

to same Respondent No. 2 in tender floated by Respondent No.

1 - Agricultural Produce Marketing Committee (A.P.M.C.).

2. In Writ Petition No. 1745 of 2016, Respondent No.

2 has submitted lowest offer while the petitioner is at Sr. No. 4.

Rates of respondent Nos. 3 & 4 stand at Sr. Nos. 2 & 3

respectively. The tender has been invited for construction of

Grain Auction Hall Nos. 3 & 4, Entrance Gate and Compound

Wall in the Principal Market Yard (Orange) of A.P.M.C.

3.

In Writ Petition No. 1746 of 2016, Respondent No.

2 has submitted lowest offer while the petitioner is just above

it. That tender is for construction of Traders Shop No. 7 + 7A

and 8 + 8A in the Principal Market Yard (Orange) of A.P.M.C.

4. In both these matters, this Court has issued notice

on 10.03.2016 and though the respondents were allowed to

complete other procedural formalities, issuance of work order

has been stayed. This interim order continues to operate even

today. We have, at request of the parties, heard the matters

finally by issuing Rule & making it returnable forthwith.

5. The principal bone of contention between the

parties is whether compliance with Condition No. 9(6), (10) &

(11) of NIT (notice inviting tender) is mandatory or whether

substantial compliance therewith is sufficient. Clause No. 9 is

about tender schedule and on next page of NIT documents to

be put in first envelop or envelop No. 1 are stipulated. At Sr.

No. 6 is the list of machinery available with the tenderer with

ownership document (scanned from original) which will be

exclusively made available on this work. Document at Sr. No.10

is - Scanned from original of successfully completed minimum

single work of Building costing not less than Rs.384.00 lacs

during last three financial (2012-13, 2013-14, 2014-15) years.

(Such certificate to be obtained from the Officer not below the

Rank of Ex. Engineer or equivalent). Petty contracted or

subleted work will not be considered. (Completed work carried

out in Govt. / Semi Govt. Bodies will only be considered, no

private work will be considered; and document No. 11 is -

Scanned from original of satisfactorily executed the minimum

quantities of following item during last three (2012-13, 2013-

14, 2014-15) years. (Such certificates are required to be

obtained from the Officer not below the Rank of Ex. Engineer

or equivalent). Completed work carried out in Govt. / Semi

Govt. Bodies will only be considered.

i) Concrete of grade M-20 - (600 Cu.m. (minimum)

ii) TMT Bar Reinforcement - 100.00 Mt. (minimum)

iii) Brick Masonary (230 mm wide) - 400.00 cu.m.




                                                       
                     (minimum)
             iv)     Structural Steel work - 100 Mt.




                                                      
             v)      G.I. precoate dmeta colour sheet of 0.50 mm thick 
                     - 3000.00 sq.m.




                                          

6. We have heard Shri A.A. Naik, learned counsel, on

behalf of the petitioner in both the petitions, Shri D.V.

Chauhan, learned counsel for respondent No. 1 - A.P.M.C. and

Shri H.D. Dangre, learned counsel for respondent No. 2 -

successful bidder.

7. Shri Naik, learned counsel invites attention to

Condition No. 7 to show that while considering the technical

bid, documents in envelop 1 are to be perused and contractors

need to be shortlisted for financial bidding process. The

shortlisted contractors are to be intimated accordingly by e-

mail. The petitioner never received any such e-mail. He

further states that as per NIT, single work of building in

Document No. 10 should have been completed during last three

financial years as stipulated therein and its value cannot be less

than Rs.384.00 lac. Respondent No. 3 does not possess this

qualification. As such, its technical bid needed to be rejected

and his financial bid could not have been opened. It is further

submitted that as per Clause Nos. 10 and 11, completion is to

be certified by an officer not below the rank of Executive

Engineer or of equivalent rank. The documents submitted by

the petitioner are certified by an officer who is superior in rank

to the Executive Engineer while the documents of Respondent

No. 2 are certified by an Architect, who cannot be compared

with the Executive Engineer and, therefore, can not be said to

be holding any post or an equivalent post.

8. To substantiate his contention, he has invited our

attention to various documents on record. He has relied upon

some judgments to which we will make reference during the

discussion at appropriate place.

9. Inviting attention to reply affidavit filed on behalf of

Respondent No. 1 - A.P.M.C., he states that there effort is to

point out that certificates submitted by the petitioner are also

not signed by the Executive Engineer and proof of ownership of

machinery was not submitted by him. He contends that in

comparative chart prepared for the purpose of processing the

bids after the stage of opening of first envelop, these defects are

not noted. Similarly, the letter of Architect dated 11.02.2016

pointing out absence of ownership documents was also not

uploaded on website. The petitioner has along with rejoinder

placed documents to show that the Engineer issuing certificates

in its case was much above the rank of Executive Engineer.

Similarly, the defect of not uploading ownership documents is

urged to be not fatal. The learned counsel submits that the

petitioner is Class 'A' contractor registered with State Public

Works Department (P.W.D.) and it is, therefore, apparent that

he owns necessary vehicles and can make it available.

10. In the alternative and without prejudice to all his

contentions, he submits that if this Court is not satisfied and

tender cannot be awarded to the petitioner, a fresh tender must

be directed to be called for, as the respondent No. 2 is not

eligible.

11. Shri Chauhan, learned counsel appearing on behalf

of the A.P.M.C. submits that in contractual matters, there

cannot be any challenge to a decision to award contract to the

lowest bidder unless some material fault in decision making

process is pointed out. Since 2009, the efforts were being

made to commence and complete these works and hence in

2015, it had become a pressing need. The cost of construction

was rising upwards and hence urgency shown by the A.P.M.C.

cannot be questioned. He points out that there are no

allegations of malafides against the officer or office bearers of

A.P.M.C. The benefit of power of relaxation was extended to all

participants due to this urgency.

12. He adds the data on the basis of which comparative

chart for evaluating technical bids was prepared, was already

uploaded on 08.02.2016 and though the petitioner was aware

of it, still it chose to approach this Court on 08.03.2016 i.e.

after some delay. There is no explanation therefor and in

tender matters, the contractor like the petitioner must show

due diligence.

13. The chart prepared by the Architect, on the basis of

which the petitioner has advanced his arguments, does not look

into all documents of Respondent No. 2 and hence all

arguments based upon it are misconceived. Respondent No. 2

has also furnished the documents signed by the Executive

Engineer and those documents show that it satisfies necessary

eligibility conditions. The said respondent has done work of

construction with Local bodies, A.P.M.C. and an aided

recognized educational society. These bodies do not have post

of Executive Engineer and hence certificate issued by the

competent equivalent person, who has supervised the work of

Respondent No. 2 on their behalf is treated as a certificate

issued by the Executive Engineer. The contents of this

certificate are known to everybody and the petitioner has never

disputed those contents or its correctness. He, therefore,

submits that in such situation, submission that Respondent No.

2 did not submit necessary certificate issued by the Executive

Engineer is ill-founded.

14. The petitioner also did not submit documents

supporting ownership of vehicles and the Architect of A.P.M.C.

has pointed out this defect on 11.02.2016. Shri Chauhan, the

learned counsel submits that the petitioner was permitted to

cure the lacuna & place those documents on record later on.

15. The judgment of the Hon'ble Apex Court in the case

of B.S.N. Joshi & Sons Ltd. vs. Nair Coal Services Ltd. & Ors.,

reported at (2006) 11 SCC 548, is pressed into service by him

to urge that all participants must be treated equally and Article

14 of the Constitution of India cannot be violated. The

petitioner has not shown absence of either the expertise or

capacity in Respondent No. 2 and has not argued that

Respondent No. 2 is handicapped in completing the tendered

work. He submits that the conditions of NIT of which violation

is alleged by the petitioner are not essential conditions but only

incidental one. According to him, there is no stipulation in NIT

(notice inviting tender) that failure to submit such documents

or certificates would result in rejection of offer or an

opportunity to participate.

16. The report prepared by the A.P.M.C. on 10.02.2016

is relied upon by him to demonstrate that so called technical

breaches have been overlooked while processing the offers. The

tender process continued through various stages on prescribed

dates as earlier informed and the petitioner was aware of the

date on which financial bids were to be opened. The petitioner

has not pointed out any prejudice caused to it in the matter.

Shri Chauhan, learned counsel relies upon the judgment of the

Hon'ble Apex Court in the case of AIR India Ltd. vs. Cochin

International Airport Ltd. & Anr., reported at (2000) 2 SCC 617,

to state the scope of intervention available to writ court in

contractual matters.

17. Shri Dangre, learned counsel, on behalf of

Respondent No. 2 - Contractor, in both the matters, submits

that proper reading of clause 1.7 shows that it places emphasis

on cost and quality of work done by the contractor to find out

his expertise. He wants to read a coma mark (",") in said

clause 10 prescribing the certificate of Executive engineer after

the word "costing" to substantiate his argument. He contends

that there is no need for contractor to demonstrate that he has

completed single work of Rs.384.00 lac in previous three years.

Similarly, as the experience demanded is not only of

Government but also of Semi-Government and other Bodies,

contention that the certificate must be issued by the Executive

Engineer, is erroneous. He submits that word "equivalent" used

after the word "Executive Engineer" needs to be construed by

correlating the same with Government body or Local body or

other institutions whose work is completed by the contractor

bidding in the process. The person issuing certificate must have

Technical expertise and capacity as also competency to issue it

on behalf of Body for whom work is done by the Contractor.

He invites attention to the provisions of The Architects Act,

1972, to urge that the Architects are independent and

statutorily recognized persons with necessary expertise and

competency. Respondent No. 1 - APMC has verified

documents furnished by Respondent No. 2 beforehand and

after filing of matter before this Court. The Architect who has

issued certificate to Respondent No. 2 is found competent and

certificates issued by him are genuine. Hence, opening of

financial bid of Respondent No. 2 on the basis of said

certificates is as per law. He relies upon the judgment of the

Hon'ble Apex Court in the case of B.S.N. Joshi & Sons Ltd. vs.

Nair Coal Services Ltd. & Anr., paragraph 66 (supra). He

further submits that even certificates uploaded by the petitioner

are not issued by the Executive Engineer. Though the

petitioner has filed rejoinder on record, it has not explained

status of the officers, who has issued certificate or then status

of Director General, who has issued the work order. Only first

page of work order dated 05.08.2014 has been uploaded to

avoid its further verification.

18.

The reply affidavit filed by Respondent No. 2 on an

affidavit is relied upon to urge that necessary certificates and

documents are placed on record by Respondent No. 2. The

additional documents are also provided by him and the

Architect of Respondent No. 1 while preparing comparative

chart has looked into only said additional documents. He has

taken us through relevant certificates issued by the A.P.M.Cs. to

urge that as contents thereof are not in dispute and Respondent

No. 1 - A.P.M.C. has, after orders of this Court dated

14.06.2016, conducted verification again, the challenge to

those certificates issued by the Architect is misconceived. He

adds that chart prepared by the Architect of A.P.M.C. is not

primary evidence and basic documents made available on site

since 27.01.2016, when technical bid was opened, needed to be

perused. The petitioner did not object to these documents from

27.01.2016 till 22.02.2016 & filed writ petition only after it

learnt about rejection of its offer and did not refer to original

documents deliberately.

19. To explain the approach to be adopted in such

matters, he relies upon the judgment in the case of A 2 Z

Maintenance and Engineering Services Ltd., Gurgaon vs.

Maharashtra State Electricity Distribution Company Ltd.,

Mumbai & Anr., reported at 2010 (5) Mh. L.J. 794; Indian

Railway Catering and Tourism Corporation Ltd. & Anr. vs.

Doshion Veolia Water Solutions Private Ltd. & Ors., reported at

(2011) 13 SCC 364 and Tejas Constructions and Infrastructure

Pvt. Ltd. vs. Municipal Council, Sendhwa & Anr., reported at

(2012) 3 SCC 464. He concludes his arguments by submitting

that through the exercise undertaken by Respondent No. 1 -

A.P.M.C., offer of Respondent No. 2, which is 11% below, has

been accepted. Re-tender would result in extra costs and said

11% below offer of Respondent No. 2 which is about one year

back, is now still more on lower side, when compared with the

present rates. Considering the fact that the cost of construction

has gone up, re-tender would not be in public interest.

20. Shri Naik, learned counsel, in reply arguments

invites attention to sequence of events to urge that as per

programme, the petitioner ought to have been informed that

his technical bid was cleared and the financial bid would be

opened on 22.02.2016. This was never done and no e-mail was

forwarded to it. Respondent No. 1 - A.P.M.C. obtained orders

on 18.02.2016 and then opened financial bids on 22.02.2016.

The petitioner raised its objections on 24.02.2016 and

thereafter on 25.02.2016. However, the same have been

conveniently overlooked.

21. Respondent No. 2 was always aware that it was not

satisfying eligibility condition of single completed building

worth Rs.384.00 lac, hence, it relied upon certificates issued by

the Architect as also by the Executive Engineer. This shows

that the certificates issued by the Executive Engineer or then by

the Architect were not adequate and Respondent No. 2 had

knowledge of it. He relies upon the judgment of the Hon'ble

Apex Court in the case of B.S.N. Joshi & Sons Ltd. vs. Nair Coal

Services Ltd. & Anr. (supra), to urge that essential conditions

cannot be relaxed and certificate issued by the Executive

Engineer showing completion of single work at least worth

Rs.384.00 lac cannot be and could not have been ignored. He

also draws support from the Division Bench of this Court in the

case of A 2 Z Maintenance and Engineering Services Ltd.,

Gurgaon vs. Maharashtra State Electricity Distribution Company

Ltd., Mumbai & Anr. (supra).

22. Inviting attention to the certificates submitted by

the petitioner, completion of work worth Rs.458.28 lac is

pressed into service to urge that that by itself is sufficient to

qualify the petitioner. Strong reliance is placed upon the said

certificate dated 02.05.2015 and another certificate issued by

the very same authority on 20.01.2016 and the certificate

issued by Visvesvaraya National Institute of Technology

(V.N.I.T.), Nagpur, dated 12.08.2014 to show that these

documents conclusively establish eligibility of the petitioner.

The declaration placed on record by the Chief (Civil) of

Manganese Ore (India) Limited (M.O.I.L.) on 10.03.2016 about

his expertise status is also heavily relied upon.

23. The documents relied upon by Respondent No. 2

are questioned by urging that data contained only in relation to

last three years i.e. 2012-13, 2013-14 and 2014-15 can be

looked into in those certificates. The documents are in relation

to dam and not about building construction, hence, these

documents do not qualify it at all. He relies upon the judgment

dated 18.11.2015 in Writ Petition No. 5356 of 2015 (M/s. B.

Ganga Transport and Sai Trade Link Joint Venture vs. M/s.

Western Coalfields Limited & Anr.), to which one of us (B.P.

Dharmadhikari, J.) is a party, to submit that compliance with

this essential condition was must.

24. By way of abundant precaution, he adds that if the

conditions were to be relaxed, a fresh advertisement ought to

have been issued to enable all those who had similar

experience & produced the certificates issued by the authorities

other than the Executive Engineer or then who had not

completed single work worth Rs.384.00 lac in the last three

years; to participate.

25. The Hon'ble Apex Court in the case of B.S.N. Joshi

& Sons Ltd. vs. Nair Coal Services Ltd. & Ors., (supra) has

considered a tender invited by Maharashtra State Power

General Company Ltd. (MAHAGENCO) for coal liaisoning,

quality and quantity supervision. Contending that the appellant

before the Hon'ble Apex Court did not fulfill conditions 1.5(ii),

1.5(v) and 1.5(vii) of notice inviting tender, a Writ Petition

was filed before this Court and it was allowed. The conditions

are reproduced by the Hon'ble Apex Court in paragraph 8 of its

judgment. Condition No. 1.5(ii) required bidder to execute the

work of total minimum quantity of 5 million Metric Tons (MT)

per year for preceding five years and execution of work of total

quantity of 10 million MTs in any of the preceding five years.

As per clause (v), the bidder was required to possess

professionally competent staff and must have on its own roll

minimum manpower (strength) of 100 employees. As per

condition (vii), the bidder should not have been declared

defaulter from any Electricity Board/ Government/Semi-

Government/ Public Power Utility Companies during the last

three years. Consideration in paragraph 66 shows that

adherence to essential conditions is must. If body inviting

tender has no power of relaxation, it can not be exercised and

principle of strict compliance needs to be applied where it is

possible for all the parties to comply with all such conditions

fully. However, if a deviation is made in relation to all the

parties in regard to any of such conditions, ordinarily again a

power of relaxation may be held to be existing. The parties

who have taken the benefit of such relaxation are not permitted

to take a different stand in relation to compliance with another

part of tender, particularly when such party was not in a

position to comply with all the conditions. This is subject to

rider that Court should not find any relaxation of a condition

essential in nature. Such relaxation would be wholly illegal

and without jurisdiction. In the facts before it, term regarding

employment of 100 workmen was found to be satisfied on the

number of payment of PF contribution during the last financial

year and financial year looked into by PF authorities was

accepted as proper. Further, the compliance of work of 15

million MT in one of the years in preceding five years was also

accepted as valid. Hon'ble Apex Court found that appellant

handled far more coal cumulatively than required in preceding

5 years though it was not more than 5 MT in each year.

26. The Division Bench of this Court in A 2 Z

Maintenance and Engineering Services Ltd., Gurgaon vs.

Maharashtra State Electricity Distribution Company Ltd.,

Mumbai & Anr., (supra) considers the contentions that

notarization of Power of Attorney was not an essential

condition. It is not necessary for this Court to look into the

merits of said discussion. However in paragraph 37, after

relying upon the judgment of the Hon'ble Apex Court in the

case of B.S.N. Joshi & Sons Ltd. vs. Nair Coal Services Ltd. &

Ors., (supra), the Division Bench has found that essential

conditions of eligibility need to be scrupulously complied with.

In paragraph 39, it has observed that whenever condition

stipulated in the tender requires an act to be done in a

particular manner and further lays down consequence of not

doing so, as disqualification to participate, such stipulation

constitutes an essential condition and compliance therewith is

mandatory. The Division Bench has found that failure to

furnish notarized Power of Attorney did not result in rejection

of tender itself and other participant was given an opportunity

to produce it while opportunity was declined to the petitioner.

Thus, on account of this, a relaxation of a condition was

perceived and discrimination was proved.

In Tejas Constructions and Infrastructure Private

27.

Limited vs. Municipal Council, Sendhwa & Anr., (supra), the

Hon'ble Apex Court has found that though audited balance

sheet or its certified copies were not produced, but the bidder

had produced turnover certified by the Chartered Accountant in

the year 2010-11. The appellant before the Hon'ble Apex Court

never disputed correctness thereof. The Hon'ble Apex Court

also noted that year 2010-11 was immediately preceding year

and audit of bidder company for that year was not completed.

Thus, in absence of allegations of any malafides or

arbitrariness, contention of the appellant that there was breach

of essential condition was negated.

28. In Indian Railway Catering and Tourism Corporation

Limited & Anr. vs. Doshion Veolia Water Solutions Private

Limited & Anr., (supra), the price quoted was required to be

lump sum, inclusive of all duties and taxes. The vendor was

required to indicate total excise duty amount included in the

price of plants and equipments. Consequence of not doing so

was not indicated. The Hon'ble Apex Court in this situation has

viewed the condition as not an essential one.

29. In AIR India Ltd. vs. Cochin International Airport Ltd.

& Anr., (supra), the Hon'ble Apex Court has held that the State

Government, its Corporations, instrumentalities and agencies

have the public duty to be fair to all concerned. Even if some

defects are found in the decision making process, great caution

should be exercised while using discretionary powers under

Article 226 of the Constitution of India. It is pointed out that

the larger and overwhelming public interest must be kept in

mind.

30. In Writ Petition No. 5356 of 2015 decided on

18.11.2015, this Court found that certificate regarding

availability of access to credit mandated by tender condition

was not issued by a Scheduled Bank. The certificate produced

by the petitioner was issued by a Chartered Accountant and it

only pointed out working capital available. The Division Bench

of this Court, therefore, found that it only satisfied partially the

essential condition.

31. It is in this background that we have to evaluate the

pressing situation.

32. The absence of certificate issued by the Executive

Engineer in favour of Respondent No. 2 and no completion of

single work of building costing not less than Rs.384.00 lac are

the vices alleged in the bid of Respondent No. 2. Not supplying

ownership documents of machinery, to be made available

exclusively for tender work, is the defect alleged in the bid of

present petitioner. The scheme of relevant clauses is already

stated by us above. Respondent No. 1 - A.P.M.C. has submitted

that it has relaxed these conditions for all as the work was

getting delayed hopelessly and needed to be completed

urgently.

33. Though A.P.M.C. has urged urgency, no particular

prejudice as such has been pointed out and reasons for needing

such type of construction urgently are also not pleaded. The

fact that work is scheduled to be executed since long, cannot by

itself be the reason to make it urgent. Respondent No. 1 -

A.P.M.C. being public body and State within the meaning of

Article 12 of the Constitution of India, cannot disregard the

provisions of law. It can not act arbitrarily & has to preserve

transparency.

34. The language of clause 6 reveals that first envelop

has to contain list of machinery which tenderer agreed to keep

reserved exclusively for the tendered work. He has to furnish

ownership documents scanned from original in that envelop.

Thus, Respondent No. 1 has insisted upon production of proof

of ownership of machinery to be provided exclusively by

tenderer for its work. The emphasis that such document must

be scanned from original shows that Respondent No. 1 -

desired bidder to make available its own machinery and not to

depend upon the machinery taken on hire or procured from

some other source. Its insistence that such machinery must be

made available "exclusively" for tender work, again highlights

this aspect.

35. The successful completion of minimum single work

of building costing not less than Rs. 384.00 lac during financial

years 2012-13, 2013-14 and 2014-15 is again emphasized by

interposing the word "minimum" which qualifies the word

"single". Employing these two words together shows a definite

intention of the employer i.e. authority inviting tenders. Hence,

bidder has to show at least one completed "building" of not less

than Rs.384.00 lac during these three financial years. The word

"building" has not been used here as adjective but as a noun.

The work has to be of a building & no other structure. Hence,

more than one such work completed during this period

cumulatively costing not less than Rs.384.00 lac do not qualify

for consideration. Similarly apart from the "building", the

other construction works will also not qualify. We are unable to

read any "," i.e. coma mark in this clause as urged by Adv.

Dangre.

36. Page No. 11 of the NIT vide clause 1.7 points out

the procedure for opening of tenders. Petitioners as also

Respondents are aware of it. As per its sub-clause 'A', every

tenderer is informed that its envelop No. 1 would be opened on

line to verify its contents. If the documents contained in the

first envelop do not meet requirements of A.P.M.C.,

accordingly, tender opening authority will make a note and

envelop No. 2 of such tenderer would not be considered

further. It is also mentioned that said decision of tender

opening authority is final and binding on the contractors.

Thus, consequence, if the documents do not satisfy the

stipulations in relation thereto, prescribed by Respondent No.

1, are also prescribed in Tender form itself. Envelop No. 2 is to

be opened immediately after opening of envelop No. 1. The

requirement of note 7 appearing at page No. 9 of Tender form

needs to be perused in this background. It mentions that

tendering authority has to first open Technical bid documents

of all contractors and after scrutiny thereof, it has to shortlist

the contractors eligible for financial bidding process. The

shortlisted contractors are to be intimated by e-mail. Thus, on

line process mentioned at page 11 in clause 1.7 and procedure

stipulated vide clause 7 both show that contractors who do not

meet clause 6 are eliminated while the others march further in

the process.

37. In the light of language employed in Tender form,

it is evident that those conditions of eligibility are essential

conditions. The bidder has to show that he has completed at

least one building during financial years 2012-13, 2013-14 and

2014-15. Additional requirement is value of such completed

building cannot be less than Rs.384.00 lac. Similarly, while

furnishing list of machinery available with him, which is to be

deployed exclusively for tendered work, bidder has to also

submit proof of ownership of those vehicles. In order to avoid

possibility of any interpolation in the certificates issued by the

competent authority about completion of building or then in

ownership documents of vehicles, Respondent No. 1 - A.P.M.C.

has inserted the condition that such documents must be

scanned from the original. The certificate to be issued by the

Executive Engineer or equivalent authority has to be in relation

to completion of a work of "building". Hence, such certificate

produced by the tenderer must not be in relation to other work

and cost thereof cannot be less than Rs.384.00 lac. Caution &

precaution taken by the APMC bring forth a full proof scheme &

show that both these conditions are essential eligibility

conditions to verify the creditability of bidder. Respondent No.

1 - A.P.M.C. has cautioned tenderers that it would first verify

their documents, get itself satisfied about it and thereafter only

steps to open envelop No. 2 of those who clear this scrutiny,

would be taken.

38. The Architect of Respondent No. 1 has on

08.02.2016 prepared a comparative chart analyzing the

documents produced by the petitioner, Respondent No. 2,

Respondent No. 3 and Respondent No. 4. Insofar as the

documents submitted by Respondent No. 2 are concerned, he

has put a remark that said respondent has attached a certificate

signed by the Sub-Divisional Engineer, Public Works

Department, Anjangaon Surji. We find that this certificate is in

fact a handing over note of construction of residential school

building at Pandhari, Tahsil - Anjangaon Surji. The Sub-

Divisional Engineer has handed over School building to the

Head Master of that residential school. The administrative

approval for said work is given by the Department of Social

Welfare & Justice on 17.02.2012 and its value is

Rs.4,42,00,212/-. The revised administrative approval date for

excess amount of Rs.2,30,01,000/- as shown in it is

19.10.2010. Thus, this date is prior to the date of

administrative approval mentioned supra. The amount put to

tender is disclosed to be Rs.3,59,19,092/-. The agreement date

is not mentioned but its number is of the year 2012-13 and

date of work order is 15.10.2012. Date of completion is stated

to be 31.12.2013 while drawing is adopted on 10.11.2014.

The total expenditure on this work is shown to be Rs.672.00

lac. There is a completion certificate also in relation to this

work issued by the Sub-Divisional Engineer only. The other

document produced by Respondent No. 2 is about construction

of RCC pavement at Main yard of A.P.M.C., Anjangaon Surji.

The total cost of this work is Rs.1,18,74,723/- and this

certificate is issued by the Architect. There is a space on it

earmarked for signature of Chairman or Secretary of A.P.M.C.,

Anjangaon Surji, but that space is left blank.

39. Said certificate of architect or the other documents

produced by Respondent No. 2 do not show completion of

single/one work of "a building" valued at Rs.384.00 lac in three

financial years as required by the tender documents. We need

not, therefore, dwell more upon these documents. If the

respondent No. 2 was satisfied with the certificate issued by

the sub divisional engineer, it was not necessary for it to file

certificates issued by the architects about his contractual works

with APMC, Anjangaon Surji. If respondent No. 1 APMC was

satisfied with certificate issued by the sub divisional engineer in

favour of respondent No. 2, it was not necessary equally for it

to ascertain correctness or otherwise of the other certificates

issued by the architect. Respondent No. 1- tender inviting

authority does not state that it verified the certificates issued by

the sub divisional engineer & found it proper. In the light

apparent anomalies in the said certificate, we find that

respondent No. 2 did not qualify for the participation in tender

process.

40. This brings us to the documents submitted by the

petitioner. It is not in dispute that the petitioner did not provide

the ownership documents of the vehicles which it offered

exclusively for the work of respondent No. 1 - APMC. It has

supplied the same later on and not in envelop 1. Question

whether the certificate of completion of building signed by the

Chief (Civil) of MOIL used by the petitioner or the alleged

supremacy of said Chief (Civil) over the Executive Engineer,

therefore need not detain us here.

41. The NIT itself envisages the works completed by the

contractor with the various departments or authorities like that

of State Government or other authorities which may qualify as

the semi-government bodies. Work done with private bodies

are not eligible. Word "semi-government bodies" is wide

enough to include the Municipal Corporations, Municipal

Councils, Zilla Parishads, APMCs, University etc. which are

"State" within Art. 12 of the Constitution of India. Even MOIL

qualifies as such. All of these may have an Engineer or an

Architect on their role to undertake or to supervise the

construction work. But his designation may not be always the

same. The terms & conditions of employment also vary due to

difference in financial resources or staff approval. But then the

responsible technical officer with them who has supervised the

job will be competent to issue the certificate in relation thereto.

Such an officer may be their salaried employee or contractual

one, working on job work or piece work. Hence in cases where

the executive engineer is on role, the certificate must be

essentially issued by him. But if such an officer is not there, the

certificate may be issued by officer with any other designation

but with same powers qua the work mentioned in that

certificate. Word "equivalent" here means not an officer with

same salary or same status in society, but an officer exercising

the same powers qua the certified work. Here, the respondent

No. 2 could have produced the certificate of the Executive

Engineer about work of construction of a residential school

building. Certificate issued by the Sub-divisional Engineer to it

is found to be not free from doubt. Respondent No. 2 has not

explained why it could not get the certificate of Executive

Engineer and Respondent No. 1 also has not pointed out

whether it got the anomalies therein mentioned supra,

clarified. Though the tender inviting authority viz. Respondent

No. 1 APMC has filed an affidavit explaining why it became

essential for it to relax the conditions for all the participants

and pointing out that it made due inquiries and got itself

satisfied about the correctness of the certificates issued to

Respondent No. 2 by the Architect, it has not made any such

statement about the handing over note and the certificate

issued by the Sub-divisional Engineer to the respondent No. 2.

42. It is seen that the financial bid was opened on

22.02.2016. Technical bid was opened on 27.01.2016 itself.

Hence list of qualifying bidders needed to be drawn

immediately thereafter. It can be seen that after downloading

the technical bid documents, the same were sent to its architect

by respondent No. 1 APMC. Said architect Shri Chichmalatpure

submitted his evaluation report dated 10.2.2016. As disclosed

by the respondent No. 1 in paragraph 4 of its reply, said

architect separately on 11.02.2016 submitted a letter about

absence of ownership documents with the tender of Petitioner.

Thus till then, no shortlisting of eligible contractors could have

been done. It appears this short listing was not done at all & it

is not pointed out by respondent No. 1. Document at Annex. R-

5 filed by APMC reveals that due to directions of the Chairman

of respondent No. 1 APMC, all the financial bids were decided

to be opened. This document Annex. R-5 is the resolution No.

5 of the Board of Directors of respondent 1 APMC passed on

29.02.2016. It does not refer to the date on or the proceedings

in which the relaxation was ordered by the Chairman. In any

case, the shortlisting was not done immediately, was not &

could not have been notified on 8.02.2016 or before

11.02.2016. It appears from the stance of the respondent No. 1

APMC that the stage of shortlisting itself was dispensed with.

Tender Summary Report print out dated 24.02.2016 obtained

by the respondent No. 2 from E-procurement system of the

Government of Maharashtra shows that technical bid file was

summary details are uploaded on 22.02.2016 at 02.00 PM

while scheduled time of opening of financial bid was declared

to be 02.05 PM i.e. just five minutes thereafter. Thus not a

single bidder was given advance notice of opening of the

financial bids that too by waiving any condition. No decision of

Board Directors of respondent No. 1 APMC relaxing any of the

conditions before the opening of the financial bids is either

pleaded or produced. Office note dated 10.02.2016 does not

reveal any consideration of failure of all bidders to qualify or

them need of relaxation in the interest of APMC. Note does not

contain any material to draw inference of any relaxation or

conscious consideration of need therefor by the Chairman of

the respondent No. 1 APMC. He has on 16 or 18.02.2016 only

ordered all bids received to be opened. Relaxation from any

condition of eligibility is a serious matter and that exercise

must be performed by the competent authority after

understanding the entire background. Application of mind by it

must show the basis therefor & need of such relaxation or

deviation. Respondent No. 1 APMC has failed to place on

record any such data. Architect Shri Chichmalatpure has not

recommended any such relaxation & no office note suggesting

that course of action after due evaluation of the situation exists.

43. Respondent No. 2 does not have any certificate which

shows completion of minimum one work of building costing not

less that Rs. 384.00 Lacs in years 2012-13, 2013-14 & 2014-

2015. Petitioner did not submit in envelop No. 1 the ownership

documents of vehicles which it proposed to use exclusively for

the work of the respondent No. 1 APMC. We have found both

these eligibility conditions essential. Respondent No. 1 has

urged that on 18.2.2016, it evaluated the minor or technical

lacunae in all tenders and its urgent requirement. Therefore, it

decided to overlook these lacunae and to open the financial

bids of all the participants. We have held that there was no

such pressing need to condone the lacunae. We also find

absence of any such self speaking decision reaching process on

record. We have also construed these conditions in NIT and

held that the same are not the ancillary conditions but essential

conditions of eligibility. The conditions as imposed are neither

arbitrary nor irrelevant. The purpose or object behind it is to

secure the best possible bid and safe execution of its work. In

absence of essential application of mind, the entire procedure

followed by the respondent No. 1 - APMC is faulty and bad. If

none of the bidders was complying fully with the prescribed

terms and conditions, the Respondent No. 1 - APMC ought to

have issued notice to all the bidders that it had granted

relaxation and was going to open the financial bids on

22.2.2016. It should have given an e-mail to all the bidders to

remain present on that date so that they cold have objected to

the relaxation given to each other. Not issuing such e-mail to

the all (short listed) contractors also renders the act of

accepting the bid of respondent No. 2 here, unsustainable.

Respondent No. 2 has not urged that it could not have procured

the certificate of the Executive Engineer in relation to single

completed building work or did not point out why it could not

comply with that condition. In any case, it could have requested

respondent No. 1 APMC to give it time to produce the same.

Petitioner also has also not explained why the documents of

ownership were omitted in first envelop. It has not even

pleaded an inadvertent omission. As there was no urgency and

no eligible bidder, public interest demanded that notice inviting

fresh tender with new or relaxed conditions and indicating the

possibility of relaxation if no bidder fulfills the terms, ought to

have been published again. In any case, if APMC knew that the

work was of urgent nature, likelihood of relaxation of

conditions as per law, should have been previously published

for the benefit of all. It is not the case that subject NIT was 2 nd

or 3rd attempt on the part of respondent No. 1 - APMC.

44. We, therefore, find that the entire processing of NIT

by the respondent No. 1 - APMC from the stage of opening of

envelop 1 is vitiated and unsustainable. Neither the tender of

petitioner nor that of respondent No. 2 can be accepted. The

respondent No. 1 - APMC has to publish fresh notice inviting

tenders with stable modifications and also communicating to all

that it may relax few terms & conditions, if the situation so

warrants.

45. We, therefore, quash and set aside the acceptance of

both the tenders of respondent No. 2 by the respondent No. 1

APMC. Similarly, prayer of petitioner to allot the works to is

also rejected. It is open to respondent No. 1 - APMC to issue

fresh NIT on suitable terms and conditions as per law.

46. Both the writ petitions are thus partly allowed by

making the rule absolute accordingly. However, in the facts

and circumstances of the case, there shall be no order as to

costs.

             JUDGE                                                  JUDGE
      


                                       ******
   



      *GS/dragon.







 

 
Download the LatestLaws.com Mobile App
 
 
Latestlaws Newsletter
 

Publish Your Article

 

Campus Ambassador

 

Media Partner

 

Campus Buzz

 

LatestLaws Guest Court Correspondent

LatestLaws Guest Court Correspondent Apply Now!
 

LatestLaws.com presents: Lexidem Offline Internship Program, 2026

 

LatestLaws.com presents 'Lexidem Online Internship, 2026', Apply Now!

 
 

LatestLaws Partner Event : IJJ

 

LatestLaws Partner Event : Smt. Nirmala Devi Bam Memorial International Moot Court Competition

 
 
Latestlaws Newsletter