Citation : 2021 Latest Caselaw 4997 Bom
Judgement Date : 19 March, 2021
PVR wpst98746=wpst4046-20final.odt
IN THE HIGH COURT OF JUDICATURE AT BOMBAY
CIVIL APPELLATE JURISDICTION
WRIT PETITION (STAMP) NO.4046 OF 2020
BVG India Ltd. )
Bharat Vikas Group )
a company incorporated under )
the provisions of Companies Act )
having registered office at BVG House)
Premier Plaza, Pune-Mumbai Road, )
Chinchwad, Mumbai-411019 )
through its Authorized representative)
Sangram Sawaant ) ...Petitioner
Versus
1. The State of Maharashtra )
through its Chief Secretary, )
Mantralya Mumbai )
2. The Commissioner, )
Navi Mumbai Municipal Corporation,)
having its office at NMMC Bhavan, )
Sector 15A, CBD Belapur )
3. Medical Officer of Health, )
Navi Mumbai Municipal Corporation,)
having its office at NMMC Bhavan, )
Sector 15A, CBD Belapur. )
4.Navi Mumbai Municipal Corporation)
having its office at NMMC Bhavan, )
Sector 15A, CBD Belapur ) ...Respondents
WITH
1
PVR wpst98746=wpst4046-20final.odt
WRIT PETITION (STAMP) NO. 98746 OF 2020
M/s.BVG India Pvt.Ltd. )
a registered Company having office )
at BVG House, Premier Plaza, )
Pune-Mumbai Road, Chinchwad, )
Pune - 411 019. )
By and through )
Shri.Sangram Shivajirao Sawant )
The Assistant General Manager, )
Operations ) ...Petitioner
Versus
1. Navi Mumbai Municipal )
Corporation, by and through its )
Commissioner, NMMC Bhavan, )
Sec-15A, CBD, Belapur. )
2. The State of Maharashtra )
Through the Principal Secretary, )
Urban Development Department, )
Mantralaya, Mumbai )
(Copy of Respondent No.2 to be )
served on the G.P. (Writ Cell) )
Appellate Side, High Court, Bombay ) ...Respondents
-----
Mr.V.A.Thorat, Senior Advocate with Mr.Ashutosh M.Kulkarni and Mr.
Sarthak S. Diwan for the Petitioner.
Mr.Sandeep Marne, for the Respondents.
Mr.P.P.Kakade, Government Pleadert with Ms.R.A.Salukhe, AGP for State.
CORAM : DIPANKAR DATTA CJ &
G. S. KULKARNI, J.
RESERVED ON: MARCH 5, 2021.
PRONOUNCED ON: MARCH 19, 2021.
PVR wpst98746=wpst4046-20final.odt
JUDGMENT: (Per G.S.Kulkarni,J.)
1. The petitioner who was awarded a contract by the
respondent-Navi Mumbai Municipal Corporation (for short 'the
Corporation') in January 2016, for a period of five years for the work of
mechanised housekeeping and multi-purpose (patient care) services in
its health centres (three general hospitals and three maternity and child
health centres), and which came to be terminated by the Corporation
on 15 March 2017, for non satisfactory performance, is before the Court
in these two petitions. The issue in these writ petitions revolves around
a fresh tender issued by the Corporation for the same work, interalia
prescribing a pre-qualification criteria being an eligibility condition
providing that "the contractors whose work contract is terminated due
to unsatisfactory services or are black listed would not be eligible to
participate in the tender". The cause of action in both these petitions is
identical namely the new tender for the abovesaid work, albeit the
tender notices issued by the Corporation are of different dates.
2. The factual antecedents in which the controversy arises
may be illustrated by the following facts :
The Municipal Corporation runs three general hospitals at
PVR wpst98746=wpst4046-20final.odt
Vashi, Airoli and Nerul and three maternity and child health centres at
Belapur, Kopar Khairane and Turbhe. For a period of five years from
2015-16 upto 2019-20, a tender was issued by the Corporation for the
work of "Mechanised Housekeeping & Multipurpose (Patient Care)
Services" for its health centres. The petitioner had participated in such
tender and was awarded contract for the five year term from 1 January
2016 to 31 December 2020. An agreement to that effect came to be
executed between the parties on 2 January 2016. However, immediately
within a period of ten months from the award of the said contract, that
is, on 5 November 2016, a show cause notice was issued by the
Corporation to the petitioner calling upon the petitioner to show cause
as to why such agreement be not terminated for six breaches and
shortcomings in the execution of the contractual work as undertaken by
the petitioner. On 15 November 2016, the petitioner submitted its reply
to the show cause notice as also requested for a personal hearing before
the Municipal Commissioner. The Municipal Commissioner heard the
petitioner on 27 January 2017.
3. Considering the petitioner's case in the reply to the show
cause notice as also at the personal hearing, the Municipal
Commissioner by a detailed order dated 15 March 2017, terminated the
petitioner's contract. However, in doing so, considering that the work in
PVR wpst98746=wpst4046-20final.odt
question concerned the health centres, the petitioner was directed to
continue with the contract work till a new arrangement was made by
the Corporation. The following is the operative part of the termination
order:-
"17. I therefore pass the following orders:-
(a) The work/work order for Mechanised Housekeeping & Multipurpose (Patient Care) Services in Navi Mumbai Municipal Corporation hospitals sanctioned in BVG stands terminated forthwith.
(b) The agreement between Navi Mumbai Municipal Corporation and BVG dated 02.01.2016 also stands terminated forthwith.
(c) Without prejudice and in addition to clauses (a) and (b) hereinabove, I hereby direct that the work/work order of BVG for Mechanised Housekeeping & Multipurpose (Patient Care) Services in Navi Mumbai Municipal Corporation hospitals is not extended beyond 31-12-2016.
(d) BVG shall continue the present work of Mechanised Housekeeping & Multipurpose (Patient Care) Services in NMMC hospitals till the new arrangement for the said work is made by the Corporation."
4. The Corporation thereafter resorted to a fresh exercise to
invite bids for the said work by issuing a new tender, so that a new
contractor can be appointed, to perform the said work. It appears that
the immediate tenders as issued by the Corporation did not materialise,
hence the Corporation continued the services of the petitioner.
5. The petitioners being aggrieved by the termination of its
contract by the Corporation initiated arbitration proceedings against the
Corporation. Mr.Justice R.Y.Ganoo (retired) was appointed as a sole
Arbitrator. The learned sole Arbitrator published an award dated 15
PVR wpst98746=wpst4046-20final.odt
April 2019 rejecting the claims as made by the petitioner.
6. After the conclusion of the arbitral proceedings, a tender
notice dated 11 September 2019 bearing ref. no. NMMC/health/73/2019-
20 was issued by the Corporation re-inviting tenders for the said work
The petitioner also moved an application under Section 9 of the
Arbitration and Conciliation Act, 1996 before the Court of learned
District Judge at Thane, interalia praying for the following reliefs:-
"29. It is further submitted that in light of the aforesaid, it is just and necessary that pending the hearing and final disposal of the present Arbitration Petition, in the alternative to the above and without prejudice, this Hon'ble Court be pleased to direct the Respondents to permit the Applicant to take part in the Tender Process initiated vide the said Tender Notice dated 11.09.2019 bearing ref. no. NMMC/health/73/2019-20 issued by Respondent No.2.
30. In the circumstances, it is respectfully submitted that this Hon'ble Court may be pleased to allow the present Application, and the same be made absolute with cost."
7. Section 9 application, however, came to be withdrawn by
the petitioner, as permitted by the learned District Judge in terms of the
following order dated 4 February 2020:-
: ORDER BELOW EXH.6.:
1) After arguments were heard for sometime on application Exh. 6, learned Advocate for the applicant passed endorsement "Not pressed with liberty to move appropriate application."
2) In view of the aforesaid endorsement Exh. 6 is disposed of."
PVR wpst98746=wpst4046-20final.odt
8. As the earlier tender process undertaken by the
Corporation could not materialise, again a fresh tender notice came to
be issued by the Corporation on 4 December 2019 being ref. no.
NMMC/health/81/2019. In such tender, three bidders participated. The
petitioner also participated in the pre-bid meeting and requested for
some clarifications. The petitioner says that however, there was no
response from the Corporation to the queries as made by the petitioner
in the pe-bid meeting. Thereafter on 12 December 2019, the petitioner
addressed a letter to the Medical Officer of the Corporation, requesting
that the petitioner be permitted to participate in the re-tender (ref. No.
NMMC/Health/81/2019) In reply to the said letter the Corporation by
its letter dated 9 January 2020 informed the petitioner that the
Corporation has refused to grant permission to the petitioner to
participate in the said re-tender.
9. The petitioner has contended that thereafter the
Corporation on 13 February 2020 issued a fresh tender notice bearing
ref. no.NMMC/health/21/2020 for the said work. The petitioner
intended to participate in the said tender. On 18 February 2020, the
petitioner addressed a letter to the Medical Officer making pre-bid
queries. The petitioner has contended that the petitioner was given to
understand that in view 'note' in Clause 4(g) of 'Schedule A' of the re-
PVR wpst98746=wpst4046-20final.odt
tender notice, the petitioner was not eligible for participate in the said
tender as the note incorporated a condition that the contractors whose
work contract is terminated due to unsatisfactory services or are
blacklisted are not eligible to participate in the tender.
10. It is the petitioner's case that if the petitioner is held to be
ineligible by application of the said note in Clause 4(g) of the pre-
qualification criteria, it would lead to a consequence that the petitioner
cannot participate in such contracts of the Corporation although the
petitioner is not blacklisted or debarred and yet is being prohibited to
participate in such re-tender.
11. It is primarily on such premise that the petitioner
approached this Court in February 2020 by the first petition (Writ
Petition (st) no.4046 of 2020), interalia praying for a writ of mandamus
to be issued to the respondents to allow the petitioner to participate in
the re-tender notice No. NMMC/health/21/2020 and the bids submitted
by the petitioner be considered. In the alternative it is prayed that the
impugned condition Clause 4(g) of the 'Schedule A' of the re-tender
notice (ref.no.NMMC/health/21/2020) be declared to be not applicable
to the petitioner, and the petitioner be permitted to participate and bid
in the said re-tender. This petition was moved before the Co-ordinate
PVR wpst98746=wpst4046-20final.odt
Bench of this Court on 5 March 2020 when the Court stood over the
matter to 13 March 2020, however no interim relief was granted. The
record indicates that the said petition thereafter was not moved and/or
was not listed.
12. The petitioner thereafter filed the second petition (Writ
Petition (st) no.98746 OF 2020) for the same reliefs, this time in view
of a fresh tender notice as issued by the Municipal Corporation for the
same work, being re-tender Notice No.NMMC/health/80/2020. This
petition was filed on 18 December 2020. The prayers in this petition
are almost identical to the prayers as made in the first petition. The
prayers as made in this second petition read thus:
"(a) to issue Rule and call for Records;
(b) to hold and declare tha the impugned Note contained in pre-qualification criterion at Clause No.4(g) in Schedule 'A' read with Clause 10 of Detailed Tender Notice contained in the tender being Re-Tender Notice No.NMMC/health/80/2020 floated by the first Respondent for the purpose of mechanized housekeeping & multipurpose (patient care) services for Navi Mumbai Municipal Corporations' General Hospitals & MCH Hospitals is illegal, arbitrary, unreasonable, illogical and unconstitutional and to quash and set aside the same entirely with costs;
(c) to direct the first Respondent to allow the Petitioner to participate in the tender viz. Tender being Re-Tender Notice No.NMMC/health/80/2020 floated by the first Respondent for the purpose of mechanized housekeeping & multipurpose (patient care) services for Navi Mumbai Municipal Corporations' General Hospitals & MCH Hospitals, without insisting upon the impugned Note contained in pre-qualification criterion at Clause No.4(g) in Schedule 'A' read with Clause 10 of Detailed Tender Notice contained in the said tender;"
PVR wpst98746=wpst4046-20final.odt
13. Mr. Thorat, learned Senior Counsel for the petitioner has
limited arguments in support of the prayers as made in the petition. He
submits that the pre-qualification criteria as contained in Clause 4(g) of
Schedule 'A' (for short 'the impugned condition') deserves to be declared
as illegal, inasmuch as by virtue of such condition, the petitioner stands
prohibited from participating in the tender in question issued by the
Corporation. He submits that the real effect of the impugned condition
is that the petitioner stands blacklisted, without the petitioner being
heard which is the basic requirement of the principles of natural
justice. The impugned condition is nothing but blacklisting of the
petitioner without following due process of law namely strict
adherence to the principles of natural justice. Mr.Thorat would hence
submit that in the absence of a show cause notice being issued to the
petitioner by the Corporation and the petitioner being not granted an
opportunity of personal hearing, the Corporation could not have in such
manner blacklisted the petitioner, so as to bar the petitioner from
participating in its tender in question. In supporting this contention
reliance is placed on the decisions of the Supreme Court in (i) UMC
Technologies Pvt. Ltd. Vs. Food Corporation of India & Anr., 2020 SCC
OnLine SC 934", (ii) M/s. Daffodills Pharmaceuticals Ltd. & Anr. Vs.
State of U.P. & Anr., (Civil Appeal No.9417 of 2019, order dt.13
PVR wpst98746=wpst4046-20final.odt
December 2019); and (iii) VETINDIA Pharmaceuticals Ltd. Vs. State of
Uttar Pradesh & Anr., (Civil Appeal no.3647 of 2020, Order dt.6
November 2020).
14. On behalf of the Corporation, a reply affidavit is filed in the
second writ petition. At the outset, it is contended that the petitioner
could not have filed the second petition challenging the very same
condition in the tenders issued by the Corporation. It is contended that
as no interim relief was granted in the first petition as clear from the
the order dated 5 March 2020, the second petition came to be filed for
the same cause of action. It is contended that even in the second
petition, the petitioner has not disclosed of the filing of the earlier
petition. The Corporation has also contended that there is a strong
apprehension that to delay the tender process, the petitioner had set up
one M/s. Kanak Enterprises who filed in this Court Writ Petition (lodg)
No.95177 of 2020. This for the reason that on such petition, the
respondent had appeared and a fresh schedule of tender was required
to be declared, by having the sale of tender and bid preparation from 7
November 2020 to 24 November 2020, the pre-bid meeting being
rescheduled to 12 November 2020 and opening of the tenders on 25
November 2020. It is contended that despite such change of the tender
schedule M/s.Kanak Enterprises neither attended the pre-bid meeting
PVR wpst98746=wpst4046-20final.odt
nor submitted a bid. From such conduct of M/s. Kanak Enterprises, it
can be certainly inferred that such firm was set up by someone, who
was interested to delay the tender process, which according to the
Corporation in the circumstances is none other than the petitioner. The
reply has set out reasons as to why the attempts of the Municipal
Corporation to appoint a new contractor to replace the petitioner, could
not succeed and as to why the tender condition being objected by the
petitioner was necessary and justified. The Corporation has contended
that the petitioner by such repeated attempts intends to secure the same
contract, which was terminated by the Corporation, as the petitioner
had breached the terms and conditions, and its work was found to be
totally unsatisfactory. It is contended that the petitioner was
unsuccessful even in the arbitration and that the petitioner has now
challenged the arbitral award in a petition filed under Section 34 of the
Arbitration and Conciliation Act,1996, which is pending before the
Court of learned District Judge, Thane. It is submitted that also an
application under Section 9 of the Arbitration and Conciliation Act,1996
was filed by the petitioner seeking reliefs on the fresh tender in
question, and when the learned District Judge was not inclined to grant
any reliefs, the application was not pressed by the petitioner and was
withdrawn with liberty to move an appropriate application.
PVR wpst98746=wpst4046-20final.odt
15. The Corporation has contended that in regard to the re-
tender (No. NMMC/health/80/2020), seven bidders including the
petitioner had participated by submitting their respective bids. The
technical bids were opened by the Corporation on 18 December 2020.
The technical committee found three bidders namely All India Services
Global, Eximium Management Pvt.Ltd. and Krystal Integrated Services
Pvt. Ltd. as technically qualified. The petitioner was declared ineligible
for the reason that its contract was terminated due to unsatisfactory
services. It is submitted that the price bids of the said three bidders
were opened on 21 December 2020 and the bid of Eximium
Management Pvt. Ltd. was found to be lowest. Thereafter the
Corporation has issued a letter dated 21 December 2020 to the
successful bidder to negotiate the rates. It is thus contended that the
Corporation intends to proceed to complete the tender process to
appoint a new contractor to replace the petitioner. Thus, justifying the
inclusion of the tender condition as assailed by the petitioner, to be in
public interest and the Corporation being the best judge of its
requirements, the Corporation has prayed for dismissal of the Writ
Petitions.
16. Mr.Marne, learned Counsel for the Municipal Corporation
would submit that the contentions as urged on behalf of the petitioner
PVR wpst98746=wpst4046-20final.odt
are per se untenable. He would submit if the plea as urged on behalf of
the petitioner is accepted, it would amount to facilitating a backdoor
entry of the petitioner for the same work, which the petitioner
performed in breach of the contract conditions, resulting into
termination of the petitioner's contract by the Corporation. He submits
that such re-tender process came to be initiated only on account of the
petitioner's contract being terminated, hence such tender necessarily
included the unexpired period of the petitioner's contract. Mr.Marne
would submit that the impugned condition is incorporated in public
interest, considering the past experiences of the Corporation and nature
of the work which would be required to be undertaken by the
contractor at the hospitals/health centres. He submits that the work is
such which would require meticulous adherence to the contract
conditions, hence the Corporation was justified and within its
authority to insert such eligibility conditions to exclude participation of
those bidders whose contract had been terminated. It is submitted that
the Corporation being the tendering authority has the freedom to insert
a tender condition which is in the best interest of the Corporation,
hence there is nothing arbitrary and/or illegal to impose such condition
in the present tender. Mr.Marne would submit that the petitioner having
not disclosed in the second petition of filing of the earlier petition as
also not disclosing that the Section 9 petition was filed for the same
PVR wpst98746=wpst4046-20final.odt
reliefs, there is suppression on the part of the petitioner of relevant and
material facts which would dis-entitle the petitioner to any equitable
reliefs being prayed for under Article 226 of the Constitution. He has
hence prayed for dismissal of the writ petitions.
DISCUSSION AND CONCLUSION
17. Having heard the learned Counsel for the parties and
having perused the record, at the outset it would be appropriate to
extract the impugned tender conditions being Condition no.10 of the
'detailed tender notice' providing for eligibility and Condition no.4(g) of
Schedule A respectively. Such conditions read thus:-
10. Eligible Tenderers Only those tenders who fulfill the eligibility criteria as mentioned in Schedule 'A' of the Tender Notice are eligible to submit their tenders for this work. The documents indicated against each of the eligibility criteria shall be required to be submitted along with the technical bid to establish the eligibility of the tenderer. However, all criterions mentioned in the eligibility criteria of the tender document over rides all other criterions.
............
4. Pre Qualification Criteria
a. .... .... ....
b. .... .... ....
c. .... .... ....
d. .... .... ....
e. .... .... ....
f. .... .... ....
g. Experience 1. Satisfactorily completed Work order work of Mechanised along with
PVR wpst98746=wpst4046-20final.odt
Note: Housekeeping/ Multipurpose performance Contractors whose work (Patient care) Services in certificate/ contract is terminated Government, Semi- completion due to unsatisfactory Government, Central PSU certificate services or black listed Hospital, ULB Hospitals, are not eligible to Private Hospital in last 5 participate in the tender. financial years Having -
a. Three similar completed works of costing not less than the amount equal to Rs.765/-
Lakhs each -
OR b. Two similar completed works of costing not less than the amount equal to Rs.957 Lakhs each -
OR c. One similar completed works of costing not less than the amount equal to Rs.1531 Lakhs-
(emphasis supplied)
18. In the facts and circumstances of the case as noted by us,
the following questions would fall for determination of this Court in the
present proceedings:
(I) Whether the Municipal Corporation is entitled in law to impose a
pre-qualification criteria as contained in Condition 4(g) (supra) to the
effect that 'the contractors whose work contract is terminated due to
unsatisfactory services are not eligible to participate in the tender' ?
(II) Whether imposing of such impugned condition would amount to
blacklisting of the petitioner ?
PVR wpst98746=wpst4046-20final.odt
19. In so far as the first question is concerned, at the outset, we
discuss the legal principles on the authority of the State and its
instrumentalities to enter into contracts and the principles of judicial
review in such context. It is well settled that the power of judicial
review in contractual matters concerning the State is limited. The
concern of the Court in exercising such powers would be to prevent any
arbitrariness, discrimination, malafides in the tender process, so as to
ensure adherence of fairness in the State action. The power of judicial
review is thus exercised to rein in unbridled executive functioning. In
exercising such powers the superior Courts are concerned with
reviewing not the merits of the decision but the decision making process
itself. It is not the function of the Court to act as a super board, or with
the zeal of a pedantic school master substituting its judgment for that of
the administration. The duty of the court is to confine itself to the
question of legality of the tender process on the touchstone of Article 14
of the Constitution. Its concern should be whether a decision-making
authority has exceeded its powers in arriving at an arbitrary decision or
had committed a serious error of law or has acted in breach of the rules
of natural justice or has reached a decision which no reasonable body
of persons could have reached or has acted in complete abuse of its
powers. It is thus not for the Court to determine whether a particular
policy or particular decision taken in the fulfillment of that policy is fair.
PVR wpst98746=wpst4046-20final.odt
It is only concerned with the manner in which such decisions have been
taken. The grounds upon which an administrative action is subject to
control by judicial review is classified on three counts firstly, Illegality:
This means the decision- maker must understand correctly the law that
regulates his decision-making power and must give effect to it; secondly
Irrationality, namely, Wednusbury unreasonableness, that is when a
decision which is so outrageous in its defiance of logic or of accepted
moral standards that no sensible person who had applied his mind to
the question to be decided could have arrived at. The decision is such
that no authority properly directing itself on the relevant law and acting
reasonably could have reached it.; and thirdly Procedural impropriety.
The Court does not sit as an appellate authority over the tendering
authority, but merely reviews the manner in which the decision was
made. The Court does not have the expertise to correct an
administrative decision and if a review of the administrative decision is
permitted it would be substituting its own decision, without the
necessary expertise with the Court, which itself may be fallible. It is also
settled that the "terms of the invitation to tender" cannot be open to
judicial scrutiny as an invitation to tender is in the realm of contract.
The decision to accept the tender or award the contract is reached by
process of negotiations through several tiers. More often than not, such
decisions are made qualitatively by experts. The Government must
PVR wpst98746=wpst4046-20final.odt
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 by the application of Wednesbury
principle of reasonableness but must be free from arbitrariness not
affected by bias or actuated by mala fides. Quashing decisions may
impose heavy administrative burden on the administration and would
lead to increased and unbudgeted expenditure. These are the principles
as enunciated in the decision of the Supreme Court in Tata Cellular vs
Union Of India, 1994 SCC (6) 651.
20. In BSN Joshi & Sons Ltd. vs. Nair Coal Services Ltd., (2006)
11 SCC 548, the Supreme Court taking a review of the authorities and
more particularly on the prescription and adherence of essential
conditions has laid down the following principles of judicial review in
contractual matters:-
"66. We are also not shutting our eyes towards the new principles of judicial review which are being developed; but the law as it stands now having regard to the principles laid down in the aforementioned decisions may be summarized as under :
i) If there are essential conditions, the same must be adhered to;
ii) If there is no power of general relaxation, ordinarily the same shall not be exercised and the principle of strict compliance would be applied where it is possible for all the parties to comply with all such conditions fully;
PVR wpst98746=wpst4046-20final.odt
(iii) If, however, 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;
(iv) The parties who have taken the benefit of such relaxation should not ordinarily be allowed to take a different stand in relation to compliance of another part of tender contract, particularly when he was also not in a position to comply with all the conditions of tender fully, unless the court otherwise finds relaxation of a condition which being essential in nature could not be relaxed and thus the same was wholly illegal and without jurisdiction;
v) When a decision is taken by the appropriate authority upon due consideration of the tender document submitted by all the tenderers on their own merits and if it is ultimately found that successful bidders had in fact substantially complied with the purport and object for which essential conditions were laid down, the same may not ordinarily be interfered with;
vi) The contractors cannot form a cartel. If despite the same, their bids are considered and they are given an offer to match with the rates quoted by the lowest tenderer, public interest would be given priority;
vii) Where a decision has been taken purely on public interest, the Court ordinarily should exercise judicial restraint."
21. In Afcons Infrastructure Ltd. vs. Nagpur Metro Rail
Corporation Ltd. & Anr., (2016) 16 SCC 818 the Court reiterated the
principles of law to hold that judicial review is only of the decision
making process and the Court would interfere only if the decision
making process suffers from malafides or is intended to favour someone
or if the decision is arbitrary or irrational or is such that no responsible
authority acting reasonably and in accordance with law could have
reached such a decision. It was recognized to be a well settled principle
of law that mere disagreement with decision making process or decision
PVR wpst98746=wpst4046-20final.odt
of the administrative authority is no reason for the Constitutional Court
to interfere in contractual matters. The threshold of malafides,
intention to favour someone or arbitrariness, irrationality or perversity
are the tests which are required to be met before the Constitutional
Court interferes with the decision making process. It was also accepted
to be well settled that the words used in the tender document cannot be
ignored or treated as redundant or superfluous. They must be given
meaning and their necessary significance. It was held that the owner
or the employer of a project having authored the tender documents, is
the best person to understand and appreciate its requirements and
interpret its documents. The Constitutional courts must defer to this
understanding and appreciation of the tender documents, unless there
are malafides or perversity in the understanding or appreciation or in
the application of the terms of the tender conditions, no interference is
called for. In such context, the Court referred to the celebrated decision
in Ramana Dayaram Shetty vs. International Airport Authority of India,
(1979) 3 SCC 489, which opened a new jurisprudential Chapter and
constitutional philosophy on the subject of interference of superior
Courts in contractual matters in relation to the State and its
instrumentalities.
22. In a decision of a recent origin in JSW Infrastructure Ltd. &
PVR wpst98746=wpst4046-20final.odt
Anr. vs. Kakinada Seaports Ltd. & Ors., (2017) 4 SCC 170, the
Supreme Court reiterated the principles of judicial review and/or of
interference in matters of Government contracts and tenders. The
Court referring to the decision of the Supreme Court in Tata Cellular vs.
Union of India (supra), held that superior Courts while exercising their
powers of judicial review must act with restraint while dealing with
contractual matters and keep in mind the following principles as noted
by their Lordships in paragraphs 8 to 10 of the report:-
"8.We may also add that the law is well settled that superior courts while exercising their power of judicial review must act with restraint while dealing with contractual matters. A Three Judge Bench of this Court in Tata Cellular vs. Union of India (1994)6 SCC 651, held that:
(i) there should be judicial restraint in review of administrative action;
(ii) the court should not act like court of appeal; it cannot review the decision but can only review the decision making process;
(iii) the court does not usually have the necessary expertise to correct such technical decisions;
(iv) the employer must have play in the joints i.e., necessary freedom to take administrative decisions within certain boundaries.
9. In Jagdish Mandal vs. State of Orissa(2007)14 SCC 517 this Court held that evaluation of tenders and awarding contracts are essentially commercial functions and if the decision is bonafide and taken in the public interest the superior courts should refrain from exercising their power of judicial review. In the present case there are no allegations of mala fides and the appellant consortium has offered better revenue sharing to the employer.
PVR wpst98746=wpst4046-20final.odt
10. In Afcons Infrastructure Ltd. Vs. Nagpur Metro Rail Corporation Ltd. & Anr. (2016)16 SCC 818 This Court held as follows :-
"13.....a mere disagreement with the decision making process or the decision of the administrative authority is no reason for a constitutional Court to interfere. The threshold of mala fides, intention to favour someone or arbitrariness, irrationality or perversity must be met before the constitutional Court interferes with the decision making process or the decision.
*** *** ***
15. We may add that the owner or the employer of a project, having authored the tender documents, is the best person to understand and appreciate its requirements and interpret its documents. The constitutional Courts must defer to this understanding and appreciation of the tender documents, unless there is 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 owner or employer of a project may give an interpretation to the tender documents that is not acceptable to the constitutional Courts but that by itself is not a reason for interfering with the interpretation given.
16. In the present appeals, although there does not appear to be any ambiguity or doubt about the interpretation given by NMRCL to the tender conditions, we are of the view that even if there was such an ambiguity or doubt, the High Court ought to have refrained from giving its own interpretation unless it had come to a clear conclusion that the interpretation given by NMRCL was perverse or mala fide or intended to favour one of the bidders. This was certainly not the case either before the High Court or before this Court...."
The view taken in Afcons was followed in Montecarlo Ltd. Vs. NTPC Ltd. (2016)15 SCC 272 . Thus it is apparent that in contractual matters, the writ courts should not interfere unless the decision taken is totally arbitrary, perverse or mala fide."
23. In Manohar Lal Sharma vs. Narendra Damodardas Modi &
Ors., (2019) 3 SCC 25, it is held that the Court would confine its
PVR wpst98746=wpst4046-20final.odt
scrutiny of the decision making process on the parameters of
unreasonableness and malafides. The award of contract, being
essentially a commercial transaction, has to be determined on the basis
of considerations that are relevant to such commercial decisions which
implies that terms subject to which tenders are invited are not open to
judicial scrutiny, unless it is found that the same have been tailor-made
to benefit any particular tenderer or a class of tenderers. In paragraphs
7 and 8, Their Lordships observed thus:
"7. Parameters of judicial review of administrative decisions with regard to award of tenders and contracts has really developed from the increased participation of the State in commercial and economic activity. In Jagdish Mandal vs. State of Orissa and Ors., (2007) 14 SCC 517 this Court, conscious of the limitations in commercial transactions, confined its scrutiny to the decision making process and on the parameters of unreasonableness and mala fides. In fact, the Court held that it was not to exercise the power of judicial review even if a procedural error is committed to the prejudice of the tenderer since private interests cannot be protected while exercising such judicial review. The award of contract, being essentially a commercial transaction, has to be determined on the basis of considerations that are relevant to such commercial decisions, and this implies that terms subject to which tenders are invited are not open to judicial scrutiny unless it is found that the same have been tailor-made to benefit any particular tenderer or a class of tenderers. [See Maa Binda Express Carrier & Anr. Vs. North-East Frontier Railway &Ors.2]
8. Various Judicial pronouncements commencing from Tata Cellular vs. Union of India, (1994) 6 SCC 651 , all emphasise the aspect that scrutiny should be limited to the Wednesbury Principle of Reasonableness and absence of malafides or favouritism."
(emphasis supplied)
PVR wpst98746=wpst4046-20final.odt
24. We may thus observe that the terms and conditions of a
tender can undoubtedly be fixed and arrived at by the tendering
authority depending upon the need, expectations, exigencies and other
surrounding circumstances in relation to a work being tendered. Such a
freedom to arrive at legitimate terms and conditions in inviting public
offers cannot in any manner be taken away. The cherished principles of
free play in the joints and the liberty to choose a contractor, on terms
and conditions fixed by the tendering authority in public interest,
cannot be taken away. Hence, for a given work, as to what would be
the ideal terms and conditions for a contract to be entered into, is
completely within the domain of the tendering authority. The Court
would not have any expertise to sit in appeal over the tender conditions,
the role of the Court is triggered only qua the decision making process.
The decision making process would be tested on the touchstone of
Wednesbury unreasonableness, malafides and apparent arbitrariness. In
the event there is material before the Court indicating that any tender
condition is inserted malafide or to suit the needs of a particular bidder
and which violates the principles of fairness, non-discrimination and
non arbitrariness as enshrined in Article 14 of the Constitution, the
Court would certainly exercise powers of judicial review to test the
decision making process.
PVR wpst98746=wpst4046-20final.odt
25. Adverting to such principles as discussed above, we now
examine as to whether there is any material to infer that the
Corporation in the present facts has acted either malafide or arbitrarily
or with material illegality in having a condition to restrict participation
of a bidder whose contract is terminated due to unsatisfactory services.
From a reading of the impugned condition, it cannot be conceived that
such a condition is imposed only to displace the petitioner. The
condition is clearly applicable to all the bidders, if the condition equally
applies to all such bidders, whose previous contract for such works
elsewhere was terminated, we do not find as to how it can be said to be
illegal and resulting only in the ouster of the petitioner. To our mind the
object of the Corporation in providing for such condition is quite clear,
namely that considering the nature of the contractual work, the
Corporation does not desire that a party whose previous work of such
nature stood terminated, should at all participate. For such reason, in
our opinion, the impugned condition becomes imperative and/or a vital
condition considering the nature of the contract. The Municipal
Corporation is not desirous to have a situation that it would appoint a
contractor who has not satisfactorily performed such work. In our
opinion, there is nothing wrong much less arbitrary for the Corporation
to have such mindset to provide such condition, qua the work in
PVR wpst98746=wpst4046-20final.odt
question. The expertise and experience of the Corporation qua its
requirements needs to be respected, more particularly when the
Corporation is the custodian of the public good and public finances.
What would be paramount in providing for such condition is
safeguarding of public benefit, public finances and ultimately achieve
public interest. The nature of the contractual work is at the hospitals
/health centers of the Corporation, hence the Corporation is free and
within its authority to have stricter conditions, when the work concerns
touching public health and hygiene. In any event there is no material
whatsoever which would persuade us to take a different view that the
incorporation of such condition by the Corporation is in any manner
arbitrary and illegal, so as to interfere in the tendering liberty of the
Municipal Corporation when tested on the legal principles as discussed
above.
26. For such reasons, in answering the first question we hold
that the Corporation is entitled in law to impose a pre-qualification
criteria as contained in Condition 4(g) (supra) to the effect, that 'the
contractors whose work contract is terminated due to unsatisfactory
services are not eligible to participate in the tender.
27. Now we examine the case of the petitioner on the second
PVR wpst98746=wpst4046-20final.odt
question, that imposing of the impugned condition, has resulted in
blacklisting the petitioner from participating in the tender in question.
We may observe that blacklisting is a method/phenomenon by which
the tendering authority intends not to enter into a contractual
relationship with a party. It is a business decision. As an order of
blacklisting results in civil consequences, it is held to be a settled
principle of law that a contractor cannot be blacklisted for having
breached the terms and conditions of the contract unless a fair hearing
was accorded to the party being blacklisted in due adherence to the
principles of natural justice. (See: Erusian Equipment and Chemicals
Ltd. Vs. State of West Bengal 1975 (1) SCC 70; Southern Painters Vs.
Fertilisers and Chemicals Travancore Ltd., 1994 Suppl (2) SCC 699, and
Gorkha Security Services. Vs. Government (NCT OF DELHI) & Ors.,
(2014)9 SCC 105)). Thus, blacklisting operates qua a particular party
against whom a decision is taken by a tendering authority to blacklist
such party, by following a due procedure in law. The present case is
certainly not a case that the petitioner can be said to be blacklisted by
the Corporation. The case of the petitioner is of an implied blacklisting
by the Corporation by prescribing of a pre-bid criteria that a contractor
whose work contract is terminated due to unsatisfactory performance, is
not eligible to participate in the tender. In our opinion, providing for
such condition by the Corporation would not amount to labeling a
PVR wpst98746=wpst4046-20final.odt
contractor or the petitioner who falls within such condition to be
blacklisted. This, for more than one reason. Firstly a bare reading of the
condition itself indicates that it is not applicable only qua the petitioner
so as to entail a consequence of the sole ouster of the petitioner akin to
a blacklisting. The condition is applicable to any prospective bidder who
may have been awarded such contract by any other entity and who has
suffered a termination on account of unsatisfactory services. Secondly,
it cannot be overlooked that the petitioner is not debarred from
participating in other tenders of the Corporation and cannot be said to
be in any manner barred much less blacklisted from participating in
other works which may be tendered by the Corporation. The Court
cannot be unmindful of the rationale in providing for such condition by
the Corporation. It is not unreasonable for the Corporation to contend
that this Court suspending the application of the impugned condition,
would in fact pave a way for the petitioner who has suffered a
termination, interalia, for unsatisfactory performance, to have an entry
for such work in the present tender. In our opinion the Corporation is
correct in its contention that permitting participation of the petitioner
for the work in question, would not only result in the Court overlooking
and/or not recognizing the past objectionable performance of the
petitioner qua the same work. It would be certainly not in public
interest to question such wisdom of the Municipal Corporation in these
PVR wpst98746=wpst4046-20final.odt
circumstances, to apply the impugned condition to the petitioner's bid,
in the tender in question. To provide for such condition as a pre-
qualification criteria is a commercial decision taken by the Corporation
and as noted above a free play in the joints with the Corporation to
prescribe such condition is required to be recognized. The Court would
not have any expertise either to question the commercial efficacy or the
commercial wisdom vested with the Corporation to stipulate such
condition qua the tender in question. It is also fallacious for the
petitioner to label such condition as a condition of an implied
blacklisting of the petitioner in future tenders to be issued by the
Corporation. This is only a presumption of the petitioner. The condition
has been imposed only qua the present tender, hence, there is no
material for the petitioner to possess any mind set, of any future
prohibition in the Corporation's tender.
28. Now we discuss the decisions on which reliance is placed
by Mr.Thorat. In UMC Technologies Pvt. Ltd. vs. Food Corporation of
India and Anr.(supra), the Supreme Court was dealing with a case of
the appellant whose contract as awarded by the respondent-Food
Corporation of India (FCI), for the tender work of conducting
recruitment of watchman for FCI came to be terminated. The
termination order also stated that the appellant was blacklisted from
PVR wpst98746=wpst4046-20final.odt
participating in any future tenders of the FCI for a period of 5 years.
The appellant had approached the High Court in assailing the
blacklisting order but was unsuccessful. The appellant approached the
Supreme Court assailing the order of High Court. The Supreme Court
considering the blacklisting issue observed that there was no notice
issued to the appellant calling upon him to show cause as to why it
should not be blacklisted from participating in any future tenders of the
FCI for a period of 5 years. The Court also held that the disqualification
condition as contained in the instructions to bidders was merely an
eligibility criteria and did not grant any power of blacklisting . Taking a
review of the authorities laying down the principles of law, on the issue
of blacklisting of a contractor, the Court held that the action of FCI was
in breach of principles of natural justice, as the FCI never expressed its
mind in informing the appellant of the proposed action of blacklisting
nor any opportunity of hearing in that regard was accorded to the
appellant. We wonder as to how this decision would assist the petitioner
in the present facts, as there is no order of the Corporation of a nature
known to law, in the present case to blacklist the petitioner. What is
sought to be applied by the Municipal Corporation is the pre-
qualification criteria as contained in the tender conditions.
29. In M/s. Daffodills Pharmaceuticals Ltd. & Anr. vs. State of
PVR wpst98746=wpst4046-20final.odt
U.P. & Anr. (supra), Daffodills was a pharmaceutical supplier who had
participated in a tender process undertaken by the State, inviting bids
from interested parties willing to supply various categories of
pharmaceuticals products. The successful bidder was required to supply
medicines to various hospitals, under the control of the Medical and
Health Department, for a period of one year. Daffodills was one of the
56 bidders, its bid was accepted by the State. A declaration affidavit
was required to be submitted by every bidder to the effect that there is
no Court case/vigilance case/CBI case pending against the firm. M/s.
Daffodills Pharmaceuticals had furnished such declaration in terms of
the tender. Sometime after the award of the contract, a letter was issued
by the Principal Secretary to the Government of Uttar Pradesh stating
that a First Information Report (FIR) has been lodged against Daffodills
alleging that it had committed an offence and that the Central Bureau
of Investigation (CBI), was inquiring into the issue. In pursuance
thereto,the offices under the Department of Health were directed to
desist and stop all procurements from the Daffodills. The case of
Daffodills was to the effect that such action on the part of the State was
arbitrary inasmuch as the criminal case was filed against one of the
erstwhile Director, who ceased to have any connection with Daffodills
since almost three years prior to the award of the tender. Daffodils also
contended that the decision not to procure the pharmaceuticals from
PVR wpst98746=wpst4046-20final.odt
Daffodills, amounted to blacklisting, as it was issued without notice or a
pre-decisional hearing and hence was liable to be set aside. Daffodils
had accordingly approached the High Court, however, the challenge to
the decision of the State could not succeed, as Daffodill's writ petition
came to be rejected. It is in this context the Supreme Court examined
the issue of blacklisting and held that the decision of the State that no
purchases be made from Daffodills certainly amounted to blacklisting
without observance of the principles of natural justice, as enunciated in
the decisions of Erusian Equipments and Chemicals Ltd. vs. State of
West Bengal,(supra) ; Raghunath Thakur vs. State of Bihar & Ors., 1989
(1) SCC 229 and in Southern Painters vs. Fertilizers & Chemicals
Travancore Ltd.(supra). In our opinion, in the present facts the
petitioner in not qualifying with the impugned condition, which is a
pre-qualification criteria, is differently positioned from how Daffodil
was placed, who suffered a communication from the Department of
Health directing all the other departments to desist and stop all
procurements from Daffodills. Thus the reliance on this decision on
behalf of the petitioner is not well-founded.
30. VetIndia Pharmaceuticals Ltd. vs. State of Uttar Pradesh &
Anr. (supra) is also a case wherein an indefinite order of blacklisting
PVR wpst98746=wpst4046-20final.odt
was issued by the State which was the only issue. The High Court had
dismissed the Writ Petition in limine only on the ground of delay, the
writ petition having being preferred 10 years later. It is in this context
referring to the settled principles of law as also referring to its decision
in M/s. Daffodills Pharmaceuticals Ltd. (supra) and the decisions earlier
to it, the Supreme Court held that the order of blacklisting was illegal
being passed without issuance of a show cause notice and following the
principles of natural justice.
31. In view of the above deliberation, we reject the contention
as urged on behalf of the petitioner of any blacklisting of the petitioner
by the Corporation by providing the impugned pre-qualification criteria.
32. Before parting, we also uphold the contention as urged on
behalf of the Corporation, as to how the petitioner could file two
petitions for the same cause of action. Although for the sake of
completeness and considering the justice in the matter, we have
examined the merits of the petitioner's contention, however, we would
be justified in observing that the second petition for the same cause of
action could not have been filed by the petitioner, when an earlier
petition was filed praying for the same reliefs, concerning the very
PVR wpst98746=wpst4046-20final.odt
work in question, as sought to be tendered by the Corporation. Further
the petitioner has also suppressed in the second petition that it has filed
an earlier petition praying for similar reliefs. Thus, the petitions also
deserve to be dismissed on the principles of suppressio veri or suggestio
falsi.
33. The Writ Petitions fail. They are accordingly rejected. No
order as to costs.
34. At this stage Mr.Kulkarni, learned Counsel for petitioner
prays for continuation of the interim order. In the facts and
circumstances of the case, the prayer is considered and rejected.
(G.S.KULKARNI, J.) (CHIEF JUSTICE)
Digitally
signed by
Prashant V.
Prashant Rane
V. Rane Date:
2021.03.19
20:14:40
+0530
Publish Your Article
Campus Ambassador
Media Partner
Campus Buzz
LatestLaws.com presents: Lexidem Offline Internship Program, 2026
LatestLaws.com presents 'Lexidem Online Internship, 2026', Apply Now!