Citation : 2008 Latest Caselaw 1933 Del
Judgement Date : 3 November, 2008
* IN THE HIGH COURT OF DELHI AT NEW DELHI
+ W.P.(C) 566/2008
Reserved on: October 24th, 2008
% Date of Decision: November 3rd, 2008
NATIONAL HIGHWAYS
BUILDERS FEDERATION ..... Petitioner
Through: Mr. V.P. Singh, Sr. Adv.with
Mr. Manoj Kumar, Mr. Sushant
Kumar and Ms. Arti Ahuja, Advs.
for NHBF.
Dr. A.M. Singhvi, Sr. Adv. with
Mr. Mahesh Agarwal, Mr. Rishi
Agarwal, Ms. Rohma Hameed
and Mr. Akshay Ringe, Advs. for
Reliance Infrastructure Ltd.
Mr. Arun Jaitley and Mr. Rajiv
Nayyar, Sr. Advs. with Mr. Arunabh
Chowdhury, Mr. Arijit Bhaumik,
Mr. Atul Sharma, Mr. Ravi Varma,
Mr. Sarojanand Jha, Advs. for GMR
Infrastructure Ltd.
Mr. C.A. Sundaram and Mr. Rajiv
Nayyar, Sr. Advs. with Mr. Arunabh
Chowdhury and Mr. Arijit Bhaumik,
Mr. Jeevesh Nagrath and Mr. Mohit
Chadha, Advs. for Madhucon
Projects Pvt. Ltd.
Versus
THE NATIONAL HIGHWAYS
AUTHORITY OF INDIA & ORS ..... Respondents
Through: Mr. Dushyant Dave and Mr. Ramji
Srinivasan, Sr. Advs. with
Mr. Krishan Kumar, Mr. Sumit Gupta,
Mr. Mukesh Kumar and Ms. Madhuri
Diwan, Advs. for NHAI.
Mr. P.P. Malhotra, ASG with
Mr. Dalip Mehra and Mr. Rajiv
Ranjan, Advs. for UOI.
W.P.(C) No. 566/2008 Page 1 of 37
CORAM:
HON'BLE MR. JUSTICE MUKUL MUDGAL
HON'BLE MR. JUSTICE MANMOHAN
1. Whether the Reporters of local papers may be allowed to see the judgment? Yes
2. To be referred to the Reporter or not? Yes
3. Whether the judgment should be reported in the Digest? Yes
JUDGMENT
MANMOHAN, J
1. The National Highways Builders Federation, which is a
Society registered under Andhra Pradesh Societies Registration
Act, 2001, has filed the present writ petition seeking quashing of
Clause 3.5.2 introduced in December, 2007 by National Highway
Authority of India (hereinafter referred to as NHAI) in the Request
for Qualification with respect to highway tenders. Clause 3.5.2 in
the Request for Qualification, hereinafter referred to as RFQ,
reads as under:-
"3.5.2 The Applicants shall then be ranked on the basis of their respective Aggregate Experience Score and short-listed for submission of Bids. The Authority expects to short-list upto 5 (five) pre-qualified Applicants for participation in the Bid Stage. The Authority, however, reserves the right to extend the number of short-listed pre-qualified Applicants ("Bidders") upto 6 (six)"
2. The effect of the above tender condition is that although a
party may technically pre-qualify, it can only enter the second
phase of the tender, namely, the Request for Proposal or price
bid stage, if it is one of the six highest scorers. Therefore, in a
given case there may be a large number of technically pre-
qualified bidders but as they had not been shortlisted amongst
the first six bidders, they would not be entitled to participate at
the price bid stage.
3. It is pertinent to mention that Clause 3.5.2 was introduced
by the Government of India in all infrastructural projects and
consequently was incorporated in the tender by NHAI. However,
the Minister for Road Transport and Highways vide his letter
dated 7th April, 2008 requested the Finance Minister for deletion
of Clause 3.5.2 The Competent Authority vide its letter dated
22nd September, 2008 on the basis of the recommendation of the
Inter-ministerial Group decided to delete Clause 3.5.2
prospectively for road projects only. But in sixty tenders where
RFQ bids had already been received, evaluated and shortlisted
by NHAI, the tender process was to be taken forward on the
existing model RFQ document which includes Clause 3.5.2.
4. Some of the bidders for the sixty highway tenders, who
have not been permitted to file their price bids, have filed
independent writ petitions challenging their non-shortlisting. In
some of these petitions, the bidders have also challenged the
legality and validity of Clause 3.5.2 of the RFQ. Consequently,
we allowed the learned counsel for the bidders to advance their
arguments with regard to Clause 3.5.2 and have, with their
consent, dealt with the same in this order. However, the writ
petitions filed by the bidders shall be separately disposed of on
merits.
5. Dr. Abhishek Manu Singhvi, learned Senior Advocate
appearing for Reliance Infrastructure Limited submitted that
Clause 3.5.2 of the RFQ document is violative of Article 14 and
19(I)(g) of the Constitution of India and same deserves to be set
aside. He contended that the shortlisting of six applicants is
totally arbitrary and has no nexus to the object sought to be
achieved, namely, „awarding of a contract regarding construction
and maintenance of roads‟. He submitted that once a bidder
meets the threshold criteria, then creation of an artificial sub-
class within the pre-qualified bidders would amount to equals
being treated unequally. He submitted that this condition is
discriminatory, arbitrary and has no nexus to the object sought to
be achieved, because the other bidders who were not shortlisted
may give a better price bid to NHAI. According to him, it will be a
loss to public exchequer if other pre-qualified bidders are
prevented from bidding in the project.
6. Dr. Singhvi submitted that a party which meets the
technical prequalification criteria is qualified for all purposes
including that to submit a price bid. According to him, there is
neither any justification nor any rationale in fixing the number of
eligible bidders to six. He pointed out that by way of a
clarificatory reply from the Respondent, the number of short-
listed bidders was increased from six to ten, but subsequently by
way of another addendum the number of short-listed bidders was
reverted back to six. Therefore, Dr. Singhvi contended that
fixation of number was affected by the whim of the Authority and
was unconstitutional. He stated that increase in the number of
bidders in infrastructural projects would only impart competition
as only a few bidders exist in this field.
7. Dr. Singhvi further submitted that a term of a tender can
always be challenged by way of a writ petition on the ground that
it is violative of Fundamental Rights. In this context he referred
to and relied upon judgment of Hon‟ble Supreme Court of India in
Ramana Dayaram Shetty Vs. International Airport Authority
of India and Ors. reported in 1979 (3) SCC 489 wherein it has
been held as under :-
"12..........It must, therefore, be taken to be the law that where the Government is dealing with the public,
whether by way of giving jobs or entering into contracts or issuing quotas or licences or granting other forms of largess, the Government cannot act arbitrarily at its sweet will and, like a private individual, deal with any person it pleases, but its action must be in conformity with standard or norms which is not arbitrary, irrational or irrelevant. The power or discretion of the Government in the matter of grant of largesse including award of jobs, contracts, quotas, licences etc., must be confined and structured by rational, relevant and non- discriminatory standard or norm and if the Government departs from such standard or norm in any particular case or cases, the action of the Government would be liable to be struck down, unless it can be shown by the Government that the departure was not arbitrary, but was based on some valid principle which in itself was not irrational, unreasonable or discriminatory."
(emphasis supplied)
8. Dr. Singhvi further relied upon the judgment of the Apex
Court in LIC of India and Anr. Vs. Consumer Education &
Research Center and Ors. reported in 1995 (5) SCC 482
wherein it has been held as under :-
"29................The actions of the State, its instrumentality, any public authority or person whose actions bear insignia of public law element or public character are amenable to judicial review and the validity of such an action would be tested on the anvil of Article 14. While exercising the power under Article 226 the Court would be circumspect to adjudicate the disputes arising out of the contract depending on the facts and circumstances in a given case. The distinction between the public law remedy and private law field cannot be demarcated with precision. Each case has to be examined on its own facts and circumstances to find out the nature of the activity or scope and nature of the controversy. The distinction between public law and private law remedy is now narrowed down. The actions of the appellants bear public character with an imprint of public interest element in their offers regarding terms and conditions mentioned in the appropriate table
inviting the public to enter into contract of life insurance. It is not a pure and simple private law dispute without any insignia of public element. Therefore, we have no hesitation to hold that the writ petition is maintainable to test the validity of the conditions laid in Table 58 term policy and the party need not be relegated to a civil action."
(emphasis supplied)
9. Dr. Singhvi contended that if the intent is to have a highly
experienced contractor to bid then the contract should have
stipulated a higher technical criteria. He submitted that
restricting the right of a pre-qualified bidder to participate only on
the basis of quantum of comparative experience score is
unreasonable for a governmental authority.
10. Dr. Singhvi relied upon the statement made by the
Government of India in its affidavit and the observations of NHAI
before the Planning Commission to contend that Clause 3.5.2 is
violative of Article 14 and has been found inconvenient even by
the Authorities for choosing the best person and for executing
contract of road building. In this context he referred to para 12 of
the Government of India‟s affidavit filed on 17th October, 2008
which reads as follows:-
"12. That though the above mentioned new procedure was totally transparent, objective and systematic yielding exact mathematical numbers for each of the bidders, it was quite complex involving evaluation of voluminous documents furnished by the bidders in support of their experience of past five years. Considering these difficulties and other factors relevant
to road project, this Department had taken up the matter with the Ministry of Finance that any restrictions on the shortlisting of applicants would lead to the possibility of cartelization among the new select bidders, and thereby deprive other small and medium eligible bidders. Further, restrictions would reduce competition among eligible applicants and may be disadvantageous to the concerned organisation as well as the Government. It was further indicated that the process should not turn out to be detrimental to Indian players and those who have had specific experience in the Highways sector and have executed projects successfully in the recent past. It was, therefore, strongly recommended that in the interest of promoting healthy competition, transparency and to encourage small and medium bidders who have requisite experience and capacity to execute these projects, and that the clause 3.5.2 in the model RFQ document which restricts the number of bidders who could have pre-qualified may be done away with. All the bidders who meet specified technical requirements above a threshold level may be permitted to be shortlisted. As such, it was at the initiative of this Department that the deletion of clause 3.5.2 was sought from the Ministry of Finance in April 2008 when the bidding process was only in its initial stage in a few projects."
11. Dr. Singhvi also referred to the minutes of the IMG meeting
dated 12th July, 2008 which reads as follows :-
"3. Chairman, NHAI stated that NHAI has been consistent in its stand that the model RFQ document is not suitable for the road sector with regard to the stipulation for shortlisting of bidders. The RFQ document may, however, be useful for complex projects where the experience of collaborators is very crucial for executing world class projects. He stated that the road projects are largely standard projects and that there is limited scope for any innovation that a concessionaire could carry out. As a result, there is not much value addition in selecting a concessionaire with a very high experience record. Domestic companies have proved to be adequate to take up several BOT projects which have been undertaken by NHAI in recent years.
Technical and financial pre-qualification criteria will adequately serve the purpose, without any need for further shortlisting. A „pass-fail‟ criterion based on technical and financial pre-qualification is strongly advisable, as it is simpler to execute."
12. Dr. Singhvi submitted that once the Clause is found to be
arbitrary and irrational by the Government itself, the same is
liable to be declared as unconstitutional. He submitted that the
consequence of this declaration cannot justify its application
prospectively as once it is found that a provision is
unconstitutional, it is required to be declared as void for all
periods of time.
13. Dr. Singhvi submitted that Clause 3.5.2 is severable and by
deleting the limitation on the number of eligible bidders, no delay
would be caused as nothing had been finalized as yet. He stated
that deletion of Clause 3.5.2 would subserve public good as it
would allow pre-qualified candidates to put in their price bids and
the public exchequer would benefit by acceptance of the lowest
price bid.
14. Dr. Singhvi lastly referred to para 4 of the Government of
India‟s letter dated 3rd October, 2008 which recommended
deletion of Clause 3.5.2 prospectively. The said para reads as
follows:-
"... any restrictions on the shortlisting of the applicants would lead to the possibility of cartelization among the few selected bidders and thereby deprive the small and medium eligible bidders. Further, restrictions would reduce competition among eligible applicants and may be disadvantageous to the concerned organization as well as the Government. It is further indicated that the process should not turn out to be detrimental to Indian players and those who have had specific experience in the Highway sector and have executed projects successfully in the recent past. It was, therefore, strongly recommended that in interest of promoting healthy competition, transparency and to encourage small and medium bidders who have the requisite experience and capacity to execute these projects, and that clause 3.5.2 in the model RFQ document which restricts the number of bidders who could have pre- qualified may be done away with. All the bidders who meet specified technical requirements above a threshold level may be permitted to be shortlisted".
15. Mr. V.P. Singh, learned Senior Advocate who appeared on
behalf of the Petitioners i.e. National Highways Builders
Federation as well as on behalf of M/s. Larsen & Toubro Limited,
(hereinafter referred to as „L&T‟), stated that Clause 3.5.2 ought
to be deleted as it lays down conditions which favour foreign
companies on account of discrepancies in weightages assigned
to project development and construction experience. According
to him, these conditions have resulted in an imbalance in favour
of foreign companies which clearly prejudices Indian companies,
even of the stature and size of M/s L&T, and denies them a level
playing field, to which they are entitled to.
16. Mr. Singh further submitted that the Respondents
themselves having deleted the said Clause for future road
contracts could not have retained them for the present sixty road
projects. He also laid emphasis on para 4 of the Government of
India‟s letter dated 3rd October, 2008 as according to him it
contains an admission by the Respondents themselves that the
said Clause is detrimental to Indian players even though they
have specific experience in the Highway sector and have
successfully executed projects in the recent past.
17. Mr. Singh submitted that his client M/s. L&T has also
impugned the introduction of an additional condition namely
Clause 2.1.18 vide letter dated 28th August, 2008 in the RFP
document after receipt of RFQ document way back in June 2008
on the ground that it tantamounts to „changing the rules of the
game midway‟.
18. Clause 2.1.18 is reproduced hereinbelow for ready
reference:-
Clause 2.1.18:
" A Bidder shall not be eligible for bidding hereunder if the Bidder, its Member or Associate was, during a period of 2 (two) months preceding the Bid Due Date, either by itself or as member of a consortium:
(i) pre-qualified and short-listed by the Authority for the Bid Stage comprising RFP in relation to 8 (eight) or more projects for the Authority; or
(ii) declared by the Authority as the selected bidder for undertaking 4 (four) or more projects of the Authority; of
(iii) unable to achieve financial close, for 2 (two) or more projects of the Authority, within the period specified in the respective concession agreements entered into with the Authority.
Provided that in the event the Bidder, its Member or Associate, as the case may be, shall have, within one week of receiving a note of pre- qualification and short-listing for the Bid Stage o any such project, withdrawn from the bid process thereof and notified the Authority of the same, the project so notified shall be excluded from the purview of this Clause 2.1.18."
19. He further stated that the additional condition set out in
Clause 2.1.18 was introduced as a consequence of allegation of
cartelization resulting from introduction of Clause 3.5.2 of RFQ.
But as the said Clause 3.5.2 has been deleted, the consequential
condition set out in Clause 2.1.18 should also be deleted.
20. Mr. Singh further contended that none of the projects have
attained finality since as a consequence of introduction of Clause
2.1.18 there is a moving window of projects wherein upon the
shortlisted bidders withdrawing from the project, the next in the
waiting list is called upon to either withdraw or submit his RFP.
He stated that the respondents were only at the first stage
presently and there would be no change in the time lines if all
those eligible to bid are allowed to submit their RFP documents.
According to him, the same would be just expedient and would
not jeopardize the whole process.
21. Mr. Arun Jaitley, learned Senior Counsel who appeared for
GMR Infrastructure Ltd., submitted that Clause 3.5.2 vested
discretion with the Government to "play around with". He
submitted that possibility of cartelization as well as possibility of
restricting the competition cannot be ruled out. He, therefore,
submitted that this Clause be set-aside by this Court.
22. Mr. C.A. Sundaram, learned Senior Counsel appearing for
M/s. Madhucon Projects Pvt. Ltd. submitted that the decision to
delete Clause 3.5.2 prospectively is vitiated with malice and
malafides as the said Clause has still been applied to sixty
projects worth about Rs. 50,000 crores. He contended that the
Government in its counter-affidavit as well as correspondence
having admitted that Clause 3.5.2 creates arbitrariness,
discrimination, lack of transparency and cartelization could not
have decided to include sixty projects which would be visited by
the ill-effects of the said Clause. He further submitted that in law,
such a Clause cannot be retained even on the ground of
expediency. He further contended that there would be no delay
in Hyderabad Vijayawada Project if Clause 3.5.2 is deleted as
the said Project is still at an evaluation stage. He further
submitted that the said Clause should have been deleted for all
road projects including the Hyderabad - Vijayawada Highway
Project and having not done so, the decision to prospectively
delete it is self-discriminatory, arbitrary, whimsical and actuated
by malice.
23. On the other hand, Learned Senior Counsel for NHAI,
Mr. Dushyant Dave stated that the tender in question involves a
two stage bid process. While the first stage involves a Request
for Qualification, the second stage involves Request for Proposal
or financial bid stage. He stated that the model RFQ document
prescribes a threshold technical and financial capacity of bidders
who could submit their application for being shortlisted. He
stated that all those who wanted to bid for the tender were
entitled to apply for the RFQ document. Thereafter all those who
fulfilled the techno-economic eligibility criteria are evaluated in
the form of an experience score and the bidders are ranked
according to their experience. He stated that the practice of
selecting few of the pre-qualified bidders during the pre-
qualification process is known as shortlisting. According to him,
the general practice across the world is to shortlist a few firms
and engage with them for the final stage of bidding. The model
RFQ document in the present case specifies that 5 or 6 pre-
qualified firms could be shortlisted on the basis of their respective
scores in evaluation.
24. Mr. Dave submitted that the process of shortlisting is
adopted because, unlike a normal bid for sale of goods and
services against payment, a PPP (Public Private Partnership
such as Build, Operate and Transfer) Project involves large
private investments as well as transfer of commercial and
construction risks to the successful bidder for a considerable
period say 15 to 30 years. Consequently, the bidders are
required to invest significant time and cost in making a PPP bid
and these bidders do not find it worth their while to compete if the
number of shortlisted bidders is large and includes firms with a
significantly lower track record as that virtually amounts to
competition amongst unequals. He stated that it is in this
background that the Government of India decided to seek high
qualified bidders by restricting pre-qualification to a limited
number of firms that have a reasonably uniform capacity.
25. According to him, pre-qualification of a large number of
firms could imply that smaller firms with a comparatively lower
capacity may get included and offer lower financial bid to get
selected even when significantly better and larger firms are also
competing. The smaller firms usually possess lower levels of
technical experience, equipment, staff, resources, quality
assurance system and they can often undercut and quote lower
bids as compared to their better qualified counterparts. He
stated that this at times could compromise public interest
because a potentially lower level of service could well be the
outcome of selecting a firm with lower capacity. He stated that
though minimum performance standards are specified in the
project agreement, the quality of service may often differ
according to the capacity and track record of the selected firm.
26. He stated that firms with greater capacity are likely to
provide more reliable services as they are better equipped to
manage the project risks which are typically assigned to the
successful party in PPP Projects. Greater assurance of
successful delivery of infrastructural projects is certainly a public
policy objective that needs to be kept in mind while devising the
selection process. Evidently shortlisting has the inherent
advantage of choosing amongst the very best for providing a
public service.
27. Mr. Dave admitted that the process of shortlisting can at
times lead to a monopoly where a single large firm may be able
to capture large number of contracts. However, he stated that in
the present case this apprehension has been taken care of by
inserting Clause 2.1.18 which specifies quantitative restrictions to
obviate monopolies.
28. Mr. Dave submitted that classification in the present case
brought about by shortlisting the six best technically qualified
persons is entirely reasonable and bears a rational nexus to the
object sought to be achieved namely to get the most technically
competent party to carry out the task of Highway building which
undoubtedly is a matter of public and national importance. He
contended that it is impossible to predict in advance the kind of
response that a particular tender would attract and therefore, it
was thought necessary by the Government and the Planning
Commission in its expert wisdom to first fix a tentative threshold
limit for attracting a large catchment area of bidders and then to
shortlist the best technically qualified parties from within them.
He stated that it is not possible for the Government to anticipate
in advance the response to the tender and if there is too much of
disparity between those who have pre-qualified by crossing the
threshold limit, then it is possible that even a relatively
inexperienced party will be able to make a financial bid even
where there may be several parties who are much more
technically qualified on the experience score board.
29. Mr. Dave submitted that economic policy decisions
specially those taken at highest level after due and detailed
deliberations as borne out by minutes of interministerial group
should not be easily interfered with by a Court in its writ
jurisdiction. He submitted that the Government has a right to
adopt the „trial and error method‟ in matters of economic policies
and the executive has to be given a reasonable „play in the
joints‟.
30. He also submitted that several vested rights had been
created by following the shortlisting process under Clause 3.5.2
in several projects. According to him, there can be no question
whatsoever of affecting these vested rights which have accrued
to these shortlisted parties.
31. Mr. Dave further laid great emphasis on the fact that the
individual members of the Petitioner Association having
unconditionally participated in various tenders for different
projects and having unconditionally submitted to Clause 3.5.2
have forfeited any right to assail the same. Mr. Dave submitted
that all the bidders having participated in the tender without
demur, are now not entitled to raise the plea that Clauses 3.5.2
and 2.1.18 are unconstitutional, illegal and arbitrary.
32. Mr. P.P. Malhotra, learned Additional Solicitor General
appearing for the Union of India not only adopted the arguments
of Mr. Dave but pointed out that the Government had taken ten
months to shortlist the bidders in some of the sixty highway
tenders and deletion of any Clause of the tender would result in
delay of the same amount of time as the process shortlisting of
bidders would have to be redone. He stated that public interest
requires that infrastructural projects be completed at the earliest.
He further submitted that in the present case, the doctrine of
prospective over-ruling had been applied. He submitted that the
doctrine of prospective over-ruling is well known and the Hon‟ble
Supreme Court had applied it in a number of cases while striking
down many legislative provisions or executive actions by
directing that the judgment of the Apex Court would operate
prospectively and would not affect the decision already taken and
implemented.
33. We are of the view that even though some of the bidders
had participated in the tender, they would still be entitled to
challenge the constitutionality of Clause 3.5.2 on the ground that
it is violative of Articles 14 and 19 (1)(g) of the Constitution. It is
well settled that a fundamental right can never be waived and
even a concession made by a petitioner in a legal proceeding
that he will not enforce his fundamental right cannot create an
estoppel against him. The Apex Court in Basheshar Nath Vs.
The Commissioner of Income-tax, Delhi & Rajasthan and
Anr. reported in 1959 Supp (1) SCR 528 has held as under :-
"15. Such being the true intent and effect of Article 14 the question arises, can a breach of the obligation imposed on the State be waived by any person ? In the face of such an unequivocal admonition administered by the Constitution, which is the supreme law of the land, is it open to the State to disobey the constitutional mandate merely because a person tells the State that it may do so ? If the Constitution asks the State as to why the State did not carry out its behest, will it be any answer for the State to make that "true, you directed me not to deny any person equality before the law, but this person said that I could do so, for he had no objection to my doing it." I do not think the State will be in any better position than the position in which Adam found himself when God asked him as to why he had eaten the forbidden fruit and the State's above answer will be as futile as was that of Adam who pleaded that the woman had tempted him and so he ate the forbidden fruit. It seems to us absolutely clear, on the language of Article 14 that it is a command issued by the Constitution to the State as a matter of public policy with a view to implement its object of ensuring the equality of status and opportunity which every welfare State, such as India, is by her Constitution expected to do and no person can, by any act or conduct, relieve the State of the solemn obligation imposed on it by the Constitution. Whatever breach of other fundamental right a person or a citizen may or may not waive, he cannot certainly give up or waive a breach of the fundamental right that is indirectly conferred on him by this constitutional mandate directed to the State.
(emphasis supplied)
34. In Olga Tellis and Ors. Vs. Bombay Municipal
Corporation and Ors. reported in 1985 (3) SCC 545 , the Apex
Court has further held as follows :-
"28.........No individual can barter away the freedoms conferred upon him by the Constitution. A concession made by him in a proceeding, whether under a mistake of law or otherwise, that he does not possess or will not enforce any particular fundamental right, cannot create an estoppel against him in that or any subsequent proceeding. Such a concession, if enforced, would defeat the purpose of the Constitution. Were the argument of estoppel valid, an all-powerful state could easily tempt an individual to forego his precious personal freedoms on promise of transitory, immediate benefits. Therefore, notwithstanding the fact that the petitioners had conceded in the Bombay High Court that they have no fundamental right to construct hutments on pavements and that they will not object to their demolition after October 15, 1981, they are entitled to assert that any such action on the part of public authorities will be in violation of their fundamental rights. How far the argument regarding the existence and scope of the right claimed by the petitioners is well-founded is another matter. But, the argument has to be examined despite the concession."
(emphasis supplied)
35. Consequently, in our opinion it is open to the Petitioners to
challenge the validity of Clause 3.5.2 on the ground that it is
violative of Articles 14 and 19(1)(g) of the Constitution.
36. Before we advert to the merits of Clause 3.5.2, it may be
relevant to first advert to the legal position in cases where tender
terms are challenged on the ground that they are violative of
Articles 14 and 19 (1)(g) of the Constitution. It is well settled that
fundamental rights guaranteed under Article 19 of the
Constitution are not absolute and the same are subject to
reasonable restrictions. The reasonableness of a restriction is to
be determined in an objective manner with reference to
circumstances relating to trade/business in question.
37. A tender norm or policy decision would be struck down as
violative of Article 14 of the Constitution only if the same is
demonstrably capricious or arbitrary and not informed by any
reason, whatsoever. In this context, it may be relevant to refer to
the observations of the Hon‟ble Supreme Court in Krishnan
Kakkanth Vs. Government of Kerala & Others (1997) 9 SCC
495, wherein it has been held as under:-
"26. After giving our careful consideration to the facts and circumstances of the case and submissions made by the learned Counsel for the parties, it appears to us that the fundamental right for trading activities of the dealers in pump sets in the State of Kerala as guaranteed under Article 19(1)(g) of the Constitution has not been infringed by the impugned circular. Fundamental rights guaranteed under Article 19 of the Constitution are not absolute but the same are subject to reasonable restrictions to be imposed against enjoyment of such rights. Such reasonable restriction seeks to strike a balance between the freedom guaranteed by any of the clauses under Article 19(1) and the social control permitted by
the Clauses (2) to (6) under Article
19.....................
29. It may be indicated that where a right is conferred on a particular individual or group of individuals to the exclusion of others, the reasonableness of restrictions has to be determined with reference to the circumstances relating to the trade or business in question. Canalisation of a particular business in favour of specified individual has been held reasonable by this Court where vital interests of the community are concerned or when the business affects the economy of the country............
32. It may be indicated that although a citizen has a fundamental right to carry on a trade or business, he has no fundamental right to insist upon the Government or any other individual for doing business with him. Any government or an individual has got a right to enter into contract with a particular person or to determine person or persons with whom he or it will deal............
36. To ascertain unreasonableness and arbitrariness in the context of Article 14 of the Constitution, it is not necessary to enter upon any exercise for finding out the wisdom in the policy decision of the State Government. It is immaterial whether a better or more comprehensive policy decision could have been taken. It is equally immaterial if it can be demonstrated that the policy decision is unwise and is likely to defeat the purpose for which such decision has been taken. Unless the policy decision is demonstrably capricious or arbitrary and not informed by any reason whatsoever or it suffers from the vice of discrimination or infringes any statute or provisions of the Constitution, the policy decision can not be struck down. It should be borne in mind that except for the limited purpose of testing a public policy in the context of illegality and unconstitutionality, court should avoid "embarking on uncharted ocean of public policy."
37. The contention that the impugned circular suffers from hostile discrimination meted out to the farmers in northern region of the State
covered by the financial assistance under the governmental schemes, by fastening such assistance with an obligation to purchase pump sets only from two approved dealers, cannot be accepted in the facts of the case. The reasons for fastening the farmers of northern region with the obligation to purchase pump sets from the said two dealers have been indicated by Mr. Bhat and Mr. Gupta and, in our view, it cannot be held that such reasoning suffers from lack of objectivity. The law is well settled that even in the matter of grant of largesse, award of job contracts etc. the Government is permitted to depart from the general norms set down by it, in favour of particular group of persons by subjecting such persons with different standard or norm, if such departure is not arbitrary but based on some valid principle which in itself is not irrational, unreasonable or discriminatory...."
(emphasis supplied)
38. In Global Energy Ltd. v. Adani Exports Ltd. reported in
(2005) 4 SCC 435, at page 441 the Apex Court has observed as
follows:-
"10. The principle is, therefore, well settled that the terms of the invitation to tender are not open to judicial scrutiny and the courts cannot whittle down the terms of the tender as they are in the realm of contract unless they are wholly arbitrary, discriminatory or actuated by malice. This being the position of law, settled by a catena of decisions of this Court, it is rather surprising that the learned Single Judge passed an interim direction on the very first day of admission hearing of the writ petition and allowed the appellants to deposit the earnest money by furnishing a bank guarantee or a bankers‟ cheque till three days after the actual date of opening of the tender. The order of the learned Single Judge being wholly illegal, was, therefore, rightly set aside by the Division Bench."
(emphasis supplied)
39. In the present case, we find that Clause 3.5.2 was
introduced by NHAI pursuant to a policy decision taken at the
highest level by the Government of India after due and detailed
deliberations. The said Government of India‟s decision was
applied uniformly for all infrastructural projects, across the board.
40. The objective behind introducing Clause 3.5.2 was to
identify credible bidders who would provide world class
infrastructural services in India. This objective was sought to be
ensured by pre qualifying only high quality firms with best
available track record on the basis of an objective and
transparent criteria. As far as the rationale behind fixing the
number of shortlisted bidders as „six‟ is concerned, we are of the
view that a line has to be drawn somewhere. In case, the line
was drawn after twelve, the bidders below that level would have
raised the same argument. We are of the view that Clause 3.5.2
is based on international best practice, promotes competition and
weeds out non serious bidders.
41. Moreover, the Government has the power to classify
persons and/or entities. In our opinion, the Government by
introducing Clause 3.5.2 has attempted to ensure that there is
real competition between the best qualified firms so that world
class infrastructural services can be created in India.
Consequently, the Government has demonstrated that the said
classification is founded on an intelligible differentia and the
differentia has a rational relation to the object sought to be
achieved as stipulated in State of West Bengal Vs. Anwar Ali
Sarkar reported in 1952 SCR 284.
42. Though Dr. Singhvi submitted that this objective could have
been attained by stating a high threshold limit for pre qualification
purposes, in our view, it is very difficult for the Government to
pre-judge the bidder‟s response for any particular project and the
Government may in advance fix a threshold criteria that could
eventually turn out to be too high or too low. For example, as
pointed out by the Planning Commission‟s document, the list of
shortlisted bidders for Amritsar Airport scored about 28,000
points while for Udaipur Airport score was as low as 11,000
points. Thus there is no way the Government can anticipate in
advance a response to a tender. In our opinion, if pre
qualification of firms had been undertaken on the basis of
threshold alone, the Government could have either ended up
with a large number of pre qualified bidders or only one or two
bidders as pointed out by the Planning Commission‟s document
in the cases of Delhi and Mumbai Airports. It is also not for us to
state that the Government could have achieved the same
purpose by stipulating a higher threshold criteria. It is well settled
that while exercising the power of judicial review, the Courts
would not interfere where two views are possible and the
Government has accepted one of such two views. [Reliance
Airports Developers Ltd. Vs. AAI 2006 (10) SCC 1 at 52].
43. It is further settled law that the Government has to be given
„sufficient play in the joints‟ with regard to economic policy
decisions and the petitioners cannot require this Court to either
sit in an appeal over that decision or to go behind its wisdom. In
BALCO Employees' Union (Regd.) v. Union of India reported
in (2002) 2 SCC 333, at page 361 the Supreme Court has
observed as under :-
"46. It is evident from the above that it is neither within the domain of the courts nor the scope of the judicial review to embark upon an enquiry as to whether a particular public policy is wise or whether better public policy can be evolved. Nor are our courts inclined to strike down a policy at the behest of a petitioner merely because it has been urged that a different policy would have been fairer or wiser or more scientific or more logical.
47. Process of disinvestment is a policy decision involving complex economic factors. The courts have consistently refrained from interfering with economic decisions as it has been recognised that economic expediencies lack adjudicative disposition and unless the economic decision, based on economic expediencies, is demonstrated to be so violative of constitutional or legal limits on power or so abhorrent to reason,
that the courts would decline to interfere. In matters relating to economic issues, the Government has, while taking a decision, right to "trial and error" as long as both trial and error are bona fide and within limits of authority........
97. ........Courts are not intended to and nor should they conduct the administration of the country. Courts will interfere only if there is a clear violation of constitutional or statutory provisions or non-compliance by the State with its constitutional or statutory duties. None of these contingencies arise in this present case.
98. In the case of a policy decision on economic matters, the courts should be very circumspect in conducting any enquiry or investigation and must be most reluctant to impugn the judgment of the experts who may have arrived at a conclusion unless the court is satisfied that there is illegality in the decision itself."
(emphasis supplied)
44. In our view, the Government has a right to enter into a
contract with particular class of companies/entities and although
a citizen/company has a fundamental right to carry on trade or
business, it has no fundamental right to insist upon the
Government for doing business with it. We are of the opinion
that with reference to the circumstances relating to the tenders in
question, the restriction of shortlisting of bidders, as initially
introduced by inserting Clause 3.5.2, is a reasonable one and
does not violate Article 19(1)(g) of the Constitution.
45. Moreover, the decision to shortlist is based on a policy
decision of the Government which is neither capricious nor
arbitrary or infringes any statute or provision of the constitution.
We are of the view that in fact the Government‟s policy decision
is based on a valid principle which is informed by reason.
Consequently, in our view, shortlisting of six bidders by
introducing Clause 3.5.2. does not, in any manner, violate the
tenants of equity or fair play as long as it is done in an honest
and transparent manner.
46. As far as Mr. V.P. Singh‟s argument that shortlisting would
throw the smaller Indian firms out of business is concerned, we
are of the view that the rationale behind pre qualification is meant
to select high quality firms and weed out the less competent
firms. The small firms, in any event, have the option to form a
consortium to bid for a larger project. But to our mind this
argument would apply even if the process of shortlisting is
substituted by a high threshold for pre qualification of bidders. In
any event as Clause 3.5.2 ensures that only the most suitable
firm is chosen for the project delivery, we do not find any infirmity
with the same.
47. We are also not impressed by the argument that
introduction of Clause 3.5.2. creates a monopoly and/or cartel.
After referring to various dictionary meanings, the Hon‟ble
Supreme Court in the case of Union of India v. Hindustan
Development Corpn. reported in (1993) 3 SCC 499, at page
529 defined the concept of cartel as under :-
"......The cartel therefore is an association of producers who by agreement among themselves attempt to control production, sale and prices of the product to obtain a monopoly in any particular industry or commodity. Analysing the object of formation of a cartel in other words, it amounts to an unfair trade practice which is not in the public interest. The intention to acquire monopoly power can be spelt out from formation of such a cartel by some of the producers. However, the determination whether such agreement unreasonably restrains the trade depends on the nature of the agreement and on the surrounding circumstances that give rise to an inference that the parties intended to restrain the trade and monopolise the same.....".
(emphasis supplied).
48. In the present case we do not find that the intent is to
exclude competition amongst the bidders. In fact, there is no
material on record to show, leave alone prove, that introduction
of such a clause would lead to cartelization. As stated
hereinabove, the Government by introducing Clause 3.5.2 has
attempted to ensure that there is real competition between the
best qualified firms so that world class infrastructural services
can be created in India.
49. In any event, Clause 2.1.18 takes care of any
apprehension of cartelization or monopoly being conferred upon
the „big players‟. Further we are of the opinion that it is not open
to the parties such as L&T to on the one hand challenge Clause
3.5.2 as being anti-competitive and in the same breath challenge
Clause 2.1.18 which is intended at curbing the apprehension of
monopoly complained of by them.
50. We are further of the opinion that it is not open to M/s. L&T
to challenge the validity of Clause 2.1.18 after having continued
to participate in the tender after insertion of the said Clause and
moreso, after having withdrawn from certain projects by relying
upon the said Clause. In this context we may refer to the
judgment of the Apex Court in New Bihar Biri Leaves Co. v.
State of Bihar reported in (1981) 1 SCC 537, at page 558
where it has held as under :-
"48. It is a fundamental principle of general application that if a person of his own accord, accepts a contract on certain terms and works out the contract, he cannot be allowed to adhere to and abide by some of the terms of the contract which proved advantageous to him and repudiate the other terms of the same contract which might be disadvantageous to him. The maxim is qui approbat non reprobat (one who approbates cannot reprobate). This principle, though originally borrowed from Scots Law, is now firmly embodied in English Common Law. According to it, a party to an instrument or transaction cannot take advantage of one part of a document or transaction and reject the rest. That is to say, no party can accept and reject the same instrument or transaction (Per Scrutton, L.J., Verschures Creameries Ltd. v. Hull & Netherlands Steamship Co.; see Douglas Menzies v. Umphelby; see also stroud‟s judicial dictionary, Vol. I, p. 169, 3rd Edn.).
49. The aforesaid inhibitory principle squarely applies to the cases of those petitioners who had by offering highest bids at public auctions or by tenders, accepted and worked out the contracts in the past but are now resisting the demands or other action, arising out of the impugned Condition (13) on the ground that this condition is violative of Articles 19(1)(g) and 14 of the Constitution. In this connection, it will bear repetition, here, that the impugned conditions though bear a statutory complexion, retain their basic contractual character also. It is true that a person cannot be debarred from enforcing his fundamental rights on the ground of estoppel or waiver. But the aforesaid principle which prohibits a party to a transaction from approbating a part of its conditions and reprobating the rest, is different from the doctrine of estoppel or waiver.
(emphasis supplied)
51. Averments in para 12 of the Government of India‟s affidavit
dated 17th October, 2008, para 3 of the IMG minutes dated 12th
July, 2008 and para 4 of the Government of India‟s letter dated
3rd October, 2008 are, in our view, concerns/shortcomings
pointed out by the Department of Road, Transport and Highways
while implementing Clause 3.5.2 in respect of Highway tenders.
These averments certainly do not constitute an admission on the
part of the Respondents that the initial policy of shortlisting when
introduced by insertion of Clause 3.5.2 was illegal and
unconstitutional. In our opinion, if certain shortcomings are
found in future while implementing an economic policy, it does
not make that economic policy illegal and void from its inception.
Undoubtedly, every economic policy has its own drawbacks and
shortcomings but that does not make the policy void ab initio. In
any event, as stated hereinabove, the State and its
instrumentalities are entitled to adopt a „trial and error method‟
with regard to economic policies and to have a reasonable play
in the joints.
52. As far as the challenge to Government of India‟s decision
to to only prospectively delete Clause 3.5.2. is concerned, we are
of the view that the reasons for the same have been succinctly
set out in the Ministry of Shipping, Road Transport and
Highways‟ letter dated 3rd October 2008. The relevant portion of
the said letter is reproduced hereinbelow for ready reference:-
"6. The Ministry of Finance while conveying the decision for deletion of clause 3.5.2 has already indicated that in case of all other projects (other than the sixty) the RFQ, if already issued, will be cancelled and a fresh RFQ will be issued. The decision to exclude the sixty cases in respect of which bids have already been received and the evaluation by NHAI has already been completed or is in final stage of completion is in the interest of ensuring early award of these projects to the successful bidders as the National Highways Development Project (NHDP) is a time bound flagship national programme of the Government. A lot of efforts have been made by the NHAI and the Government to bring these projects to such an advanced stage as the procedure for evaluation requires considerable time and due diligence. With the deletion of clause 3.5.2, all the prospective bidders with minimum threshold experience would become eligible to participate in the RFP stage as
against the erstwhile stipulation for shortlising only the best five/six bidders at the RFQ stage. Any retrospective deletion of clause 3.5.2 a this stage when the RFQ bids have already been received and have either been already evaluated or are in final stage of evaluation would necessitate cancellation of the entire bidding process so that all th bidders could take part in a fresh bidding. Therefore, in the interest of transparency and equity, it will not be correct to apply the clause 3.5.2 retrospectively restricting participation only to the bidders who have already responded to the ongoing RFQ tender process which is already closed in case of sixty projects.
7. The retrospective application of deletion of Clause 3.5.2 will be contrary to the process of transparency as many companies who may not have participated in RFQ in view of the restriction on number of bidders to five/six will have to be given full opportunity of participation by inviting the bids afresh. This will be given a setback to the entire process of completing the project in accordance with the given time frame with the resultant cost escalation and thereby extra cost to the NHAI. It is a well established principle of tendering/bidding process that any change in the bid document should be made only with a prospective effect. The decision of the Government to delete clause 3.5.2 has, therefore, been made applicable prospectively.
8. When this Ministry had taken up the matter initially with the Ministry of Finance recommending deletion of clause 3.5.2 in the Model RFQ document, the projects were still at the stage of preparation of RFQ documents. The sixty projects excluded from the purview of the Department of Expenditure OM dated 22nd September, 2008 are those projects in respect of which the RFQ process is already closed with the expiry of the last date for receiving the bids quite some time ago. All these projects have already reached the final stage and in many cases the RFP documents have also been issued to the shortlisted bidders seeking financial
bids. All these sixty projects are scheduled to be awarded over a period of next three months
9. I am directed to convey that the Government is against any retrospective application of the decision to delete clause 3.5.2 as it will not only be against the principles of transparency and equity but it will also result in a serious setback to a development programme of national importance."
53. In fact, the minutes of the Inter Ministerial Group held on
July 12, 2008 proves that Clause 3.5.2 is deleted with regard to
NHAI projects only on the ground that these projects are
relatively simple, standardized and do not involve complex,
interactive project development as envisaged in other large PPP
projects. The conclusions as recorded in the IMG Minutes dated
12th July, 2008 are reproduced hereinbelow for ready reference:-
"15. Summarizing the discussion, Additional Secretary (Exp) stated that from the views put forth by the various members of the IMG it was observed that a bulk of the problems relating to short-listing of bidders was being faced by NHAI. She pointed out that it has been brought out that the NHAI projects were largely of standard nature and the kind of complex, interactive project development, envisages in large PPP projects would not be involved for executing such projects. Hence the need to curtail the shortlist to a small number of five or six is not there. Therefore, the provisions specified in Clause 3.5.2 of the model RFQ document could be reviewed for NHAI projects. ............
17. Secretary (Exp) heard the views of all ministries based on their experience of one year. She stated that there is undoubtedly a need for
rigorous appraisal of projects and a need to recognize that best international practices must be brought in the road sector. However, considering the large number of projects involved and the standard size/scope of the projects, highways will have to be given a dispensation which ensures speed and efficiency. She recommended that the NHAI may be given a dispensation that they can follow the model RFQ document by excluding clause 3.5.2 for standard projects of NHAI. This special dispensation is being provided to the NHAI projects since they have a large number of projects in the pipeline and since their projects are relatively simple and standardized. Moreover, so far Department of Expenditure has received representations for removal of this clause only for NHAI projects.
18. The IMG recommended that this dispensation may be brought up for approval of the Committee on Infrastructure, at the earliest. This dispensation would imply that NHAI would have to modify the document by deleting this clause and apply the document for its BOT projects. If, however, the process of consultation and scrutiny of bid documents/shortlising of bidders, being carried on in DoRTH on a campaign basis, concludes with acceptable results to the satisfaction of DoRTH, this recommendation need not be taken further."
54. From the above extract it would be apparent that Clause
3.5.2. has still been retained for all infrastructural projects except
highway tenders and that too due to the fact that road projects
are relatively simple and standardized. If Clause 3.5.2. is deleted
retrospectively, as urged by the Petitioner, then it would lead to
initiation of a new tender process as deletion of the said Clause
would amount to changing the rules of the game midway. In our
view, any delay in award of Highway projects to the successful
bidder would constitute a serious setback to a development
programme of national importance and would be detrimental to
public interest. We are also of the view that several vested rights
have been created by following the shortlisting process under
Clause 3.5.2. and any claim for retrospective deletion of the said
Clause would itself amount to a violation of Article 14 of the
Constitution vis-à-vis the shortlisted parties.
55. Consequently, we are of the view that Clauses 3.5.2. and
2.1.18 of the RFQ are legal, valid and constitutional. The
Government of India‟s decision to prospectively delete Clause
3.5.2. and to retain the same for sixty road projects wherein RFQ
bids have been received, evaluated and shortlisting completed is
also legal and valid. Therefore, the present writ petition being
devoid of merits is dismissed but with no order as to costs.
MANMOHAN, J
MUKUL MUDGAL,J rd November 3 , 2008 rn
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!