Tuesday, 28, Apr, 2026
 
 
 
Expand O P Jindal Global University
 
  
  
 
 
 

M/S. Nex Tenders (India) Private ... vs Ministry Of Commerce & Industry & ...
2009 Latest Caselaw 1119 Del

Citation : 2009 Latest Caselaw 1119 Del
Judgement Date : 2 April, 2009

Delhi High Court
M/S. Nex Tenders (India) Private ... vs Ministry Of Commerce & Industry & ... on 2 April, 2009
Author: Vipin Sanghi
*            IN THE HIGH COURT OF DELHI AT NEW DELHI

                 Judgment reserved on: 25.07.2008
%                Judgment delivered on: 02.04.2009

+     W.P. (C) No. 6574 of 2007 & C.M. Nos.12416/2007,
      5651/2008 & 8457/2008

             M/s. Nex Tenders (India) Private Limited  ..... Petitioner
                             Through: Mr. V. P. Singh, Senior
                                          Advocate with Ms. Taslima
                                          Ahmadi and Ms. Sarifa
                                          Chowdhury, Advocates

                                  versus

             Ministry of Commerce & Industry & Ors. .....Respondents
                             Through: Mr. P.P. Malhotra, ASG with
                                        Ms. Sonia Mathur, Advocate
                                        for respondents 1 to 3.
                                        Mr. Vinay Bhasin, Senior
                                        Advocate with Mr. Muneesh
                                        Malhotra,     Advocate     for
                                        respondent no.4.

CORAM:
HON'BLE MR. JUSTICE A.K.SIKRI
HON'BLE MR. JUSTICE VIPIN SANGHI

1. Whether the Reporters of local papers may           Yes
   be allowed to see the judgment?

2. To be referred to Reporter or not?                  Yes

3. Whether the judgment should be reported             Yes
   in the Digest?


VIPIN SANGHI, J.

1. The Petitioner has filed the present Writ Petition under Article

226 of the Constitution of India primarily praying for writ of mandamus

to direct the termination of the contract between the Government of

India, Ministry of Commerce & Industry acting through the Directorate

General of Supplies & Disposals (DGS&D) and Respondent No.4 C-1

India Pvt. Ltd. whereunder Respondent No.4 is providing services for

the conduct of e-tendering/e-procurement process to Respondent No.2.

The petitioner also seeks to challenge the extension and amendment

thereof, which has the effect of widening the scope of the contract to

offering the e-tendering solution/software of respondent no.4 to other

State Government Agencies/Public Sector Undertakings etc. by using

the good offices of DGS&D.

2. The Petitioner is a company incorporated under the

Companies Act having its registered office at Mumbai. The Petitioner

claims to be in the business of providing application software solutions

and services, particularly electronic procurement software solution and

services to the Government and semi Government agencies.

Respondent No. 1 i.e. the Ministry of Commerce & Industry,

Government of India, has been appointed as the Nodal Agency for the

implementation of the initiatives in setting up electronic procurement

and electronic tendering system in Government procurement

organizations as part of the long term e-governance plan of the Central

Government. Respondent No.2 DGS&D is the Central Purchase

Organization of the Government of India, and is responsible for

establishing rate contracts through tenders for common items required

by various agencies of the Government. On receiving indents from

Government Departments/Agencies, the DGS&D invites tenders from

time to time for a large number of items, in response to which

suppliers/bidders from all over the country respond. Respondent No. 3,

Department of Expenditure is a department under the ministry of

Finance and is responsible for laying down the procedures to be

followed for undertaking financial transactions by the agencies of the

Government of India. The private respondent No. 4 is a company

incorporated under the Companies Act, having its registered office at

New Delhi, and is a competitor of the Petitioner and deals in software

solutions and services. Respondent no.4 was awarded the E-tendering

service provider contract by respondent nos. 1 to 3 for providing an e-

tendering software solution and service for the use of DGS&D on

16.4.2004. This contract, it appears became effective on 01.04.2005

and was valid for an initial period of 3 years i.e upto 31.03.2008. It has

been extended for another period of 2 years and vide amendment

dated 22.05.2007 has been amended in a few material terms.

3. The petitioner states that Electronic tendering (e-tendering) is

an internet based software service which allows government agencies

to migrate from the conventional manual/paper tendering process to

an electronic, internet based platform. The advantages of the

electronic internet based tendering system can be greater efficiency,

lower costs of projects, increased transparency, wider reach and

access for suppliers, reduction/elimination of cartelization and

corruption, and lower transaction costs. The objective for introducing

e-tendering system, stated by the respondent DGS&D in its Request

For Proposal (RPF) is to streamline and automate the tendering process

of DGS&D to build efficiencies in the process, cut down the total time

to tender, and build a data base of suppliers bids for data mining and

trend analysis by adopting leading procurement practices.

4. The petitioner further states that the e-tendering/e-

procurement software and related services is highly complex and

technical and the implementation of such a system for government

agencies can be extremely challenging, time consuming and

expensive. Consequently, most government agencies that have

availed of the said system/software have opted for the model of

appointing an Application Service Provider (ASP) with a commercial

model at "no costs to Government". In this business model, the

customer (the DGS&D in this case) rents and outsources the

development and management of the software and service to the ASP.

The ASP provides the software (computer programme) and the related

hardware to implement the system. The ASP implements the system,

trains the resource and provides supports and maintenance for the

software to the customer. By adopting the ASP model the customer

saves time and money that it would incur in buying the software. The

risk associated with the software/services implementation is passed on

to the ASP. The customer is assured of latest software upgrades and

costly installations, as well as service and maintenance of the

software/hardware. So far as the ASP is concerned, he derives no

income directly from the customer. The revenue generation for the ASP

comes from a compulsory registration fee charged from the

prospective bidders/suppliers, who wish to participate in the e-

tendering/bidding process in response to the procurement tenders

floated by the customer i.e. DGS&D. It is stated that this model is

similar to the popular Built-Own-Operate (B-O-O) toll collection model

for highways and bridges construction where the service provider,

namely, the contractor building the road or the bridge invests all the

funds for construction and subsequent maintenance, and in return the

Government agency grants the contractor the concession to extract a

toll or charge from the public using the road or the bridge for a

guaranteed period of time.

5. The petitioner further states that under the National e-

Governance Programme of the Government of India various projects

known as Mission Modes Projects have been identified. One of the main

Mission Modes Projects is e-procurement which is considered as an

integrated project because of its need for multiple implementations at

the Central and State levels in order to cater to each government

agency‟s requirements and business rules.

6. The petitioner states that respondent nos.1 and 2 claim to

have issued a RFP for an e-tendering system with the stated objective

of streamlining and automating its tendering process and to build

efficiencies in its tendering process. It is further stated that the so-

called RFP did not bear any date. It has various "blanks"- meaning

thereby, it was incomplete in respect of the specifications and

conditions to which it was subject. The petitioner has placed on record

a copy of the said RFP stated to have been procured by it under the

Right to Information Act (RTI Act). The petitioner further states that

apparently a letter of intent was issued to respondent no.4, and

thereafter acceptance of tender was issued in favour of respondent

no.4 on 16.04.2004 by respondent nos.1 & 2, awarding the contract for

providing e-Tender software and service, to respondent no.4. A copy

of the contract awarded to respondent no. 4, obtained under the RTI

Act has also been placed on record.

7. The petitioner submits that the fact that e-tendering contract

was awarded by respondent nos.1 and 2, to respondent no.4 as the

service provider, came to its notice only after the said portal was

launched publicly by respondent no.2. The petitioner states that at

that point of time it was assumed that the award of contract to

respondent no. 4 was done in a legal manner. The petitioner further

states that as per its information, the period of contract was three

years and it was expected that upon the expiry of the contract in late

2006/early 2007, the respondent nos. 1 and 2 would invite fresh

tenders for procuring e-tendering software solutions and that the

petitioner would be able to participate in such process. The petitioner

states that upon inquiry being made by it with regard to the contract

awarded to respondent no.4, the petitioner learnt that the procedure

adopted by respondent no.1 and 2 while awarding the contract to

respondent no. 4 in the year 2004 was irregular. All binding norms

were flouted. The petitioner also expressed the apprehension that the

respondent authorities are proceeding to renew the contract with

respondent no.4. The petitioner further states that the said move

would not only cause unimaginable loss to the exchequer and the

suppliers/bidders of goods and commodities to the Government of

India, but also result in unjust and unfair enrichment of respondent no.

4. It would create an illegal monopoly in favour of respondent no. 4

and be violative of Central Vigilance Commission (C.V.C.) Directives

and the General Financial Rules of the Government.

8. The petitioner, along with the writ petition moved C.M.

12416/2007 to seek a restraint against respondent nos. 1 and 2 from

continuing with the renewed/extended contract with respondent no. 4

and also to seek a restraint against respondent nos. 1,2 and 4 from

representing to any State Government Department / Ministries /

Government Agencies that they are able to offer the e-tendering, e-

procurement solution or services, without being selected through a

proper competitive tender selection process. Further interim reliefs in

aid of the aforesaid reliefs were also sought by the petitioner.

9. When the present writ petition came up before the Court on

07.09.2007, the aforesaid submissions of the petitioner were taken

note of and the Court directed that "any action taken in the meanwhile

shall be subject to further orders that will be passed in this

application".

10. Respondents have filed their counter affidavits/replies, in

opposition to the Writ Petition. All allegations of illegality and

favoritism have been denied. The respondents state that the contract

between respondent nos. 2 and 4 stands extended and amended on

22.05.2007 i.e. prior to the filing of the present Writ Petition.

Petitioners submissions

11. The submissions of Mr. V.P. Singh, learned senior counsel for

the petitioner are in two parts: (a) He firstly attacks the initial grant of

the e-tendering contract to respondent No.4, primarily on the ground

of irregularity of procedures in the process adopted by respondent

Nos.1 to 3 while awarding the said contract to respondent No. 4. (b)

Then he attacks the extension and amendment of the contract. He

submits that since the initial grant itself was illegal, arbitrary and

irregular, its extension is also illegal, and arbitrary. He attacks the

extension and amendment of the contract on various other grounds as

well.

12. We may, at this stage itself clarify that since the initial

contract was awarded to respondent no.4. on 16.4.2004 and the

present writ petition was filed on or about 06.09.2007, we are not

inclined to entertain the prayer made by the petitioner to seek the

quashing of the initial award of contract to respondent no.4.

Consequently, there is no question of setting aside the initial grant of

the contract to respondent no.4 which was to be effective for a period

of three years from the date which the e-tendering solution became

operational. As would be noticed a little later, the e-tendering solution

became operational on 01.04.2005. Therefore, the initial contract

period of three years expired during the pendency of this petition on

31.3.2008. Consequently, its extension by two years i.e. upto

31.03.2010 and its amendment done on 22.05.2007 are aspects which

require our consideration. As the initial grant constitutes the bed-rock

of the extension and amendment of the contract, and one of the

primary challenge to the extension of the contract is founded upon the

alleged irregularity and illegality in the award of the initial contact, for

the limited purpose of examining the said challenge, we think it

necessary to examine the submissions of the petitioner to impugn the

initial grant in favour of respondent no.4.

13. First, we may note the submissions of Mr. V.P.Singh, Senior

Advocate for the petitioner with regard to the grant of the initial

contract to respondent No.4. Mr. Singh argues that the DGS&D did not

maintain any transparency while entering into a contract with the

respondent No.4. The guidelines and procedural safeguards, which

binds the respondent DGS&D were given a go bye. He relies upon the

General Financial Rules, 2005 to attack the initial grant as well as the

extension and amendment of the contract awarded to respondent

No.4. Rule 150 (i) provides that the method of invitation of tenders by

advertisement should be used for procurement of goods of estimated

value of Rs.25 Lacs and above. Advertisement in such a case should

be given in the Indian Trade Journal (ITJ) published by the Director

General of Commercial Intelligence and Statistics, Kolkata and at least

in one national daily having wide circulation. Rule 150 (ii) further

provides that an organization having its own website should also

publish all its advertised tender enquiries on the website, and provide

a link with NIC website. He submits that considering the fact that the

respondent DGS&D at the relevant time had about 10,000 suppliers of

goods and commodities, it was obvious that the transaction in question

for procurement of e-tendering solution and service was valued at well

above the amount of Rs.25 Lacs, since the revenue generation for the

service provider would be expected to run into crores of rupees.

Consequently, the RFP/NIT should have been publicized in at least one

national daily having wide circulation. However, this was not done by

respondents only with a view to favour the respondent No.4. In

support of this submission he relies on (2006) 13 SCC 382 "Nagar

Nigam, Meerut v. Al Faheem Meat Exports (P) Ltd. & Ors.". He

refers to the reply given by DGS&D to the queries of the petitioner

under the RTI Act. The petitioner had sought the names of all the

bidders who had participated in the tender process. To this, DGS&D

had replied by stating that "as the players in the field of e-tendering

were not fully known to DGS&D, initially an insertion was made in the

Monthly Bulletin of DGS&D for three months. Based on the request

made to M/s NASSCOM they circulated our requirements and provided

us with two lists containing (i) companies that make software packages

for Electronic Tendering (20 firms) and (ii) companies that have offered

to make customized solutions specially to suit our needs (52 firms).

On the basis of this information, 87 firms (72 firms provided by

NASSCOM and 15 firms noted from 1-15 July, 2000 issue of "Computers

Today") were addressed to furnish reply to a questionnaire to enable

us shortlist the firms meeting our requirements. Later four firms

namely Ms. ITI, M/s Electronic Tendering, M/s Commerce One India and

M/s Oracle India Ltd. were short listed who were provided with the

tender set. Out of these, three firms M/s ITI, Electronic Tendering, and

Commerce One participated in the two bid tender."

14. Mr. Singh submits that in case the respondent DGS&D was not

aware, as to who are the prospective service providers for e-tendering

solution, the natural and obvious thing for the DGS&D to do was to

give wide publicity in the media, including in national dailies to invite

all e-tendering solution providers. The reasons given by the DGS&D for

not doing so is wholly absurd. He also submits that the respondent

DGS&D chose to rely on a stale issue of "Computers Today" of 01st to

15th July 2000, even though the RFP was prepared and circulated

sometime in July 2001. Mr. Singh submits that for high value or

complex/technical project, Rule 152 of the General Financial Rules is

relevant and applicable and the same reads as follows:-

"Rule 152. Two bid system: For purchasing high value plant, machinery etc. of a complex and technical nature, bid may be obtained in two parts as under:-

(a) Technical bid consisting of all technical details alongwith commercial terms and conditions; and

(b) Financial bid indicating item-wise price for the items mentioned in the technical bid.

The technical bid and the financial bid should be sealed by the bidder in separate covers duly superscribed and both these sealed covers are to be put in a bigger cover which should also be sealed and duly superscribed. The technical bids are to be opened by the purchasing Ministry or Department at the first instance and evaluated by a competent committee or authority. At the second stage financial bids of only the technically acceptable offers should be opened for further evaluation and ranking before awarding the contract."

15. He submits that the RFP allegedly circulated by respondents 1

and 2 did not have a commercial bidding round or a competitive price

discovery procedure. The registration fee proposed to be charged by

the ASP from the registrant suppliers/bidders ought to have been an

essential factor in determining the value of the contract for the ASP.

He submits that in the present case, the value of the contract comes to

a staggering six crores per annum considering the fact that respondent

no.2 admittedly has about 10,000/- suppliers/bidders and the

ASP/respondent no.4 offered to charge Rs.6,000/- per annum for each

registration. The petitioner further states that even before the

contract in question was awarded to respondent no.4, various e-

tendering/e-procurement contracts had been awarded by various

government agencies throughout the country to the lowest technically

qualified/responsive bidder following a two bid process that included a

competitive commercial round. The petitioner has tabulated a sample

list of e-tenders/e-procurement contracts awarded by two bid tender

process in Annexure G which reads as follows:-

Name         of Year                   Winning Bidder     Financial Model
Customer        Tender/RFP                                (ASP         or
                released                                  License)
Government of 2002                     Respondent no.4 in ASP
Andhra Pradesh                         consortium
PWD-            2003                   Petitioner         ASP
Chhattisgarh
Northern        2003                   HCL                   ASP+License
Railway
PWD-Assam       2004                   Petitioner        in ASP
                                       consortium
Municipal      2004                    Wipro                 ASP
Corporation of
Delhi
BEST Mumbai    2004                    Petitioner      in ASP
                                       consortium
National               2005            Respondent no.4 in License
Informatics                            consortium
Centre
MPLUNL                 2005            Respondent no.4 in ASP
                                       consortium
Punjab    National 2005                Petitioner      in License
Bank                                   consortium



 Government of 2006                  HP                    ASP
Karnataka
Government of 2006                  Petitioner        in ASP
Chhattisgarh                        consortium
Government of 2006                  Petitioner        in ASP
Madhya Pradesh                      consortium


16. It is also submitted that the RFP does not even state the

criteria for award of the bid to the lowest responsive bidder, which is

required as per Rule 160(ix) of the General Financial Rules. The said

Rule reads as follows:-

"Rule 160(ix): Criteria for determining responsiveness of bids, criteria as well as factors to be taken into account for evaluating the bids on a common platform and the criteria for awarding the contract to the responsive lowest bidder should be clearly indicated in the bidding documents."

17. It is argued that contrary to the General Financial Rules and

the CVC directives, in the RFP/tender, respondents 1 and 2 stated in

clause 12.11:

"DGS&D is not bound to disclose the details of then evaluation process, evaluation criteria, or scores".

18. In response to the petitioner‟s query under the Right to

Information Act, respondent no.2 has stated that:

"Award to C1 India was made on the recommendation of the evaluation committee in terms of the RFP."

19. It is, therefore, argued that not only the RFP was in violation

of the GFR and the directives of the CVC, the same had been

deliberately constructed to ensure that no competitive bidding takes

place even if someone other than respondent no.4 were to bid for the

e-procurement contract. The RFP lacked transparency, economic

viability and legitimacy. The purpose was to favour respondent no.4 in

the distribution of the State‟s largesse.

20. Mr. Singh submits that as per Clause 12.11 of the RFP, there

was no commercial bid. However, respondent Nos.1 to 3 in their reply

to C.M. No.12417/2007 have stated "subsequently, the commercial bid

was open and, thereafter, negotiations were held and finally contract

was awarded to respondent No.4 at annual registration fee of

Rs.6,000/- per supplier". He submits that the stand of the respondent

authorities is unreliable and untrue and lacks transparency in the

manner in which the respondent No.4 was chosen for the purpose of

providing the e-tendering solution. Mr. Singh also referred to Office

Order No.44/9/03 dated 04.09.2003 issued by the Central Vigilance

Commission (CVC), Government of India. Paragraph 2 of this

communication reads:

"2. It should be ensured that pre-qualification criteria, performance criteria and evaluation criteria are incorporated in the bid documents in clear and unambiguous terms as these criterion very important to evaluate bids in a transparent manner. Whenever required the departments/organizations should have follow two-bid system, i.e. technical bid and price bid. The price bids should be opened only of those vendors who were technically qualified by the Deptt./Organisation. The Commission would

therefore advise that the Deptt./Organization may issue necessary guidelines in this regard for future tenders."

21. He submits that this requirement laid down by the CVC was

given a go bye by the DGS&D while floating the RFP and awarding the

contract to respondent No.4.

22. By reference to Clause 12.10 of the RFP, which lays down the

eligibility criteria for the bidders, and provides that "Only vendors with

an off-the-shelf Electronic Tender (E-Tender) application are eligible to

bid. The E-Tender application should be easy and ready to deploy with

a 5% to 10% customization. Bids for software development will not be

entertained.", Mr. Singh submits that the e-tender solution should

have been readily available with the ASP and the RFP contemplated

that only some amount of customization would be required, by the ASP

to meet the specific needs of DGS&D to make the same operational.

However, para (J) of the reply of respondent No.4 shows that the e-

tendering solution was not ready when it was granted the contract on

16.04.2004. In para (J) respondent No.4 states:

"J. ............... It is submitted that at the initial stage of any tender require specifically investment to meet the specific requirement of the client software and the software required is not "off the shelf" product and required specific in training, development, customization to meet the specific requirement of the customer. In the present case also certain gestation period was envisaged by the respondent no.1 to 3 and only thereafter it becomes operational......"

23. He submits that even though DGS&D has about 10,000

suppliers of products and commodities, only about 1200 had registered

with respondent No.4 up to March 2007. This shows that the e-tender

solution developed by respondent No.4 was entirely developed only

after the award of the contract to it on 16.04.2004.

24. He also relies on the acknowledgment in the amended

contract granted to respondent No.4 dated 22.05.2007, that the e-

tendering solution provided by respondent No.4 became fully

operational on 01.04.2005. On this basis he argues that the initial

award of the contract in favour of respondent No.4 itself was illegal.

He submits that when the initial contract period itself was only three

years, customization period could not have been such a high fraction

thereof i.e. one year or 33%.

25. Mr. Singh points out that the stand of the respondent Nos.1 to

3 in reply to C.M. No.12417/2007, inter alia, is that the terms and

conditions of contract with respondent No.4 did not envisage transfer

of technology (e-tendering solution software) to DGS&D. Even before

respondent No.4 undertook the work of customizing its tendering

solution software for DGS&D, various related software modules had

already been developed by NIC officers attached to DGS&D.

Respondent No.4 was only required to customize their software so that

the integration was possible with the DGS&D‟s existing software.

Consequently, there was no justification for the respondent no. 4 to

take nearly a year to make the e-tendering operational.

26. Mr. Singh submits that DGS&D has violated its own purchase

manual. Clause 8.1 of this Manual deals with the methods of purchase

by DGS&D of articles and commodities. The same can be done by

invitation of tenders by (a) advertisement, (b) limited tender (c) single

tender. It states that invitation to tender by advertisement should be

used as a general rule, in all cases. This may be dispensed with by a

competent purchase officer, as an exception to the general rule; for

reasons to be recorded and in its place any other recognized mode of

purchase may be adopted as may be warranted by the circumstances

of the case. Where the estimated value of demand is Rs.2 Lacs and

above, as a general rule Advertise Tender Inquiry (ATI) should be

followed. The method of limited tender inquiry could be adopted only

in cases where the estimated value of the orders is less than Rs.2 Lacs.

In other cases where the estimated value is more than Rs. 2 Lacs, the

method of limited tender inquiry may also be adopted in the following

situations:

"(a) When sufficient reasons exist which indicate that it is not in the public interest to call for tenders by advertisement. In every such case the reasons must be recorded.

(b) When the indenting officer certifies that the demand is urgent and any additional expenditure involved by the elimination of open competition must be incurred. In all such cases the Identing Officer must place on record the nature of urgency and why the

demand could not be anticipated.

(c) When the source of supply are definitely known and possibility of fresh source beyond those being tapped is remote. In all such cases approval of the competent authority to dispense with advertisement should be taken."

27. Mr. Singh argues that none of the above conditions were

satisfied in the facts of this case. Therefore, it was wholly

impermissible for the respondent DGS&D to have violated the

guidelines in its own manual, and in a most casual and informal

manner to have contrived to limit the competition by keeping out all

other service providers, who were in a position to offer e-tendering

solution and service to DGS&D.

28. By reference to Clause 9.20 of the DGS&D manual, he submits

that the offer made by the respondent No.4, in any event, could not

have been entertained since there was lack of competition, as the

number of acceptable offers was less than three. The said clause

reads:

"9.20 LACK OF COMPETITION

Lack of competition exists if the following factors intervened;

              a)     Number of acceptable offers are less than
              three;

              b)   Ring prices have been quoted by all the
              tenderers (Cartel formation);

              c)    The product of only one manufacturer has been

offered by all the tenderers irrespective of number of quotations;

d) Store under purchase is chronically in short supply against which a number of acceptable offers never exceed two."

29. He further submits that the material terms of the RFP were

altered at the time of the award of the contract to respondent No.4.

Clause 3.1 of the RFP, which dealt with the revenue model, inter alia,

provided that:

 A transaction fee shall be charged from the suppliers by DGS&D.

 Suppliers will be charged a nominal amount for registration on the portal.

 A nominal amount will be charged to the suppliers as the tender cost.

These revenues will be collected by DGS&D on behalf of the service provider. The revenues will be transferred by DGS&D to the service provider.

Clause 12.26 of the RFP further provided:

Additionally, the Vendor will be required to enter into a Service Level Agreement (SLA) with DGS&D: the exact terms and conditions of which are to be discussed and mutually agreed upon at an appropriate time.

30. However, when the contract was eventually awarded to

respondent No.4, the aforesaid terms were materially altered and the

contract provided that respondent No.4 shall directly charge the

annual registration fee from the suppliers/bidders. Reference is made

by the petitioner to the notification put up by respondent No.4 on its

website which deals with the procedure for enrolment of the

suppliers/bidders of respondent No.2. The same provides that

payment in form of demand draft has to be made in favour of

respondent No.4. The petitioner further states that no service level

agreement appears to have been executed between respondent Nos.2

& 4 in breach of the terms of the RFP. Failure to enter into such an

agreement means that there is no binding obligation on the part of the

respondent No.4 to guarantee the provision of a minimum quality of

service and there is no provision for aspects such as "minimum

uptime", resources and support to be provided, software and hardware

performance standards to be adhered to, penalties for breach of

service levels etc. It is a standard requirement in such contracts to

address these and other aspects, safeguard the interests of the

customers. The petitioner submits that the contract has been tailor

made only to promote the interests of respondent No.4 and the

interests of respondent No.2 have been a completely forgotten.

31. The petitioner submits that such e-tendering/e-procurement

software solution and service contracts were not unknown even at the

time when respondent No.2 awarded the contract to respondent No.4.

It cannot, therefore, be said that respondent No.2 was not aware of the

terms and conditions that it ought to have set out in the contract to

safeguard its own interest. In any event, respondent No.2 ought to

have structured the contract to safeguard the interest of the

Government and the public. He submits that in such like contracts

revenues are first paid to the Government agency, who in turn releases

the same to the ASP, or it is held in an escrow account and then

released, or the same is released on certain milestone based

instalments, or over a period of time. This is to ensure that the ASP

fulfills its continuing and ongoing obligations under the contract and

meets the minimum acceptable service levels that are set out in the

contract.

32. The petitioner further points out that the performance

security for the contract in question was fixed at only Rs.50,000/-

against expected revenue of the ASP of Rs.6 crores per annum,

considering the fact that the respondent had 10,000 suppliers/bidders

who were dealing with respondent No.2 for various articles and

commodities procured by it and respondent No.4 was permitted to

charge Rs.6,000/- per annum towards annual registration fee. As per

Rule 158(1) of the General Financial Rules, the performance security

should be for an amount ranging between 5% to 10% of the estimated

value of the contract, which in the present case ought to have been

Rs.30 Lacs to Rs.60 Lacs per annum.

33. Now we summarize the submissions of Mr. Singh in support of

his challenge to the extension and amendment of the contract in

favour of respondent No.4 on 22.05.2007. Mr. Singh submits that the

contract entered into on 16.04.2004 with respondent No.4 by the

DGS&D was limited in its scope i.e. for providing e-tendering solution

and services to enable DGS&D to procure supplies of various articles

and commodities by it. Mr. Singh submits that the stated object of the

RFP circulated by the respondent DGS&D was to streamline and

automate its tendering process by introducing electronic tender (e-

tender) process. To achieve this objective, DGS&D desired to utilize

new technologies and applications to create a suitable e-tendering

solution to meet its requirements. The intention of DGS&D was to

implement e-tendering solution, which could be utilized by its zonal

offices across India. Mr. Singh emphasizes that the object of the RFP

was not to enable the successful tenderer to market its e-tendering

solution with active support and backing of DGS&D to other

organizations and procurement agencies like the DGS&D. Reference in

this regard is made to clause 2.1 of the RFP circulated by the DGS&D,

which reads: -

"2.1 Objective:

The objective of DGS&D Electronic Tender (E- Tender) initiative is to streamline and automate it's tendering process to build efficiencies in the process and cut down on the total time to tender and build a database of supplier bids for data mining & trend analysis by utilizing leading procurement practices. In order to achieve the objective, DGS&D desires to utilize new technologies and applications to create a suitable E-Tender solution that meets their requirements

DGS&D intends to implement an E-Tender solution, which can be utilized, by its zonal offices across India."

34. The scope of work reflected in the RFP that the ASP was

expected to provide, inter alia, reads as follows:-

"SCOPE OF WORK

The ASP needs to procure, design, customize and implement the E-tender solution as per the requirements of the DGS&D.The required specifications for the proposed solution are detailed in this document. The ASP is required to procure and install all hardware, networking and communications equipment necessary to operate the market place at his end........"

35. However, by the impugned extension and amendment of the

contract, a completely different contract has been entered into

between the DGS&D and respondent No.4 whereunder respondent

No.4, with the active participation and support of DGS&D and under

the banner of DGS&D is enabled to offer its e-tendering software

solution and service to other agencies like DGS&D, State Governments

and Public Sector Undertakings. Clause 4.1.1(i) of the amendment

dated 22.05.2007 provides that:

"DGS&D will extend its e-procurement platform to Government Organizations for their procurement activities, publication of tender notices, publication of tender enquiries, bid submission, bid opening, bid evaluation and award of tender/contracts for goods/materials/works/services etc. required by them. C1 India will extend full support both with regard to customization of software, developing full functionality of e-tendering and e-procurement beginning from publication of tender notice till award of contract. In case, additional functionalities are required, these would be finalized by mutual discussions on case to case basis. DGS&D shall not pay C1

India for undertaking development and operationalization of e-procurement platform as described above. C1 India, however, will charge registration/subscription fee from the Vendors as per agreement."

36. Mr. Singh argues that it is not the function of the DGS&D to

itself enter into commercial contracts for the purposes of marketing its

products. In fact, the e-tendering solution being provided by

respondent No.4 is not even a product of DGS&D. It is, therefore, a

misnomer to say that DGS&D is extending its e-procurement platform

to Government organizations. In fact, DGS&D is merely a front which

is being exploited for marketing the e-tendering solution and service of

respondent No.4, and the real beneficiary in this process is respondent

No.4 and none else. DGS&D is exploiting the fact that it is a central

purchase organization of the Government of India and a procurement

specialist and that it has the mandate to offer its own services to

Government agencies to assist them in their procurement activities.

Respondent no. 2 is, in fact, trying to provide backdoor empanelment

for respondent no. 4, on the lines of an exclusive monopoly rate

contractor/registered supplier, to all the Ministries and Departments of

the Central and the State Governments, at exorbitant annual

registration fee, without resort to competitive bidding or open

tendering process. DGS&D is also taking advantages of Rule 147(1) of

the General Financial Rules which provide that other Government

agencies may avail of the rate contracts with the registered suppliers

of DGS&D without inviting their own tenders. By now claiming

ownership of the software, (which is untrue), under the amended

contract, DGS&D is now seeking to market the e-tendering software

solution and service of respondent No.4 to the bidders/suppliers of

other organizations who may be compelled to adopt the e-tendering

solution of respondent No.4. Reference in this regard is made to the

response of respondent No.2 in response to RTI application made by

the petitioner. DGS&D has, inter alia, stated:

"DGS&D may extend the e-procurement/e- tendering platform to other departments."

"DGS&D platform can be utilized by other Government Organization in terms of Ministry of Finance instructions."

37. The petitioner refers to an Office Memorandum dated

10.01.2007 issued by the Ministry of Finance, Department of

Expenditure, on the subject: Introduction of Mandatory e-procurement

which, inter alia, provides:

"In respect of all goods covered under the rate contracts (RC) concluded by the Director General (Supplies and Disposal) (DGS&D), the Ministries should commence placing orders through the website of DGS&D as soon as feasible. This practice would become mandatory for supply orders to be placed w.e.f. April 1, 2007. DGS& D is making all necessary arrangements for assisting the procurement officials in this regard and they would be issuing more detailed guidelines in this matter."

38. Mr. Singh submits that the respondents have deliberately

misrepresented the scope of the Office Memorandum dated

10.01.2007. He submits that the true interpretation of the said O.M. is

that the Government departments should approach the DGS&D where

they wish to procure items which are covered by rate contracts.

However, where other goods or services are required to be procured by

other Ministries/Departments they should make their own

arrangements. He specifically makes reference to Clause (viii) and (ix)

of the said Office Memorandum which read as follows:

"viii. Both the Director General (Supplies and Disposal) and the Director General, National Informatics Centre have volunteered to assist the Ministries/Departments in e-procurement in respect of items not covered under the rate contract. Both the organizations are creating help desks and nominating nodal officers and detailed operational guidelines from them are under issue.

ix. Additionally, Ministries and Departments with sufficiently large procurements can develop or procure and customize their own platforms for e-procurement which should conform to the requirements spelt out in the Detailed Project Design Guideline (referred to at Para 4 above)."

39. He further submits that said Office Memorandum also

provides in Clause (IV) that the common regulatory framework with

decentralized procurement as provided by the General Financial Rules,

2005 has to be maintained.

40. He submits that the respondent authorities are seeking to

nominate respondent no.4 as the ASP for providing the e-procurment

system to other government organizations/PSUs. It is argued that if

respondent No.4 is interested in offering its e-tendering solution

services to any other organization/State Government, it could do so on

its own since it had developed its own e-tendering solution software.

There is no necessity or justification for DGS&D to throw in its weight

behind respondent No.4, and by doing so respondent No.4 is being

given preferential treatment by DGS&D. Mr. Singh further submits that

if the DGS&D were desirous of offering an e-tendering solution to other

government organizations, it should have given other contenders, like

the petitioner, a chance to participate by inviting tenders. The

petitioner is also an established e-tender solution service provider and

its services are being offered by the petitioner at much lower rates

than that being charged by respondent No.4. It is also argued that the

attitude of the DGS&D of not showing any concern with regard to the

charges being levied by respondent No.4, on the ground that it does

not cost DGS&D whatever be the annual charges levied by respondent

No.4 is to be deprecated. Firstly whatever costs are incurred by the

suppliers of goods and commodities, inter alia, towards

subscription/registration charges to the ASP are added on to the costs

of the commodities/articles offered to the DGS&D or Government

organizations, who invite e-tenders. Secondly, it is argued that the

respondent DGS&D being a public body cannot shut its eyes to the

facts that e-tendering solutions are being offered on much lower and

highly competitive rates, even when the number of registrants is not

comparable to the registrants with DGS&D. In matters of grant of state

largess, the State is obliged to ensure a level playing field and also to

maintain complete transparency. The petitioner has placed on record

the communication dated 19.04.2007 issued by the DGS&D to the

Director, Information Technology, Chandigarh Administration, offering

the DGS&D e-tendering platform. The said communication reads as

follows:

"This is to inform that Ministry of Commerce & Industry/DGS&D has been declared as nodal department for E-procurement under integrated services category of Mission Mode Projects identified by Govt. of India.

2. A copy of officer memorandum No.8(5)/E.II(A) 2006 data 05.07.2006 from ministry of finance dept of expenditure is enclosed for information with respect to threshold limit to be fixed by your organization for initiating E-procurement.

3. Please find enclosed the Annexure A contains a brief note about the DGS&D Platform for e-procurement/e-tendering. The platform will be made available to intending users on a nominal charge, details of which are at Annexure B.

4. A copy of the draft MOU to be signed between DGS&D and Chadigarh Administration is enclosed for perusal and examination.

This is without any commitment as to the outlined terms and conditions at present."

41. Annexure-A to this communication contains the brief note

including conditions. This brief note states that the e-tendering

platform being offered by the DGS&D is designed and developed by

the ASP i.e. respondent No.4 nominated by DGS&D "exclusively for

DGS&D". He points out that the e-tendering platform which the

DGS&D sought to offer is not even owned by it. The ownership in the

said platform/e-tendering solution software resides in respondent No.4.

Annexure-B to this communication contains the fee/charges for

utilizing "DGS&D e-procurement/e-tendering platform". Apart from the

nominal fee being charged by DGS&D, Annexure-B records that the

bidders who are not registered with the nominated ASP i.e. respondent

No.4, will have to pay an annual transaction fee of Rs.6,000/- to the

ASP. Mr. Singh submits that from the aforesaid it is evident that the

respondents are deliberately misrepresenting to other government/

government agencies/PSUs with a view to convert the e-tendering/e-

procurement software solution of respondent No.4 into a rate contract

product to be exclusively obtained only from respondent No.4 on a

deliberate misreading of the aforesaid office memorandum dated

10.01.2007.

42. The petitioner submits respondent No.4 itself has been

awarded procurement contract by a State Government PSU, called

Madhya Pradesh Laghu Udyog Nigam Limited (MPLUNL). This

organization establishes rate contracts for the Government of Madhya

Pradesh, in particular when dealing with the small scale industries

sector. MPLUNL performs functions similar to respondent No.2,

DGS&D, however, on a much smaller scale and limited to the State of

Madhya Pradesh. The contract was awarded to respondent No.4 on

the basis of a competitive two bid process, wherein respondent No.4

had bid Rs.800/- per supplier per annum as its registration fee

compared to the fee of Rs.6,000/- per supplier per annum permitted to

be charged by respondent No.2 under the impugned contract.

Moreover, the contract with MPLUNL provides that respondent No.2

can, at most, earn revenue of Rs.33,80,000/- in a year and any

additional revenues flow into the coffers of MPLUNL. However, there is

no similar provision in the impugned contract between respondent

Nos.2 and 4 and the entire revenue collected on account of annual

registration fee is appropriated by respondent No.4. The aforesaid

brings out a clear disparity between the market rates for provision of

such like services and those being charged by respondent No.4 due to

the discriminatory, arbitrary and illegal connivance of respondent No.2.

He submits that respondent no. 4 did not furnish the aforesaid material

information to respondent no. 1 to 3 at any point of time much less

when the said respondents purported to take a decision to extend the

term of the contract by two years. This is evident from the reply given

by respondent nos. 1 to 3 to the petitioner‟s application under RTI Act.

He makes reference to the replies furnished by respondent nos. 1 to 3

on 11.05.2007 and in particular to the reply to query at Serial No. 4 (d)

to 4 (f) which reads:

(d) Whether DGS&D is aware that several government No. departments and/or PSUs in India operate on a similar "no-cost basis" model for their e-tendering/e-

procurement services and have obtained prices through competitive tenders at rates substantially lower than being charged to DGS&D supplier by M/s.

C1 India?

(e) Whether DGS&D is aware that in November 2005 No. M/s C1 India was awarded similar e-procurement contract tendered by Madhya Pradesh Laghu Udyog Nigam Ltd ("MPLUNL"), which is the Stores Purchase nodal agency of the State Government of Madhya Pradesh?

(f) Whether DGS&D is aware that M/s C1 India quoted No. Rs. 800/- as the annual fee to be paid by suppliers of MPLUNL to C1 India, which is 1/7th the fee charged to DGS&D suppliers, despite MPLUNL handling a fraction of the procurement that DGS&D does and having a fraction of the registered suppliers compared to DGS&D.

He submits that the decision to extend the contract is, therefore,

mindless.

43. Reference is made to DGS&D Manual (effective from

01.10.1999). Chapter 1 which deals with organization and structure

defines the scope and functions of DGS&D. Clause 1.2 (i) is relied

upon which reads as follows:

"1.2 SCOPE AND FUNCTIONS: Directorate General of Supplies and Disposals is entrusted with the responsibility of;

(i) Purchase and or/inspection of stores for Central Government Ministries/Departments including their attached and subordinate offices and Union Territories other than the items of purchase and inspection of stores which are delegated to other authorities by general or special order. With implementation of decentralization policy, procurement against adhoc indents was transferred from the DGS&D to the indenting Ministries/Departments and procurement of common user items on Rate Contract basis continues to be done by the DGS&D."(emphasis supplied)

44. Mr. Singh submits that even according to respondents 1 to 3,

respondent No.4 was selected as the ASP on the basis of an "adhoc

tender". He submits that with the implementation of the

decentralization policy procurement against adhoc indents stands

transferred from DGS&D to the indenting Ministries/Departments. He

argues that since the contract was awarded on adhoc basis, there is no

justification for the respondent DGS&D to promote the interest of

respondent No.4, which had been selected only through an adhoc

tender. He submits that the contract between respondent no.s 2 and 4

is not a rate contract. But even in respect of rate contracts established

by respondent no.2, it is obliged to provide a choice of suppliers for

rate contracts for limited period of 1 to 3 three years, which may be

availed of by all other ministries/agencies through limited tender

enquiry. He places reliance on Rules 142(I), 142(III) and 160 (xiii) of the

GFR and submits that the General Financial Rules do not envisage

giving a monopoly to any one supplier for a particular rate contract.

The endeavour of respondent Nos.1 and 2 to empanel respondent No.4

as an exclusive "rate contractor" of DGS&D would, therefore, be illegal.

He further submits that there is no provision either in the original RFP

or the contract for:

"(i) empanelling or otherwise establishing Respondent no.4 as a "registered supplier" within the meaning of Respondent No. 2‟s legislative/legal mandate as well as the General Financial Rules.

(ii) extending the E-Tendering system of Respondent No.2 (provided for by Respondent No.4) to other agencies of the Government/State Governments/PSUs.

(iii) granting a monopoly status to Respondent No.4.

(iv) allowing or permitting Respondent No.4 to obtain contracts without tender from other

Government agencies by misrepresenting its so-called „empanelled‟ status with Respondent No.2."

45. Mr. Singh has also relied upon a memorandum of

understanding dated 12.07.2007 entered into between M/s Balmer

Lawrie & Co. Ltd. and DGS&D, placed on record along with C.M.

No.5651/2008. He submits that a perusal of the MOU would show that

DGS&D has taken upon itself practically all the obligations to be

performed thereunder and the respondent No.4, the ASP, has been

relegated to the background. The lion‟s share of the consideration to

be paid by M/s Balmer Lawrie & Co. Ltd. is to be pocketed by the

respondent no.4 at the rate of Rs.6,000/- per registrant He further

argues that the said MOU has been entered into for a period of 5 years

beginning July, 2007, which makes the same valid uptil 2012. The

contract between the DGS&D and respondent No.4 itself is not even

valid for that period. This, according to him establishes the bias in

favour of respondent no.4 and demonstrates the intention of

respondent no.2 to perpetuate and promote the interest of respondent

no.4. Mr. Singh submits that by using aforesaid modus operandi in fact

Balmer Lawrie & Co. which is a public sector undertaking has entered

into a contract with respondent no. 4, primarily for the benefit of

respondent no. 4 without even going through the transparent

mechanism of notifying tenders and permitting the public at large to

participate in that process. Similarly, by using the façade of DGS&D,

respondent no. 4 is seeking to enter into similar contracts with other

Government/semi-Government entities and PSUs while keeping out the

competition at exorbitant rates. He submits that the initial period of

the contract was three years, though extendable by two years, and the

initial period was since long over. He submits that the respondents are

falsely claiming that the e-Tendering procurement solution provided by

respondent no. 4 became operational only w.e.f. 01.04.2005 by

reference to the news report published in business line on 29.09.2004.

It is stated that the e-procurement solution of respondent no. 14 had

gone live on or about the said date. The gist of the news report reads

as follows:

"C1 India goes live with e-tendering platform

Our Bureau

NEW DELHI: E-Procurement solutions provider C1 India, said it has gone live with the e- procurement platform of Directorate General of Supplies and Disposals (DGS&D).

"The platform will allow DGS&D to raise public tenders and streamline purchase processes using a Web-enabled platform,"

The URL of the site is dgsnd.govtprocurement.com"

46. He further submits that even if the stand of the respondents

that the e-Tendering solution became operational w.e.f. 01.04.2005 is

accepted, the period of 3 years expired on 31.03.2008. Instead of

inviting a fresh tender for the purpose of selecting a more competitive

service provider, DGS&D has not only sought to extend the term of the

contract, but also to enter into an amended agreement whereunder it

is acting as the marketing agent of respondent No.4 to sell the e-

tendering solution of respondent No.4 to other procurement agencies

throughout the country. In this manner, the DGS&D is giving a huge

unfair advantage to respondent No.4 exclusively. He submits that the

extension of the contract period could not be automatic. The same is

dependent on the performance of the service provider. The reasons

for extension of the contract should be available on the concerned file

of the Government. There has to be a positive act of extension with

due application of mind to the issue, whether a case for extension is

made out or not. As a matter of fact, there is no communication issued

by the Government extending the period of the contract during its

original period of currency i.e upto 31.3.2007. He also argues that

factors such as the rapid growth in the field of e-tendering solution, the

emergence of other entities offering the same solutions/services and

the rates at which such solutions/services are being offered by other

competitors should have gone into the decision making process while

considering the issue whether extension of contract of the petitioner

for two years should be granted or not. However, the respondent

authorities have deliberately shut their eyes to this reality. In support

of the aforesaid submission, Mr. Singh also relied on AIR 2001 SC 3887

"Union of India & Ors. v. Dinesh Engineering Corporation &

Anr." Lastly, the petitioner has sought to throw doubts on the claim of

the respondents that the amendment agreement was executed on

22.5.2007. The petitioner submits that on 29.6.2007 before the C.I.C,

the DGS&D had undertaken to supply to the petitioner all the

agreements it had executed with respondent no.4. On 13.4.2007,

DGS&D provided the petitioner with the original agreement, but not

the amendment agreement purportedly executed on 22.5.2007. It is

submitted that had the said agreement been in existence, the same

would have been provided to the petitioner.

47. The stand of respondent nos. 1 to 3 in their counter affidavit is

that a high level committee was constituted for the guidance of

DGS&D at various stages in development of software and providing the

network to connect various offices of DGS&D and the suppliers. This

committee included Professor Anshul Kumar, IIT, Delhi, Dr. Gulshan

Rai, Director ERNET, Dr. Mukul Sinha, M.D., Expert Software

Consultant. It is stated that at the relevant time the concept of e-

Tendering was relatively new and not many firms were known to have

been successful in that field. With a view to tap all the firms in the

field of development of software and considering the sensitivity of e-

tendering system, a letter was written to NASSCOM on 29.5.2001 since

NASSCOM has the membership of most of the firms engaged in the

development of software. NASSCOM circulated the requirements of

respondents 1 to 3 to its member firms and sought their response.

After obtaining the responses from the companies and going through

the brochures submitted by the companies, NASSCOM furnished the

following two lists of firms.

(i) List of companies that make the software packages

for electronic tendering.

(ii) List of companies that offered to make customize solution

to the needs of the DGS&D.

48. There were in all 72 firms details of which were provided by

NASSCOM. The list covered all regions of India. In the list of

NASSCOM, top software companies including IBM, WIPRO, INFOSYS,

SATYAM computers and others were included. Additionally, DGS&D

also made its independent endeavors to find out prospective

companies in the similar field through references and computer

magazines. Fifteen firms were identified on the basis of list of firms

noted from the magazine "Computer today" issued for period 1-15 July

2000. Letters were issued to the 87 firms to obtain their suggestions

for e-tendering module. In response thereto, 17 firms gave their

proposals. On the basis of this preliminary discussions, 4 firms were

selected for the final tendering process to draft the specifications,

tender requirement and questionnaire, a committee was formed which

was assisted by a consultant. A pre-bid conference meeting was held

with the above firms on 14.1.2003 followed by another meeting on

13.2.2003. On the basis of the feed-back received during the

discussion in the meeting, the draft bid document was modified.

Thereafter, the decision to invite bids under the two bids system was

arrived at. The technical bid was opened on 17.3.2003 and the

evaluation process was carried out on 28.3.2003 and 4.4.2003 which

was followed by mock trial on two days during the month of June 2003.

On scrutiny, respondent No. 4 was found to be only company who

fulfilled the eligibility criteria as envisaged in the tender inquiry.

Commercial bid was opened and after negotiations the contract was

awarded to respondent No. 4 at annual registration of Rs.6000/- per

supplier. Therefore, the tender was awarded by following procedure,

and there was no illegality. It is also submitted that while the

answering respondent had initiated the process of identifying the

suppliers of E-tendering solution in February 2001 itself, the Petitioner

had developed its software only in December 2002 and therefore was

left out.

49. It is submitted that contract had been awarded to respondent

no.4 for a period of three years, further extendable for a period of two

years in terms of tender document. The period of contract was to be

reckoned from the date the e-Tendering process became fully

operational for one product/item, which in this case was 01.04.2005.

The respondents further submit that the period of the contract is five

years, with a review after three years from the date the e-tendering

becomes fully functional. DGS&D had stipulated a period of three

years initially to watch performance of respondent No.4 before a

decision for extension could be taken in this regard. The performance

of C1 has been considered as satisfactory and, therefore, DGS&D is

inclined to allow the agreement to run for the stipulated period of five

years. The period of contract entered into by the petitioner with the

Government of Chhattisgarh is also for five years. The security audit of

the e-tendering platform offered by respondent no.4 has been done by

an independent agency namely STQC (Software Testing & Quality

Control) under Ministry of Information Technology in 2004 before

operation of the e-tendering system. Further, security audit has been

undertaken by STQC during 2008. As per clause No.(x) of DGS&D

amendment letter dated 22.05.2007, respondent no.4 is obliged to get

DGS&D e-Procurement platform audited for security by STQC every

year.

50. The respondents state that the RFP was a preliminary

document on which the internal discussions were held and relevant

changes were incorporated. In this document the respondents had

stated that the e-Tendering application (software) should be ready to

deploy with 5% to 10% customization. However, in the Tender

Enquiry, which was finalized on 14.01.2003, and circulated on

11.02.2003, clause for readiness to deploy the application with 5% to

10% customization had not been included.

51. The respondents also state that the tender in question was

not a Rate Contract (RC) tender, but an adhoc tender to select as ASP

for providing e-tender solution to DGS&D. The contract between

DGS&D and respondent No.4 is not a rate contract. To meet the

allegations about non-compliance of GFR in the process of awarding

the contract to respondent No.4, the respondents state that there is no

cost to the DGS&D for inviting the tender, apart from stating that the

GFR came into force in 2005 and are not applicable for purchase of

service only. To meet the allegations of non-compliance of the

DGS&D‟s own manual, it is stated that the same is applicable to award

of rate contracts, and not to award of the contract in question.

52. It is pleaded that it has taken considerable time since the

initiation of the tendering process, to arrive at a module and stabilize

the platform for the e-tendering solution, and a change in the ASP will

adversely effect the working of the e-procurement system.

Submissions of respondent No.4

53. Respondent No.4 firstly states that the present petition

deserves to be dismissed on account of delay and latches. The

process for the tender in question was started in the year 2001. This

writ petition is filed on 06.09.2007. No cogent explanation has been

furnished by the petitioner for the belated filing of the petition.

54. It is also submitted that the petitioner has no locus standi to

challenge the award of the contract to respondent No.4 as they were

not party to the tendering process at the initial stage. The petitioner

company came into existence only in December 2002, whereas the

tender process started on 19.04.2001. It is submitted that the term of

the contract was five years, split into 3+2 year mode. The period

commenced only upon the e-tendering process becoming fully

operational for one product item. According to respondent no.4, the

said period has not yet begun to run. In any event, the e-tendering

service became fully operation on 01.04.2005. Respondent No.4

submits that respondent Nos.1 to 3 have found the services of the

petitioner to be satisfactory, and there is no ground not to extend the

period of the contract upto 31.03.2010 on the same terms and

conditions as nothing further was left to be negotiated. It is submitted

that since the initial contract was not challenged in the first three

years, the petitioner has not right to challenge its extension for two

years, which is in terms of the original contract.

55. To justify the initial award of the contract to it, respondent

No.4 seeks to rely upon the stand of respondent Nos.1 to 3 and upon

the involvement of various experts and high ranking officers in the

high level committee which found only the petitioner suitable for award

of the contract.

56. According to respondent no.4, even the initial contract was

wide enough in its scope to include the offering of its software and

service to other government/semi-government organizations and

PSU‟s, and the amendment is only clarificatory. Respondent No.4

submits that even in the initial contract, clause 1.1.2 of the

Specifications and Technical Requirements provided that the software

should support multiple agencies i.e. multiple purchasing organizations

with separate work flows and administration modules which should be

configurable. Clause 1.1.3 of the Specifications and Technical

Requirements further provides:

"The solution should support sectionwise/ datewise/office wise/organization wise reporting structure."

57. Reliance is also placed on clause 1.1 of the "Terms and

Conditions" of the contract which provides that respondent No.3 is the

exclusive agency entrusted with the responsibility of providing

procurement and inspection support to the:

A. Central Government Departments and their attached &

subordinate offices;

B. Union Territories;

C. State Govt.

D. Public Undertakings and

E. Others-viz Autonomous bodies, Quasi Public bodies, etc. who

desired to avail its services for variety of items required by them.

58. Therefore, it is argued that there is no change in the scope of

the original contract. DGS&D is merely fulfilling its responsibilities of

providing procurement support to the various government

departments & other autonomous bodies. If in that process, along with

the other softwares/programmes, the software and service of the

petitioner comes to be adopted by other agencies, no objection can be

raised by the petitioner, who is a competitor. It is further submitted

that the amendment dated 22.5.07 is only an enabling contract which

obligates respondent no.4 to provide its services and software to the

various other bodies, State Govt. etc. with whom DGS&D enters into

contract. Respondent No.4 denies the charge that respondent Nos.1 to

3 are supporting a monopoly in favour of respondent No.4. With

regard to the contract with MPLUNL, respondent No.4 states that it is

charging Rs.1990/- plus other charges from the registrants. The scope

of work in the two organizations viz. DGS&D and MPLUNL is different,

as the work of DGS&D is more voluminous. It is lastly contended that

this Court should exercise restraint in interference with the contract

which the Government has entered into in exercise of its executive

power. The contract has been entered into through a process of

negotiation through several tiers and decision has been made

qualitatively by experts. The Government enjoys freedom of contract

and that freedom ought not to be curtailed easily. It is submitted that

the present petition is an abuse of the process of this Court and should

be dismissed with costs. Reliance is placed on Master Marine

Services (P) Ltd. V. Metcalfe & Hodgkinson (P) Ltd & Anr, (2005)

6 SCC 138.

59. It is also stated that it is not mandatory for other Government

agencies to avail of the e-tendering process of DGS&D and the OM

dated 10th January 2007 has been misread. The DGS&D is only seeking

to provide assistance to the other agencies in the e-procurement

process until the time they are able to have their own arrangement.

Discussion on Merits

60. The respondent DGS&D issued the Request For Proposal for e-

tender software solution system. The purpose of issuance of the RFP,

as the name itself suggests (and as evidenced from its objective stated

in Clause 2.1 of the RFP), was to make known to all concerned that the

respondent DGS&D has set out to introduce e-tender initiatives to

streamline and automate its tendering process to build efficiencies and

cut down on the total time to tender, and build a database of suppliers

bids for data mining and analysis by utilizing leading procurement

practices. DGS&D stated that to achieve the aforesaid objective it

desired to utilize new technologies and applications to create a

suitable e-tender solution that meets its requirements. It further

stated that it intended to implement the e-tendering solution so that

the same could be utilized by its zonal offices across the country. The

scope of work that the proposed tenderers were expected to perform

was also delineated in Clause 4.0 of the RFP. The eventual bidders

were expected to procure, design, customize and implement the e-

tender solution as per the requirements of the DGS&D. The required

specifications in the proposed solution were detailed in Clauses 5.0 to

11.0 of the RFP. The eventual service provider was expected to

procure and install all hardware, networking and communications

equipment to operate the market place. The key services expected

from the service provider were also set out in Clause 4.1 of the RFP.

The RFP also indicated the business model that was proposed to be

adopted. In Clause 3 of the RFP, it was stated that the business model

for the e-tendering portal would be Application Service Provider (ASP)

based. The revenue model was also explained in Clause 3.1 of the

RFP.

61. From a reading of the RFP it is evident that the same was not,

and was never intended to serve as a notice inviting tender. The

purpose of issuance of the RFP was to get the interested entities to

interact for evolving the acceptable terms and conditions, standards

and specifications for eventually formulating the Notice Inviting Tender

for procuring e-tender solutions. The purpose was to invite the

interested and competent entities to come forward to inform and

educate the DGS&D about what to expect from the bidders and to

enable the DGS&D to formulate detailed specifications. It was really

to enable the DGS&D to learn as to what are the practices in the field

of e-tendering solution, the possibilities and limitations in the e-

tendering solution system and other relevant information, so that the

specifications on which the notice inviting tenders would eventually be

issued, could be evolved. This is also evident from the counter

affidavit of respondent nos.1 to 3. In their counter affidavit they have

stated in para 3:

"It is submitted that Request for Proposal (RFP) was a preliminary document on which internal discussions were held and relevant changes were incorporated resulting into the elaborate Tender Terms and Conditions document. The RFP, therefore, cannot be taken as complete tender document."

62. The manner in which the RFP was circulated amongst the

concerned entities and software solution providers by the DGS&D

appears to be rather curious and unconventional. According to the

respondent, the concept of e-tendering was relatively new and there

were not many firms known to have been successful in that field. The

respondents have stated that with a view to tap all the firms in the

field of development of software and considering the sensitivity of e-

tendering system, a letter was written to NASSCOM on 29.05.2001 to

elicit the names of the firms involved in the filed of offering e-tendering

system. NASSCOM apparently provided a list of 72 firms. DGS&D

claims to have also made its independent endeavours to find out

prospective companies on the basis of list of firms noted from a

magazine "Computer Today", issued from the period 1st to 15th July,

2000. It is stated that 87 firms were issued letters to obtain their

suggestions for e-tendering module. Though the respondents claimed

to have addressed communications to 87 firms to respond to the RFP

there is nothing on record to substantiate this statement of the

respondents. Only 17 firms are stated to have given their proposals.

The mechanism adopted by the respondent DGS&D defies common

sense and rationality. It is not explained as to why the respondents did

not adopt the obviously transparent mechanism of publishing the RFP

in leading national dailies. When the process of identifying entities to

whom RFP could be issued was itself undertaken sometime in May,

2001, it is also not understood as to why a stale issue of "Computer

Today" a fortnightly magazine for the period 01st to 15th July, 2000 was

picked up by the respondents to gather names of entities to whom the

RFP could be issued.

63. Pertinently, the RFP did not state that only those prospective

bidders, who respond to the RFP and participate in the process of

finalization of specifications for award of the e-tendering solution

contract, would be considered by the respondents in a limited tender

process to follow, for the award of the e-tendering solution and service.

Consequently, eligible and competent e-tendering solution providers

who may not have responded to the RFP but could have nevertheless

offered the e-tendering solution on the specifications eventually laid

down by the respondents were kept out of the tendering process, as

the respondents themselves state that from out of those 17 firms, who

gave their proposals in response to the RFP, four firms were selected

for limited tendering process. Therefore, suddenly without any prior

notice inviting tender, the respondents sought to shortlist only four

firms for a close tender process, keeping out scores of other e-

tendering solution providers.

64. The stand taken by the respondent authorities that these four

were the only firms known "from all the possible sources...........at that

time" is patently incorrect. Merely because only seventeen firms had

responded to the RFP stated to have been circulated to 87 firms, it

does not follow that only the four shortlisted from these seventeen

firms could be said to be "known sources" and that the possibility of

fresh sources beyond these four were remote. Had the respondents

stated upfront in the RFP that only those firms, who respond to the RFP

would be eligible for participation in a limited tender enquiry, possibly

many more out of the 87 firms, to whom the RFP is stated to have

been issued, would have responded. Once the specifications and

terms and conditions had been finalized, the fair and reasonable

course of action for the respondent authorities to adopt would have

been to issue a NIT with wide publicity, to invite all those entities who

are in business in the relevant field, to make their respective offers.

65. The admitted position as disclosed from the affidavit of the

respondent authorities is that on the basis of the feedback received

during discussion in the meeting held with the four short-listed firms on

14.01.2003 and 13.02.2003, the draft bid document was modified.

Consequently, even if the RFP is assumed to have been a notice

inviting tender, which it was not, even so upon a modification of the

terms of the RFP it was incumbent on the respondent authorities to

have circulated the NIT with the modified terms to the public at large

to invite all eligible and competent players in the field to participate in

the tender process so as to create a healthy competition amongst all

the suppliers which would have led to the best services being offered

at most competitive rates. However, curiously the respondent

authorities appeared to have gone about the process of short-listing e-

tendering solution providers in the most arbitrary manner.

66. One cannot lose sight of the fact that the respondent

authorities, while undertaking the process of selecting the e-tendering

solution provider as an ASP, were undertaking a process of distribution

of State largesse since they were involved the selection of an ASP, who

would generate revenues for itself for the contractual period on

account of being so selected by the respondents. While distributing

State largesse it is well settled that the State cannot discriminate and

act in an arbitrary and whimsical manner. It is bound to act with

transparency, giving equal opportunity to all eligible entities and

persons to participate in a competitive process so that the State can

take a transparent and informed decision to choose the most

appropriate and competent entity/person at the most competitive

rates. This is in larger public interest since it is the public exchequer,

which is sought to be burdened whenever the State contracts to buy

and procure products and services for itself.

67. We may at this stage itself deal with the submission of the

respondents that the petitioner has no locus standi to challenge the

grant of contract to respondent No.4, as the petitioner was not even in

existence when the initial contract was awarded. As per the

respondent authorities, the bid document was finalized only on

12.02.2003. The petitioner was in existence, and it had developed its

software for offering e-tendering solution in December, 2002.

Consequently, had the respondent authorities adopted the transparent

manner of award of the tender by duly publicizing the NIT once it was

finalized in February, 2003, the petitioner too could have participated

in the tendering process. Failure on the part of the respondent

authorities to do so certainly gave the petitioner a cause of action to

agitate against the same, as and when the petitioner became aware of

the aforesaid arbitrariness and illegality in the tendering process

adopted by the respondent authorities. However, as we have already

clarified, we are not inclined to accede to the petitioner‟s prayer to set

aside the initial grant of the contract at this belated stage. The

averment of the petitioner that it became aware of the illegalities

committed by the respondent authorities in the matter of award of

contract to respondent no.4 in late 2006/early 2007 has not been

controverted with any seriousness. Consequently, we reject this

preliminary objection of the respondents and hold that the petitioner

has the locus standi to maintain the present petition.

68. As noted hereinabove, from the submissions of petitioner it is

evident that the respondent authorities materially altered the terms of

the RFP when the contract was initially awarded to respondent No.4.

This is also admitted by the respondent authorities who state in their

counter affidavit in para 10(II) (a) that "A pre-bid conference meeting

was held with the above firms on 14.1.2003. On the basis of feedback

received during the discussions in the meeting, the draft bid

document was modified...................As is evident from the above

that extensive and intensive deliberations on the technical and

commercial issues had to be undertaken before the technical bids,

specifications and commercial terms and conditions were finalized."

(emphasis supplied) inter alia, in relation to the payment terms under

the contract. While Clause 3.1 of the RFP provided that the registration

charges would be collected by the DGS&D and then made available to

the ASP, but under the finalized contract, it is provided that the

revenue generated from the registration charges from the

registrants/bidders would be directly collected by the ASP. Moreover,

while the RFP provided in Clause 12.10 that only those vendors who

have an off-the-shelf Electronic Tender Application should respond, and

the e-tender application should be easy and ready to deploy with 5 to

10% customization, admittedly, this condition too was altered and not

adhered to, as respondent No.4 did not have a ready to deploy off-the-

shelf Electronic Tender Application, which required only 5 to 10%

customization. In fact respondent No.4, admittedly, developed e-

software solution only after the award of the contract which is

evidenced from the stand of the respondents that even though the

contract was entered into between respondent Nos.1 to 3 on the one

hand and respondent No.4 on the other on 16.04.2004, it became

operational only w.e.f. 01.04.2005.

69. Thus, if the respondent authorities had made known to the

concerned entities in the trade that they would be entertained for

award of the e-tendering software solution service contract even if

they did not have the e-tendering solution ready to use off-the-shelf

and that the payment terms would be altered and made more

favourable to the bidders, as subsequently done, it is likely that many

more entities would have got interested in the tender in question.

However, by proclaiming one thing to the public at large, and by

quietly altering the material terms thereof, the respondent authorities

have clearly not maintained transparency in the entire process of

award of contract to respondent No.4. The respondent authorities

have, by adopting such non-transparent modus operandi curbed fair

competition between all the eligible and competent players in the

relevant field.

70. It is evident from the stand of the respondents that there was

hardly any competition when the contract was awarded to respondent

No.4. As per the stand of the respondent Nos.1 to 3, only four entities

were short-listed out of 17, who responded to the RFP. Only these four

entities were invited to participate in the limited tender process. Even

from amongst those four entities, it was only respondent No.4 who was

found to be fulfilling the eligibility criteria when the technical bid was

opened on 17.03.2003 and a valuation process was carried out on

28.03.2003 and 14.04.2003. Consequently, there was no competition,

which meant that respondent No.4 had a "free for all" and it quoted a

high rate of Rs.6,000/- per registration per annum. Considering the

fact that even according to respondent Nos.1 to 3, there are about

10000 suppliers/bidders who make supplies in response to DGS&D rate

contracts, the annual registration charges come to a staggering

amount of Rs.6,00,00,000/-.

71. By merely taking cover of a high level technical committee,

which is said to have examined and evaluated the software solutions

offered by the four shortlisted firms, the respondent authorities seek to

save themselves from the charge of lack of transparency and fairness

in the tender process in question. The technical committee was not

involved in the mechanism adopted by respondent nos. 1 to 3 to

shortlist the firms and to invite bids. They had been presented with

only four offers to examine and evaluate. May be, within those four

offers, the offer of respondent no.4 was the best in terms of technical

soundness. However, the illegality and arbitrariness in action had

already been perpetrated by respondent nos.1 to 3 by the time the

expert committee was asked to evaluate the offers of four firms, as

other firms in the same line of business, including the petitioner had

been excluded from consideration.

72. We also find the stand of the respondent DGS&D to the effect

that whatever be the annual registration charges, the same does not

concern the DGS&D, since it is being recovered from the

bidders/registrants and not from the DGS&D to be shocking and

depricable. The indifference demonstrated by the respondents while

accepting the charge of Rs.6,000/- per registration per annum quoted

by the respondent No.4 shows complete lack of basic common sense

and prudence on the part of the respondent authorities, and a breach

of public faith and trust by them that the people of the country repose

in them, and that they are obliged to uphold in larger public interest.

73. "There ain't no such thing as a free lunch" (with the acronym

TANSTAAFL) is a well known adage which is also sometimes expressed

as "there is no such thing as a free lunch". According to Wikipedia (a

free encyclopedia on the internet), the aforesaid adage originated in

the 1940s and was later popularized by science fiction writer Robert A.

Aeinlein in his 1966 novel "The moon is a harsh mistress", which

discussed the problems caused by not considering the eventual

outcome of a common balanced economy. Wikipedia further reports: -

"TANSTAAFL, indicates an acknowledgment that in reality a person or a society cannot get "something for nothing". Even if something appears to be free, there is always a cost to the person or to society as a whole even though that cost may be hidden or distributed. For example, you may get complementary food at a bar during "happy hour", but the bar owner bears the expense of your meal and will attempt to recover that expense somehow.

...........................................................................

TANSTAAFL demonstrates opportunity cost. Mankiw desribed the concept as:

"To get one thing that we like, we usually have to give up another thing that we like. Making decisions requires trading off one goal against another. The idea that there is no free lunch at the societal level applies only when all resources are being used completely and appropriately, i.e. when economic efficiency prevails. If not, a „free lunch‟ can be had through a more efficient utilization of resources. If one individual or group gets something at no cost, somebody else ends up paying for it. If there appears to be no direct cost to any single individual, there is a social cost. Similarly, someone can benefit for "free" from an externality or from a public good, but someone has to pay the cost of producing these benefits."

74. Merely because the DGS&D is not obliged to make payment of

any amount directly to the ASP i.e. respondent No.4, it does not follow

that there is no indirect cost incurred by the DGS&D. Obviously, the

rate contract bidders would have to recover the annual registration

charges that they incur and pay to respondent No.4 from their

business transactions. They would, consequently have to mark up

their bids / prices so as to not only recover their costs, including

towards annual registration charges, but also to make a profit.

Indirectly the registration charges being collected by respondent no.4

would be passed on to the respondent DGS&D and the indenters of the

goods procured by DGS&D under rate contracts.

75. Apart from the aforesaid, the respondent Nos.1 to 3 are also

obliged to ensure that they give a fair deal to their registrants/ bidders.

Respondent Nos.1 to 3 cannot remain indifferent and unconcerned

with the registration charges that the ASP may charge from its bidders,

and permit the ASP to charge any amount that it likes. Such an

attitude would not only increase the costs of procurement of goods and

articles by the DGS&D, as explained hereinabove, but would also

reduce healthy competition as some of the bidders may find the

registration charges to be exorbitant and / or unreasonable and may,

therefore, choose to keep away from the e-tendering system of the

respondent DGS&D. The charge of Rs.6,000/- per month towards

registration charges levied by respondent No.4 appears to be shocking,

considering the fact that in other similar contracts, ASPs are charging

much lesser amount even when the number of registrants are far less.

76. It is well known that in Economics of scale, there is a cost

advantage that a business obtains due to expansion. A producer‟s

average costs per unit falls, as output rises. The cost of developing e-

tendering solution by the respondent No.4 would remain more or less

the same whether there are 1,000 registrants/bidders, who may

eventually register or there are 5,000 registrants/bidders who may

eventually register. However, if there are a larger number of

registrants, say, 5000, the same service can and ought to be offered

by the ASP at much lower costs compared to the costs at which the

service may be offered, if there are only 1,000 registrants. It is on the

basis of this principle that with the expansion of, say,

telecommunication networks and services, the costs of such services

have drastically fallen over the years, as the member of subscribers

have gone up many-fold.

77. The admitted position is that respondent No.4 itself has

offered the e-tendering solution to Madhya Pradesh Laghu Udyog

Nigam Limited on, more or less, the same business and revenue model

only at Rs.800/- (or Rs.1990/- according to respondent No.4) per

supplier per registration per annum even though the number of

suppliers of MPLUNL is much smaller compared to the DGS&D. Under

the said contract a cap on the annual revenue generated by the ASP

i.e. respondent No.4 has been fixed at Rs.33,80,000/-. In contrast,

under the contract in question Rs.6,000/- per annum per registrant is

being charged by respondent No.4 when the number of registrants

could be much larger and there is no cap on the revenue generated by

respondent No.4.

78. To us it is clear that it is a complete sell out by the DGS&D

and the DGS&D has not cared to protect its own interest, as also the

interests of the bidders/registrants, its indentors and the public interest

at large, while awarding the contract in question to respondent No.4.

79. The petitioner has relied upon various clauses of the General

Financial Rules, 2005 to point out the glaring deviations in the conduct

of the respondent authorities while awarding the contract to

respondent No.4. No doubt, the General Financial Rules came into

force in the year 2005, whereas the contract in question was awarded

to respondent No.4 on 16.04.2004, when the General Financial Rules

2005 were not applicable. However, a perusal of the relevant rules

relied upon by the petitioners would show that they merely incorporate

basic principles of transparency, that ought to be maintained by public

bodies while transacting business with the public at large. Even

without the said rules being codified, the adherence to the general

principles incorporated in these Rules, with a view to maintain

transparency in the undertaking of financial transactions by the Stae

and its instrumentalities have to be maintained while distributing State

largesse in larger public interest. It is clear to us that the respondent

DGS&D failed to maintain any level of transparency in the award of the

contract to respondent No.4. Its decision to award the contract to

respondent No.4 is mired in secrecy, and the entire process was such

that no prudent person with average business and commonsense can

justify.

80. The conduct of the respondent DGS&D appears to be even

more suspect, considering the fact that it is a central purchase

organization of the Government of India, and claims itself to be a

procurement specialist. DGS&D is the business arm of the

Government of India. One would, therefore, expect the DGS&D to

drive a hard bargain in public interest. However, in the present case, it

has acted contrary to its own purchase manual. The explanation given

by the DGS&D to disregard its own purchase manual, by claiming that

the said manual is required to be followed when it makes purchases

under rate contracts and not otherwise, cannot be appreciated.

Whether the purchase by the respondent DGS&D is under a rate

contract or otherwise, the basic requirement of maintenance of

transparency, and the preservation of public interest by inculcating fair

and healthy competition are under lying principles which have to be

adhered to. As noticed hereinabove, Clause 8.1 of the DGS&D manual

deals with the method of produce by DGS&D of articles and

commodities. The same can be done by invitation of tenders by: (a)

advertisement; (b) limited tender; and (c) single tender. As a general

rule, invitation to tender by advertisement has to be followed in all

cases. If this is to be dispensed with, the competent authority should

record its reasons, and even in those cases other recognized mode of

purchase have to be followed, as may be warranted by the

circumstances of the case. Where the estimated value of payment is

Rs.2 Lacs and above, as a general rule, Advertisement Tender Inquiry

(ATI) has to be followed. A limited tender inquiry can be adopted only

where the estimated value of the order is less than Rs.2 Lacs. Where

the estimated value is more than Rs.2 Lacs, limited tender inquiry

method may also be adopted when sufficient reasons exist which

indicate that it is not in public interest to call for tenders by

advertisement. Reasons must be recorded in such a situation. The

limited tender inquiry can be adopted where the demand is urgent or

the source of supply are definitely known and possibility of fresh

source beyond those being tapped is remote. In the present case, it is

not the stance of the respondent DGS&D that there existed any

reasons to say that in public interest tenders could not have been

invited by advertisements. It is also not the case of the respondents

that the demand was so urgent that the open competition method by

inviting tenders could not have been adopted. Pertinently, limited

tender inquiry method can be adopted where the source of suppliers is

definitely known. The sequitor is, that where the source of suppliers is

not known, as is admittedly claimed by the respondent DGS&D in the

present case, a limited tender inquiry should not be followed and it is

only logical that in such a situation wide publicity should be given while

inviting the tenders. Admittedly, that was not done. Consequently,

DGS&D has acted in defiance of basic common and business sense,

which is reflected in Clause 8.1 of its own manual.

81. The DGS&D has also turned a blind to the fact that there was

a complete lack of competition since respondent No.4 was the only

player left in the field by the time its so called commercial bid was

opened. In such a situation, the DGS&D ought to have undertaken a

fresh process so as to inculcate competition from other suppliers and

vendors. Pertinently, it is not that the respondent No.4 was the only

entity dealing in the business of developing and offering E-tendering

Software Solutions. Even according to the respondents, it had

gathered names of 87 entities who were operating in the field of e-

tendering solution. From the tabulation produced by the petitioner it is

seen that the Government of Andhra Pradesh, PWD, Chattisgarh,

Northern Railway and possibly few others had already awarded

contracts for e-tendering solution prior to the award of the contract in

favour of the respondent No.4 by DGS&D. It, therefore, does not stand

to reason as to why the respondent DGS&D acted in the manner that it

did, while negotiating the award of contract in question. There is no

explanation given by the respondent DGS&D as to why it failed to

follow Office Order No.44/9/03 dated 04.09.2003 issued by the CVC

which required that pre-qualification criteria, performance criteria and

evaluation criteria should be incorporated in the bid documents in clear

and unambiguous terms and that the two bid system i.e. the technical

bid system and the price bid system should be followed. We,

therefore, conclude that grant of the initial contract in favour of

respondent No.4 by the respondent Nos.1 to 3 was illegal and arbitrary

and lacked transparency. The same was discriminatory against all

other eligible bidders including the petitioner and other eligible bidders

were not given a fair opportunity to participate in the tender process

undertaken by the respondent DGS&D. Since the initial grant of the

contract in favour of respondent No.4 itself has been found to be illegal

and arbitrary, it follows that the extension and amendment of the

same by the respondent DGS&D cannot be sustained.

82. We now proceed to consider the aspect of extension and

amendment of the contract stated to have been undertaken on

22.05.2007.

83. The extension and amendment of the contact with respondent

No.4 appears to be just as arbitrary and illegal as its initial grant. The

scope of the initial contract, as is evident from the RFP and the original

contract dated 16.04.2004 was limited to providing e-tendering

solution and services to enable DGS&D to procure supplies of various

articles and commodities by it. Thus, the initial contract was one

between the DGS&D, a service recipient and respondent No.4 a service

provider. Services were agreed to be provided by respondent No.4 to

the DGS&D to enable DGS&D to undertake its task of entering into rate

contracts more efficiently and expeditiously. However, the amendment

of the contract dated 22.05.2007 seeks to transform the original

contract into one establishing what one may loosely call, a joint

venture to scout for fresh business. Clause 4.1.1(i) of the amended

contract has already been noticed by us. The other relevant clauses

from the amended contract dated 22.05.2007 may be extracted which

clearly demonstrate the aforesaid position.

"4.1.1(v) e-Procurement platform would permit finalization and award of tender/contract. The hardware, system software, personnel etc. required in Govt. organization will be provided by the respective Govt. organizations as jointly decided by DGS&D and C1 India with them.

xx xx xx xx xx xx xx xx

(viii) C1 India shall position and/or depute its dedicated project manager on behalf of DGS&D at the e-Procurement cell to be created at the Government Organization as and when required for the purpose of operationalizing e- Procurement module.

(ix) C1 India will keep the Source Code of its customized e-tendering Software in an Escrow Account. The terms and conditions relating to operation of Escrow Account shall be as per a separate Escrow Agreement, which shall be signed between DGS&D and C1 India.

xx xx xx xx xx xx xx xx

(xii) C1 India will ensure that the Uptime remains within the agreed value of 98% on an annual basis to the Government Organization except during the period between 8.00 P.M and 8.00 A.M, on all government holidays, scheduled down times and during Force Majeure conditions. During the period between 8.00 P.M and 8.00 A.M and all government holidays, C1 India will ensure system uptime of 90% on an annual basis. In the event of any shortfall in the above-mentioned Uptime calculated on an annual basis and any recovery being effected by the government Organizations on that account, the same shall be compensated by C1 India to DGS&D. However, the liability of C1 India in this regard shall be limited to 10% of DGS&D revenue from that Government Organization.

(xiii) For extending e-platform to government Organizations, the Business Model with regard to charging of registration/subscription fee from the vendors wil be the same as DGS&D e- tendering Business Model i.e. the vendors quoting against the tenders issued by the Government Organizations shall pay an annual registration/subscription fee (Rs.6,000/- excluding service tax and other statutory taxes/levies) to C1 India for participation in the e-Procurement platform. However, in case any vendor is already registered on DGS&D e-

Procurement platform for DGS&D empanelment, then that vendor will be treated as deemed registered provided the vendor‟s user-id and digital certificate is the same and its registration is valid. Applicable taxes and levies on the services rendered will be extra as applicable.

xx xx xx xx xx xx xx xx"

84. Thus, while entering into the amended contract, the roles of

both the DGS&D and respondent No.4 got transformed. Under the

amended agreement DGS&D evinced its intention and plans to offer

its e-procurement platform to other government organizations involved

in procurement activities, publication of tender notice etc. along with

the E-tendering Software Solution of respondent no.4, and respondent

No.4 agreed to extend its full support both with regard to

customization of software, development of full functionality of e-

procurement and e-tendering beginning from publication of tender

notice till award of contract. Therefore, by the amended contract the

roles of DGS&D and respondent No.4 changed from one of service

recipient and service provider, respectively, to joint venture partners.

A deeper scrutiny of the said amended agreement shows that the real

beneficiary of the whole transaction is respondent No.4, inasmuch as,

the DGS&D agreed to receive a paltry amount of Rs.25,000/- for each

contract secured by it while respondent No.4 became entitled to

pocket registration charges of Rs.6,000/- per registrant per annum, in

respect of such government organization, who accepts the services

offered by DGS&D under its own banner. Therefore, while the risks

and third party claims associated and arising out of the contract with

other government organizations would be shouldered by DGS&D, the

lion‟s share of the revenue would be pocketed by respondent No.4.

85. We find merit in the submission of Mr. Singh, learned Senior

counsel for the petitioner, that it is not the function of the DGS&D to

itself enter into commercial contracts for the purpose of marketing its

products. In fact, the e-tendering solution being provided by

respondent No.4 is not even a product of DGS&D. The DGS&D has no

ownership in the e-tendering solution developed by respondent No.4 &

DGS&D is merely a service recipient being provided by respondent

No.4. To market its services to other government organizations,

Respondent No.4 is seeking to piggy back on DGS&D by using the

name and stature of DGS&D, and the privileges that it enjoys being a

limb of the government by exploiting the fact that under the National

e-Governance Plan, e-tendering is one of the mission mode projects. It

is clear to us that the effect of the amendment of the contract between

DGS&D and respondent No.4 is to change the very basis and

fundamental character of the original contract which was a contract to

procure e-tendering solution services for the DGS&D into one which is

akin to a collaboration agreement between the DGS&D and respondent

No.4 to offer the services of respondent No.4 to other government

organizations. In our view, merely because respondent No.4 is the ASP

qua the DGS&D, that cannot provide the justification for the

respondent DGS&D to fundamentally amend its contract with

respondent No.4 and transform it into a entirely different contract for a

different purpose, and with different objectives. There are various

other service providers in the field who are offering similar e-tendering

software solution system in the country, the petitioner being one of

them. Pertinently, even according to the amendment, the ASP i.e.

respondent No.4 would have to customize the software for the

government agency, who may agree to avail of the services offered by

Respondent No.4 in collaboration with DGS&D. Consequently, any

other service provider who is offering similar e-tendering system

services in the country could well have fit the bill, and it is not as if the

respondent No.4 alone is in a position to offer its services along with

DGS&D to other government agencies for e-tendering solution. The

amendment in the contract, therefore, clearly seeks to exclude all

other similar e-tendering solution providers from offering their services

under the overall umbrella of DGS&D to other government agencies.

DGS&D has, therefore, denied a level playing field to all other

competitors of Respondent No.4, which clearly demonstrates the fact

that the respondent No.4 enjoys special preference with DGS&D. Even

if it were to be granted that the DGS&D could have adopted the avtar

of a consultant and service provider as it has ventured to do, in our

view, before entering into the amendment dated 22.05.2007, it was

incumbent for the DGS&D to comply with all the provisions of the GFR

2005, which admittedly, were applicable at the relevant time. In the

garb of an amendment to the original contract what has been entered

into is a totally new and a different contract, for a different purpose

and a different objective. The same could not have been done without

going through the transparent process of inviting tenders specifically

for the purpose of marketing the e-software solution system of the ASP

in collaboration with the DGS&D to the other government organizations

and agencies.

86. The reliance placed by the respondents on the Office

Memorandum dated 10.01.2007 issued by the Ministry of Finance,

Department of Expenditure, on the subject of "Mandatory e-

procurement" to justify the amendment in the contract with

respondent No.4 also appears to be totally misplaced. The

interpretation sought to be given to the said office memorandum by

the DGS&D cannot be accepted. It is clear from the said office

memorandum that only in respect of goods covered under rate

contracts concluded by the DGS&D it is mandated that ministries

should commence placing orders through the website of DGS&D.

However, in respect of other goods, and procurement of works and

services not covered by the DGS&D rate contracts, the

ministries/department are mandated to make their own arrangements

for switching over to mandatory e-procurement w.e.f. 01.04.2007.

Pertinently, this office memorandum also provides that "the common

regulatory framework with decentralized procurement as provided by

General Financial Rules, 2005, has to be maintained." "Ministries and

departments with sufficiently large procurements can develop and

procure and customize their own platforms for e-procurements which

should confirm to the requirements spelt out in the Detailed Project

Design Guideline". Consequently, the office memorandum dated

10.01.2007 by itself does not mandate the DGS&D to start offering the

e-tendering solution developed by respondent No.4 to other

government agencies, neither does it mandate other government

agencies to accept the e-tendering solution adopted by DGS&D, much

less on the same terms and conditions on which the DGS&D agreed to

accept the services from the ASP.

87. We do not agree with the submission of the respondents that

the scope of the contract as initially awarded to respondent no.4 was

wide enough to include the offering of its software and services for E-

tendering solutions to other government/semi-government

organizations and that the amendment is only clarificatory. Reliance

placed on clause 1.1.2 of the "Requirements" under the heading

"Specifications & Technical Requirements" of the original contract

which states that the software "should support multiple agencies i.e

multiple purchasing organizations/Directorates/units with separate

workflows and administration modules which should be configurable",

projects organization in our view is of no avail. Similarly reliance

placed on clause 1.1.1 of the "Terms & Conditions" of the contract,

which records the fact that respondent no.3 DGS&D is the exclusive

agency charged with the responsibility of providing procurement and

inspection support to Central Government departments and their

attached and subordinate offices, Union Territories, State

Governments, Public Undertakings and other Autonomous Bodies and

Quasi Public Bodies who desire to avail of these services, is also of no

avail.

88. A perusal of the DGS&D Manual, and in particular clause 1.2

shows that the procurements against ad hoc indents was transferred

from the DGS&D to the indenting ministries/departments and

procurement of common user items on rate contract basis continue to

be done by the DGS&D. This has been the position since the

implementation of the decentralisation policy. The stand of the

respondent DGS&D on record is that the original contract entered into

with respondent no.4 was an ad hoc contract. Ad hoc purchases are

for procurement of items not covered by rate contract which includes

procurement of goods, works and services. Rate contract purchases

on the other hand, are for procurement of common user items.

Consequently DGS&D is only authorised to carry out procurement on

rate contract basis of common user items on fixed price, for a specified

period of time. Other government agencies place indents either

directly or through the DGS&D on the registered rate contractors/

suppliers when they wish to purchase rate contracted items.

89. When admittedly, the contract in question was the result of an

ad hoc tender, and not the result of a rate contract, we fail to

understand how the contract between the DGS&D and respondent no.4

could be converted into, and treated like a rate contract enabling other

government organisations to place orders on DGS&D and respondent

no.4 directly, on the terms and conditions on which DGS&D had chosen

to enter into the contract with respondent no.4 The aforesaid

submissions of the respondents cannot be accepted also for the reason

that a perusal of the original contract show that the same was aimed

"to set up an electronic tendering portal where it intends to publish

its tenders and invite suppliers to participate in the tenders by

submitting their bids electronically online."

90. Clause 1.1.1 of the "Terms & Conditions" relied upon by

respondent no.4 merely gives the background of DGS&D under the

heading "Introduction". A perusal of Clause 1.1.2 of the

"Requirements" under the heading "Specifications and Technical

Requirements" shows that the contract talks only of DGS&D and no

other organisation. Even the "Scope of Work" defined in clause 4.0 of

the "Terms & Conditions" of the contract shows that the ASP was

obliged to "procure, design, customize and implement the E-tender

solution as per the requirements of the DGS&D". This shows that the

contract did not envisage the provision of the aforesaid services as per

the requirements of any other organisation. The "Specifications and

Technical Requirements" no doubt state at serial no.1.1.2 and 1.1.3

that the "e-tender application should support multiple agencies i.e

multiple purchasing organizations/Directorates/units with separate

work flows and administration modules which should be configurable"

and that "The solution should support section wise/date wise/office

wise/organization wise reporting Structure", but the aforesaid

prescription in the "Specifications and Technical Requirements"

cannot mean that the parties, namely, respondent no.3 and 4 had

contracted to act as collaborators to offer the E-tendering services and

solutions to third parties. Undeniably DGS&D has its headquarters at

New Delhi and regional offices in Kolkatta, Mumbai and Chennai. The

purpose of laying down "Specifications and Technical Requirements"

above referred to merely enabled the use of the E-tendering software

solution in different offices of the DGS&D. Such an important facet of

an agreement, which transforms the original agreement from one

providing for rendering of services by one party to the other, into one

of a joint collaboration to offer services to outsiders cannot be culled

out merely by reference to the specifications and technical

requirements. Had that been the intention as argued by the

respondents, the terms and conditions sought to be incorporated

through wholesale amendment running into 27 pages, would have

been incorporated in the original agreement itself. The original

agreement does not contain any term to define the inter se rights and

obligations of the DGS&D and respondent no.4 in case the E-tendering

solution services are jointly offered by respondent nos. 3 and 4 to third

parties. They have been sought to be incorporated only by resort to an

amendment to the original contract. The scope of the initial contract is

" as defined in the RFP (Annexure `A‟)", (clause 7 of the Original

Contract dated 16.4.2003) Clause 2.1 of the RFP states that the

objective of DGS&D E-tendering initiative is "to streamline and

automate its tendering process........". In order to achieve the

objective, DGS&D desires to utilize new technologies and applications

to create the suitable E-tender solution that meets their requirements".

"DGS&D intends to implement a E-tender solution, which can be

utlised by its zonal offices across India." The scope of work defined in

the RFP in clause 4 also talks about the procurement, design,

customization and implementation of E-tender solution "as per the

requirement of the DGS&D."

91. The "Pricing and Payments" under the original contract were

prescribed in Annexure-B to the contract. This Annexure only talks

about the payment of Rs.6,000/- towards provision of the services

enumerated viz:

        Sl.            Service Covered              Annual Fees
        No.                                            (INR)

         1     Annual Supplier Registration Fees Rs.6000
               which gives access to edit its profile
         2     Downloading of tender document
         3     Alerts of tender notification by
               emails and SMS
         4     Training for suppliers along with
               training kits
         5     Access to Help desk
         6     Bid submission, counter offer and
               revised offer
         7     Bid opening
         8     Pre-bid meeting



92. We are therefore of the view that the scope of the original

contract was limited only to the provision of E-tender solution and

services to the DGS&D alone and not to any third party. We also find

the conduct of the respondent DGS&D rather curious in entering into a

memorandum of understanding on 12.7.2007 with M/s Balmer Lawrie &

Co. Ltd. This MOU is stated to be valid for a period of five years from

the date of signing thereof. Pertinently, respondent no.4 is only in the

background in the framework of this MOU. It is the DGS&D, which is in

the forefront. DGS&D has undertaken various obligations under the

MOU under clause 5, which read as follows:-

"OBLIGATIONS OF DGS&D:

5.1 DGS&D shall position and/or depute purchase, Quality Assurance and other Officials/Experts/Consultants to 3-Procurement cell as and when required for the purpose of operationalising e-Procurement module.

5.2 DGS&D and their offices shall provide necessary inputs in e-procurement activity. DGS&D shall also provide such additional information and clarifications as may be required by The First Party in this respect.

5.3 Training by DGS&D will be provided free of cost to identified officials of the First Party and by Application Service Provider to all the suppliers who are registered with the Application Service Provider of DGS&D.

5.4 A separate sub-domain to the main domain name www.govtprocurement.com shall be created for the First Party‟s e-tendering home page. DGS&D shall also provide a hyperlink of the same on DGS&D home page."

93. The DGS&D has undertaken to perform the aforesaid

obligations on the strength of its amended contract with respondent

no.4. However the said contract itself would, in any event, have

expired in the year 2010. In this view of the matter, one fails to

understand how the DGS&D could have made a commitment for a

period of five years to M/s Balmer Lawrie when, in any event, there

could have been no certainty about the continuation of the contract, as

amended, between DGS&D and respondent no.4 after 2010.

94. In Food Corporation of India v. M/s. Kamadhenu Cattle

Feed Industries , AIR 1993 SC 1601, the Supreme Court observed as

follows:-

"7. In contractual sphere as in all other State actions, the State and all its instrumentalities have to conform to Article 14 of the Constitution of which non-arbitrariness is a significant facet. There is no unfettered discretion in public law : A public authority possesses powers only to use them for public good. This impose the duty to act fairly and to adopt a procedure which is 'fairplay in action'. Due observance of this obligation as a part of good administration raises a reasonable or legitimate expectation in every citizen to be treated fairly in his interaction with the State and its instrumentalities, with this element forming a necessary component of the decision making process in all State actions. To satisfy this requirement of non-arbitrariness in a State action, it is, therefore, necessary to consider and give due weight to the reasonable or legitimate expectations of the persons likely to be affected by the decision or else that unfairness in the exercise of the power may amount to an abuse or excess of power apart from affecting the bona fides of the decision in a given case. The decision so made would be exposed to challenge on the ground of arbitrariness. Rule of law does not completely eliminate discretion in the exercise of power,

as it is unrealistic, but provides for control of its exercise by judicial review.

8. The mere reasonable or legitimate expectation of a citizen, in such a situation, may not by itself be a distinct enforceable right, but failure to consider and give due weight to it may render the decision arbitrary, and this is how the requirement of due consideration of a legitimate expectation forms part of the principle of non-arbitrariness, a necessary concomitant of the rule of law. Every legitimate expectation is a relevant factor requiring due consideration in a fair decision making process. Whether the expectation of the claimant is reasonable or legitimate in the context is a question of fact in each case. Whenever the question arises, it is to be determined not according to the claimant's perception but in larger public interest wherein other more important considerations may outweigh what would otherwise have been the legitimate expectation of the claimant. A bona fide decision of the public authority reached in this manner would satisfy the requirement of non-arbitrariness and withstand judicial scrutiny. The doctrine of legitimate expectation gets assimilated in the rule of law and operates in our legal system in this manner and to this extent."

95. In our view there is clear breach of duty cast upon the

respondent authority to act fairly and to adopt a procedure which

would display "fair play in action". The legitimate expectation of the

petitioner and other eligible service providers to be considered and

equally treated in the grant of State Largesse has been dashed on

account of the arbitrary and unreasonable action of the respondent

authorities.

96. In Air India Ltd. vs. Cochin International Airport Ltd.,

2000(2) SCC 617, the Supreme Court summarized the scope of

interference as enunciated in several earlier decisions thus:

"8..............The award of a contract, whether it is by a private party or by a public body or the State, is essentially a commercial transaction.

In arriving at a commercial decision considerations which are paramount are commercial considerations. The State can choose its own method to arrive at a decision. It can fix its own terms of invitation to tender and that is not open to judicial scrutiny. It can enter into negotiations before finally deciding to accept one of the offers made to it. Price need not always be the sole criterion for awarding a contract. It is free to grant any relaxation, for bona fide reasons, if the tender conditions permit such a relaxation. It may not accept the offer even though it happens to be the highest or the lowest. But the State, its corporations, instrumentalities and agencies are bound to adhere to the norms, standards and procedures laid down by them and cannot depart from them arbitrarily. Though that decision is not amenable to judicial review, the court can examine the decision-making process and interfere if it is found vitiated by mala fides, unreasonableness and arbitrariness.

The State, its corporations, instrumentalities and agencies have the public duty to be fair to all concerned. Even when some defect is found in the decision-making process the court must exercise its discretionary power under Article 226 with great caution and should exercise it only in furtherance of public interest and not merely on the making out of a legal point. The court should always keep the larger public interest in mind in order to decide whether its intervention is called for or not. Only when it comes to a conclusion that overwhelming

public interest requires interference, the court should intervene." (emphasis supplied)

97. In Nagar Nigam Vs. Al FAheem Meat Exports (P) Ltd.

(2006) 13 SCC 382 the Supreme Court was considering the challenge

to an advertisement issued by the appellant notifying applications for

granting a fresh contract for running the slaughter house, the High

Court had allowed the writ petition filed by the respondent directing

that the respondent no. 1 would be allowed to run the slaughter house

for ten years on the terms and conditions stipulated by the Court.

While allowing the appeal on the ground that the High Court had

exceeded its jurisdiction in thrusting upon the Nagar Nigam a contract,

the terms whereof were devised by the High Court, the Supreme Court

reiterated the principles evolved by it with regard to the judicial review

of grant of contracts by the government. In paragraphs 12 to 16 and

18, the Supreme Court observed as follows:

"12. In this case, however, we are concerned with a different question. It is now a well- settled principle of law that having regard to the provisions of Article 14 of the Constitution of India, a State within the meaning of Article 12 thereof cannot distribute its largesse at its own sweet will, vide Ramana Dayaram Shetty v. International Airport Authority of India (1979) 3 SCC 489. The court can ensure that the statutory functions are not carried out at the whims and caprices of the officers of the Government/local body in an arbitrary manner. But the court cannot itself takeover these functions.

13. This Court time and again has emphasised the need to maintain transparency in grant of public contracts. Ordinarily, maintenance of transparency as also compliance with Article 14 of the Constitution would inter alia be ensured

by holding public auction upon issuance of advertisement in the well-known newspapers. That has not been done in this case. Although the Nagar Nigam had advertised the contract, the High Court has directed that it should be given for 10 years to a particular party (Respondent 1). This was clearly illegal.

14. It is well settled that ordinarily the State or its instrumentalities should not give contracts by private negotiation but by open public auction/ tender after wide publicity. In this case the contract has not only been given by way of private negotiation, but the negotiation has been carried out by the High Court itself, which is impermissible.

15. We have no doubt that in rare and exceptional cases, having regard to the nature of the trade or largesse or for some other good reason, a contract may have to be granted by private negotiation, but normally that should not be done as it shakes the public confidence.

16. The law is well settled that contracts by the State, its corporations, instrumentalities and agencies must be normally granted through public auction/public tender by inviting tenders from eligible persons and the notification of the public auction or inviting tenders should be advertised in well-known dailies having wide circulation in the locality with all relevant details such as date, time and place of auction, subject-matter of auction, technical specifications, estimated cost, earnest money deposit, etc. The award of government contracts through public auction/public tender is to ensure transparency in the public procurement, to maximise economy and efficiency in government procurement, to promote healthy competition among the tenderers, to provide for fair and equitable treatment of all tenderers, and to eliminate irregularities, interference and corrupt practices by the authorities concerned. This is required by Article 14 of the Constitution. However, in rare and exceptional cases, for instance during natural calamities and emergencies declared by the Government; where the procurement is possible from a single source only; where the supplier or contractor has exclusive rights in respect of the goods or services and no reasonable

alternative or substitute exists; where the auction was held on several dates but there were no bidders or the bids offered were too low, etc., this normal rule may be departed from and such contracts may be awarded through "private negotiations". (See Ram and Shyam Co. v. State of Haryana (1985) 3 SCC

267.)

XXXXXXXXXXXXXXXXXXXXX

18. The law is, thus, clear that ordinarily all contracts by the Government or by an instrumentality of the State should be granted only by public auction or by inviting tenders, after advertising the same in well-known newspapers having wide circulation, so that all eligible persons will have an opportunity to bid in the bid (sic auction), and there is total transparency. In our opinion this is an essential requirement in a democracy, where the people are supreme, and all official acts must be actuated by the public interest, and should inspire public confidence."

98. In Dinesh Engineering Corporation (supra), the Indian

Railways sought to deny the award of the contract for purchase of

certain spare parts to the respondent bidder on the ground that the

Railway Board had reviewed its policy decision to purchase DG-EDC

Governor spares in the context of sophistication, complexity and high

degree of precision associated with governors. The decision was

challenged before the High Court successfully. While dismissing the

appeal preferred by the Union of India, the Supreme Court observed:-

"12............ This policy proceeds on the hypothesis that there is no other supplier in the country who is competent enough to supply the spares required for the governors used by the Indian Railways without taking into consideration the fact that the writ petitioner

has been supplying these spare parts for the last over 17 years to various Divisions of the Indian Railways which fact has been established by the writ petitioner from the material produced both before the High Court and this Court and which fact has been accepted by the High Court. This clearly establishes the fact that the decision of the Board as found in the letter dated 23.10.1992 suffers from the vice of non-application of mind................ There is no doubt that this Court has held in more than one case that where the decision of the authority is in regard to a policy matter, this Court will not ordinarily interfere since these policy matters are taken based on expert knowledge of the persons concerned and courts are normally not equipped to question the correctness of a policy decision. But then this does not mean that the courts have to abdicate their right to scrutinise whether the policy in question is formulated keeping in mind all the relevant facts and the said policy can be held to be beyond the pale of discrimination or unreasonableness, bearing in mind the material on record. It is with this limited object if we scrutinise the policy reflected in the letter dated 23.10.1992, it is seen that the Railways took the decision to create a monopoly on proprietary basis on EDC on the ground that the spares required by it for replacement in the governors used by the Railways required a high degree of sophistication, complexity and precision, and in the background of the fact that there was no party other then EDC which could supply such spares. There can be no doubt that an equipment of the nature of a spare part of a governor which is used to control the speed in a diesel locomotive should be a quantity which can adhere to the strict scrutiny/standards of the Railways, but then the pertinent question is : has the Board taken into consideration the availability or non- availability of such characteristics in the spare parts supplied by the writ petitioner or, for that matter, was the Board alive to the fact that like EDC the writ petitioner was also supplying the spare parts as the replacement parts for the

GE governors for the last over 17 years to the various Divisions of the Railways. A perusal of the letter dated 23.10.1992 does not show that the Board was either aware of the existence of the writ petitioner or its capacity or otherwise to supply the spare parts required by the Railways for replacement in the governors used by it, an ignorance which is fatal to its policy decision. Any decision be it a simple administrative decision or a policy decision, if taken without considering the relevant facts, can only be termed as an arbitrary decision. If it is so then be it a policy decision or otherwise, it will be violative of the mandate of Article 14 of the Constitution."

99. It further held in para 16 as follows:-

"16. But then as has been held by this Court in the very same judgment that a public authority even in contractual matters should not have unfettered discretion and in contracts having commercial element even though some extra discretion is to be conceded in such authorities, they are bound to follow the norms recognised by courts while dealing with public property. This requirement is necessary to avoid unreasonable and arbitrary decisions being taken by public authorities whose actions are amenable to judicial review. Therefore, merely because the authority has certain elbow room available for use of discretion in accepting offer in contracts, the same will have to be done within the four corners of the requirements of law especially Article 14 of the Constitution. In the instant case, we have noticed that apart from rejecting the offer of the writ petitioner arbitrarily, the writ petitioner has now been virtually debarred from competing with the EDC in the supply of spare parts to be used in the governors by the Railways, ever since the year 1992, and during all this while we are told the Railways are making purchase without any tender on a proprietary basis only from the EdC which, in our opinion, is in flagrant violation of the constitutional mandate of Article 14. We

are also of the opinion that the so-called policy of the Board creating monopoly of EDC suffers from the vice of non-application of mind. hence, it has to be quashed as has been done by the High Court."

100. We also fail to appreciate the submission of the respondent,

DGS&D that since respondent no.4 has taken a great deal of time in

developing the E-tendering solution for it, it is not possible to change

the ASP from respondent no.4 to any other entity. If this argument of

DGS&D were to be accepted, then it would mean that respondent no4.

should be continued in perpetuity as the ASP for DGS&D. We find the

aforesaid submission of DGS&D to be totally absurd and we reject the

same. There cannot be a policy decision in the name of sophistication

or precision to create a monopoly in favour of one entity to procure

goods or services without an open tender.

101. Moreover, even if it were to be assumed that the DGS&D

might be justified in seeking to continue with respondent no.4 as the

ASP on a long term basis, that intention should have manifested itself

in the original NIT which admittedly is not the case. The tenure of the

contract even according to the respondents (on the assumption that it

was legally entered into, which is in fact not the case) is only five years

at the most. The same cannot, in any event, be sought to be

continued in perpetuity. As aforesaid, the said original contract was

vitiated by illegality and arbitrariness.

102. In view of our aforesaid discussion, we allow the present writ

petition and declare that the original contract dated 16.4.2004 entered

into between respondents 1 to 3 and respondent no.4 arising out of

tender No.3/(7/2001/E-tendering/17) was arbitrary and illegal.

However, since the term of the initial contract expired on 31.03.2008

we are not quashing the same, as a transaction under the initial

contract is already concluded. However, we quash the extension of,

and amendment to the original contract dated 22.5.2007 as the same

materially and illegally alters the terms and conditions and scope of

the original contract, which itself was entered into irregularly. We

restrain respondents 1 to 3 from jointly marketing with respondent

no.4, the E-procurement solution to other government/semi-

government bodies and agencies in terms of the amended contract

dated 22.5.2007. We direct the respondent authorities to immediately

undertake a fresh tender process for appointing an Application Service

Provider for undertaking E-procurement activities by DGS&D on clearly

stated terms and conditions and specifications, and by issuing a notice

inviting tender which should be duly published. The fresh tender

process should be completed within a period of four months from today

and the contract should be awarded to the newly appointed ASP within

this period. We further direct respondent nos. 1 to 3 to adhere to the

General Financial Rules in the matter of award of a fresh contract for E-

tendering solutions.

103. Considering the fact that respondent no.4 is presently

providing its services as the ASP to the DGS&D, we permit the

continuation of the said services by respondent no.4 for a period of

four months, or till the new ASP is in a position to render its services,

whichever is earlier.

104. The writ petition is accordingly allowed in the aforesaid terms

with costs quantified at Rs. One lakh. 50% of the cost shall be borne

by respondents 1 to 3 and the remaining 50% by respondent no.4.

(VIPIN SANGHI) JUDGE

(A.K. SIKRI) JUDGE April 02, 2009 as/rsk/dp

 
Download the LatestLaws.com Mobile App
 
 
Latestlaws Newsletter
 

Publish Your Article

 

Campus Ambassador

 

Media Partner

 

Campus Buzz

 

LatestLaws Guest Court Correspondent

LatestLaws Guest Court Correspondent Apply Now!
 

LatestLaws.com presents: Lexidem Offline Internship Program, 2026

 

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

 
 

LatestLaws Partner Event : IJJ

 
 
Latestlaws Newsletter