Sunday, 03, May, 2026
 
 
 
Expand O P Jindal Global University
 
  
  
 
 
 

S A Infrastructure Consultants ... vs National Highway Authority Of ...
2016 Latest Caselaw 5661 Del

Citation : 2016 Latest Caselaw 5661 Del
Judgement Date : 30 August, 2016

Delhi High Court
S A Infrastructure Consultants ... vs National Highway Authority Of ... on 30 August, 2016
$~18
* IN THE HIGH COURT OF DELHI AT NEW DELHI
%                                      Judgment delivered on: 30.08.2016

+       W.P.(C) 7214/2016 & CM No.29721/2016
S A INFRASTRUCTURE CONSULTANTS PVT LTD                         ..... Petitioner
                              versus
NATIONAL HIGHWAY AUTHORITY OF INDIA                         ..... Respondent

Advocates who appeared in this case:
For the Petitioner      : Mr Joy Basu, Senior Advocate with Mr Alok Agarwal,
                          Mr Sudhir Mishra, Ms Ritwika Nanda, Mr Milan Tomar
                          and Mr Abhinav Pandey, Advocates
For the respondent      : Mr S. Nanda Kumar with Mr Parivesh Singh and Mr P.
                          Srinivasan, Advocates


CORAM:-
HON'BLE MR JUSTICE BADAR DURREZ AHMED
HON'BLE MR JUSTICE ASHUTOSH KUMAR

                                JUDGMENT

BADAR DURREZ AHMED, J (ORAL)

1. This writ petition has been filed in respect of the Request for

Proposal („RFP‟) for procurement of Independent Engineer Services

for 8-Laning of a Section of NH-1 (new NH-44) from Mukarba

Chowk at km 15.500 to Panipat at km 86.000 on BOT (Toll) basis in

the state of Haryana.

2. The petitioner participated in the bidding process pursuant to

the said RFP. However, the respondent decided to open the financial

bids by excluding the petitioner. The methodology of the evaluation

process was that there would be two stages. The first stage would be

the technical evaluation stage and the next would be the opening of

the financial bids. A marking system was devised whereby marks

were to be awarded at the technical evaluation stage as well as at the

financial evaluation stage. The bidders, who got the top five highest

marks at the technical evaluation stage, would be the only bidders

whose financial bids would be opened. Thereafter marks would be

awarded to these five bidders for their financial bids and the total

marks given to the bidders, both in respect of the technical evaluation

and financial evaluation, would be considered for award of the

contract. One more aspect which needs to be mentioned is that the

weightage to be given to the technical evaluation marks was 80% and

the remaining 20% weightage was to be given to the marks obtained

in the financial evaluation.

3. It may also be pointed out that the petitioner (S A Infrastructure

Consultants Pvt. Ltd.) obtained 94.97 marks in the final technical

scores after technical evaluation and was ranked third. Therefore,

based on the technical evaluation marks, since the petitioner was

within the top five bidders, it would, under normal circumstances,

have progressed to the next stage and its financial bid would also be

opened. However, by a letter dated 09.08.2016 issued by the NHAI

(the respondent herein) all bidders were informed about the opening

of the financial bids of the eligible firms which was slated to take

place at 11:30 a.m. on 17.08.2016 at the NHAI Headquarter, New

Delhi. The letter dated 09.08.2016 is of vital significance and

therefore the same is reproduced herein below:-

"NHAI/BOT/IE/11023/1/MC-P/2015/HR/362 09.08.2016 To, The Bidders Sub: Procurement of Independent Engineer Services for 8-Laning of Section of NH-1 (New NH-44) from Mukarba Chowk at Km 15.500 to Panipat at Km 86.000 on BOT (Toll) basis in the State of Haryana: Finalization of Technical Evaluation and Opening of Financial Bids-Reg.

1. Vide letter no.NHAI/BOT/IE/11023/1/MC- P/2015/HR181 dt.13.04.2016, the summary of Technical Evaluation was displayed on E-tender portal of NHAI for information of bidders wherein bidders were given opportunity to respond by 20.04.2016 (upto 11:00 hrs.) in case of any objection. The objections raised by some of the bidders were scrutinised and with the approval of

Competent Authority final Technical Scores as mentioned below are hoisted for information of bidders:-

              Sl.       Name of Firm                         Marks         Rank
              No.
                  i.    LEA Associates South Asia Pvt.       87.59         X
                        Ltd.
                  ii.   STUP Consultants Pvt. Ltd. in        88.24         IX
                        Association with Ayoleeza
                        Consultants Pvt. Ltd.
                 iii.   Aarvee Associates Architects         92.41         V
                        Engineers & Consultants Pvt.
                        Ltd.
                 iv.    Bloom Companies LLC, USA in          86.66         XI
                        Association with Credible
                        Management And Consultants
                        Pvt. Ltd.
                  v.    Egis International S.A. in JV with   95.17         II
                        Egis India Consulting Engineers
                        Pvt. Ltd.
                 vi.    Artefact Projects Ltd.               85.28         XII
                vii.    MSV International Inc. In            88.68         VII
                        Association with M/s. LSI
                        Engineering & Consultants Ltd.
               viii.    Getinsa-Payma, S.L. In               93.06         IV
                        Association with Segmental
                        Consulting and Infrastructure
                        Advisory Pvt. Ltd.
                 ix.    Louis Berger Consulting Pvt. Ltd.    89.01         VI
                  x.    URS Scott Wilson India Pvt. Ltd.     95.49         I
                        in JV with Consulting Engineers
                        Groups Ltd. and in association
                        with AEOM India Pvt. Ltd.
                 xi.    SMEC International Ply Ltd. in       88.55         VIII
                        Association with SMEC (India)
                        Pvt. Ltd.
                xii.    SA Infrastructure Consultants        94.97         III*
                        Pvt. Ltd.





* There was Vigilance enquiry on account of submission of false/altered work experience certificates by M/s. Nicholas O‟Dwyer Ltd. JV with M/s SA Infrastructure Consultants Pvt. Ltd. Competent Authority approved initiating action against the Firm. Legal Opinion was sought. On the basis of Legal opinion, Competent Authority approved not to open the Financial Bid of M/s. SA Infrastructure Consultants Pvt. Ltd. It is further informed that the Financial Bids of eligible Firms shall be opened on 17.08.2016 at 11.30 AM, NHAI HQ New Delhi.

This issues with the approval of Competent Authority.

(P.K.Sabat) Manager (Tech)-H."

(underlining added)

4. Insofar as this case is concerned, the note given after the

asterisk mark is what is relevant. It comprises of several parts:-

(i) There was a vigilance enquiry on account of submission

of false/altered work experience certificates by Nicholas

O‟ Dwyer & Co. Ltd. which had a joint venture with S A

Infrastructure Consultants Pvt. Ltd. (the petitioner

herein);

(ii) The competent authority approved initiating action

against the firm (presumably the petitioner herein);

        (iii)    Legal opinion was sought;





         (iv)     On the basis of legal opinion, the competent authority

approved not to open the financial bids of the petitioner.

5. It is clear that a vigilance enquiry was initiated by the Vigilance

Division of NHAI with regard to four work experience certificates

submitted by Nicholas O‟ Dwyer & Co. Ltd. with whom the petitioner

undertook projects on a joint venture basis. The final investigation

report was submitted by the Vigilance Division of the NHAI and

thereafter on 24.02.2016 the competent authority i.e., the Chairman,

NHAI had approved initiation of action against Nicholas O‟ Dwyer &

Co. Ltd. which had a joint venture with the petitioner (including its

subsidiary).

6. The minutes of the meeting held on 24.02.2016, a copy whereof

was placed before us, clearly indicate that the Vigilance Department

was to make available the documents and proof with regard to the said

allegations to the concerned technical division for taking necessary

action against the alleged defaulter consultants "after following due

process i.e. by issuing show cause notice and dealing with the case as

per the RFP/bid document". Pursuant to this, three show cause

notices were issued on 25.04.2016, 12.05.2016 and 16.05.2016 in

respect of the very same four certificates which had allegedly been

submitted by Nicholas O‟ Dwyer & Co. Ltd. to indicate its work

experience. The said show cause notices were issued in respect of a

Bihar project, an Orissa project and a Jammu & Kashmir project,

respectively. All these projects were awarded in 2010-2011. It was

pointed out by the petitioner that insofar as the Bihar project was

concerned, the initial JV with Nicholas O‟ Dwyer & Co. Ltd. was

with one Upham International Corporation Ltd. and the petitioner was

not party to the bidding process and in that the four alleged certificates

of Nicholas O‟ Dwyer & Co. Ltd. had already been submitted.

7. In any event, the petitioner submitted replies to the said show

cause notices on 09.05.2016, 25.05.2016 and 26.05.2016,

respectively. These were interim replies inasmuch as the petitioner

had asked for further information and also for copies of the relied

upon documents. Personal hearing was also requested and a request

was also made for cross-examination. However, nothing happened

after the replies were received by the respondent. Admittedly, till date

there has been no determination pursuant to the show cause notices

mentioned above. In other words, there is no conclusive decision as

to whether Nicholas O‟ Dwyer & Co. Ltd. had submitted false/forged

certificates of work experience and more importantly as to whether

there was any complicity on the part of the petitioner herein in the

submission of such certificates, even if it were to be concluded, that

they were fake or forged.

8. Thereafter, the present request for proposal (RFP) was being

processed, the bid by the petitioner having been submitted as far back

as on 26.10.2015. A copy of the minutes of the evaluation committee

held on 12.07.2016 was handed over to us by the learned counsel for

the respondent which we are taking on record. As per the said

minutes, the RFP for the subject project had been invited on

15.09.2015 on e-tender basis and the bid submission due date was on

26.10.2015. Thirteen bids had been received by the bid due date. A

meeting of the evaluation committee was held on 12.07.2016 to

deliberate upon the legal opinions and to finalise the technical

evaluation.

9. It is evident from the said minutes that the committee had a

meeting on 11.04.2016 and recommended to post the draft results of

the technical evaluation on the e-tender portal to give an opportunity

to the bidders to respond within seven days in case they had any

objection to the marks thereunder. After the approval of the

competent authority, the marks of the technical evaluation of the

bidders were uploaded on the e- tender portal of NHAI on 13.04.2016

and the bidders were given opportunity to respond by 20.04.2016 in

case they had any objection. After considering the objections which

had been received, the financial consultant submitted its report dated

21.04.2016 and the evaluation committee in its meeting held on

21.04.2016 itself deliberated upon the report and prepared the revised

summary of the final evaluation scores which is the same as appears

in the letter dated 09.08.2016 which we have already extracted above.

It will be remembered that the petitioner was shown at rank No.3

having obtained 94.97 marks.

10. Thereafter, the recommendation of the evaluation committee to

seek legal opinion regarding the opening of financial bids of the

petitioner was approved by the competent authority and accordingly

the legal opinion of the Legal Department of NHAI was obtained on

19.05.2016 whereby the Legal Department opined as under:-

"Legally speaking NHAI‟s action of not opening of financial bid of said two firms may not be legally tenable.

However, the terms and conditions of RFP of the specific bid could only be referred to in each case on merit and decided objectively whether the bid submitted be declared as responsive. It may be noted that any action out of extraneous influence may invite litigation."

11. The evaluation committee deliberated upon the said opinion on

01.06.2016 and thought it fit to obtain a second opinion from a

Government empanelled advocate firm before taking a final decision

in the matter. Accordingly the legal opinion was obtained from the

said firm. The opinion was submitted through a letter dated

16.06.2016 and was to the following effect:-

"In view thereof, in our opinion, the financial bid of M/s. SA Infrastructure Consultants Pvt. Ltd. may be opened. However, M/s. SAICPL, may be informed that the opening of its Financial Bid is subject to the pending proceedings.

Generally, considering that the issue is long pending, it would be advisable that the matter is dealt expeditiously as pendency of such matters are likely to have an adverse view being taken against NHAI, in both the cases where the contract is awarded to SAICPL or otherwise."

12. The evaluation committee after considering the said opinion

discussed the matter with the member (PPP) (public private

partnership) (who also happens to be the Chief Vigilance Officer in

the Vigilance Department of NHAI).

13. It appears that the said Member (PPP) advised the committee

that legal opinion from a named senior central Government standing

counsel be also obtained. The opinion of such a senior central

Government standing counsel was obtained and was to the following

effect:-

"In the opinion of the undersigned, it is always advisable given the circumstances that the Chairman of NHAI has directed to initiate inquiry into the allegations against the company that it has used fraudulent means to gain the work contracts with NHAI and which inquiry is still pending shows a taint upon the company that during the pendency of the inquiry, the financial bid of the company should not be opened."

14. Thereafter the evaluation committee was apprised that the

technical division sought a final opinion in the matter from the Chief

General Manager (Legal), NHAI and the opinion so given was as

under:-

"The Bidder has used fraudulent mean/misrepresented in NHAI project therefore not to be entertained and be debarred in future projects also till he conclusively proves, bonafide with documents including foreign origin certificates. We may therefore not entertain this bid."

15. Thereafter it was concluded in the said meeting of 12.07.2016

as under:-

"13. After deliberation of above legal opinions & on the

basis of the final legal opinion dt. 11.07.2016 of CGM (Legal), Evaluation Committee recommends as under:-

(a) Not to open the Financial Bid of SA Infrastructure Consultants Pvt. Ltd. subject to approval of Competent Authority,

(b) To forward Legal Opinion dt. 11.07.2016 to GM (Vig.) for further necessary action,

(c) Approval of the revised Technical Score of the Firms as under:-

             Sl. No.    Name of Firm                    Marks Rank
                  I.    LEA Associates South Asia       87.59 X
                        Pvt. Ltd.
                  II.   STUP Consultants Pvt. Ltd.      88.24     IX
                        in Association with Ayoleeza
                        Consultants Pvt. Ltd.
                 III.   Aarvee Associates Architects    92.41     V
                        Engineers & Consultants Pvt.
                        Ltd.
                 IV.    Bloom Companies LLC, USA        86.66     XI
                        in Association with Credible
                        Management And
                        Consultants Pvt. Ltd.
                  V.    Egis International S.A. in JV   95.17     II
                        with Egis India Consulting
                        Engineers Pvt. Ltd.
               VI.      Artefact Projects Ltd.          85.28     XII
               VII.     MSV International Inc. In       88.68     VII
                        Association with M/s. LSI
                        Engineering & Consultants
                        Ltd.
              VIII.     Getinsa-Payma, S.L. In          93.06     IV
                        Association with Segmental
                        Consulting and Infrastructure
                        Advisory Pvt. Ltd.





                  IX.      Louis Berger Consulting Pvt.    89.01     VI
                          Ltd.
                  X.      URS Scott Wilson India Pvt.     95.49     I
                          Ltd. in JV with Consulting
                          Engineers Groups Ltd. and in
                          association with AEOM India
                          Pvt. Ltd.
                 XI.      SMEC International Ply Ltd.     88.55     VIII
                          in Association with SMEC
                          (India) Pvt. Ltd.
               XII.       SA Infrastructure Consultants   94.97     III*
                          Pvt. Ltd.

        *     In view of above recommendations the Financial

Bid shall not be opened subject to approval of Competent Authority.

(d) To hoist the revised summary of scores for information of bidders.

(e) To open the Financial Bids of Top Five Technically qualified bidders after excluding SA Infrastructure Consultants Pvt. Ltd. in line with the final Legal opinion are as under:-

Sl. No. Name of the Consultancy Technical Rank Firm Score i. URS Scott Wilson India 95.49 1st Pvt. Ltd. in JV with Consulting Engineers Group Ltd. and in association with AECOM India Pvt. Ltd.

ii. Egis International S.A. in 95.17 2nd JV with Egis India Consulting Engineers Pvt. Ltd.

                  iii.   Getinsa-Payma, S.L. In       93.06       3rd
                         Association with





                         Segmental Consulting and
                        Infrastructure Advisory
                        Pvt. Ltd.
                  iv.   Aarvee Associates        92.41         4th
                        Architects Engineers &
                        Consultants Pvt. Ltd.
                   v.   Louis Berger Consulting  89.01         5th
                        Pvt. Ltd.

14. In view of above, approval of Competent Authority may be solicited for the Minutes of the Meeting of Evaluation Committee dt. 12.07.2016 and for opening of Financial proposals of the Consulting Firms as per para 13(e) above."

(underlining added)

16. The Chairman, NHAI being the competent authority approved

the above recommendation and thereafter the letter dated 09.08.2016

was issued to all the bidders informing them of the date of opening of

the financial bid on 17.08.2016 after excluding the petitioner.

17. After hearing counsel for the parties, we are of the view that the

course of action taken by the respondents insofar as the petitioner is

concerned cannot be accepted. There are several reasons for this.

First of all, there has been no determination on the show cause notices

which were issued to inter alia the petitioner. Thus, there is no

conclusive finding with regard to the four certificates of work

experience submitted by Nicholas O‟ Dwyer Limited were alleged to

be false or fabricated. Apart from this, there is no finding that there

was any complicity on the part of the petitioner. The respondent

should have taken a final decision in the matter and if and only if there

was a finding against the petitioner could the respondent have taken

the decision to exclude the petitioner from the stage of opening of

financial bids. The second reason is that we get the impression that the

respondent was bent upon excluding the petitioner from the stage of

opening of financial bids and that is why it went on seeking opinions

after the first two opinions were against the course of action which

they have taken. We are of the view that the first two opinions given

by the Vigilance Department of NHAI in the first instance and by the

legal consulting firm of NHAI were correct and sufficient to enable

the respondent to open the financial bid of the petitioner. The

respondent ought to have followed that course of action and permitted

the petitioner to participate in the second stage i.e., opening of the

financial bids yet, it persisted and sought further opinion from a

Senior Government Standing Counsel and furthermore from the CGM

(Legal), NHAI. We do not understand as to how the CGM (Legal)

could have given an opinion that the petitioner had used fraudulent

means/misrepresented in the NHAI projects and that therefore the

petitioner should not be entertained and be debarred from future

projects also till he conclusively proves his bona fides with

documents. This understanding of the law is completely contrary to

what it actually is. Once show cause notices had been issued to the

petitioner, unless they were taken to their logical end, there could not

be any finding against the petitioner. Furthermore, we do not know

how the CGM (Legal), NHAI could have given an opinion that the

petitioner be debarred from future projects without even considering

petitioner‟s replies to the show cause notices. This would clearly

militate against the principles of natural justice. Even the opinion

given by the Senior Central Government Standing Counsel to the

effect that it is always advisable that during the pendency of enquiry

the financial bids of the company should not be opened is erroneous

and contrary to law. Thirdly, we do not see as to why the respondents

did not take heed of the earlier two opinions and sought to rely on the

latter two opinions which we have already indicated are contrary to

settled legal principles.

18. Therefore, the decision of the competent authority not to open

the financial bids of the petitioner in the circumstances narrated above

is clearly not warranted in law. Consequently, we direct that the

petitioner would be entitled to participate in the next stage and that the

petitioner‟s financial bids would be opened because it is otherwise

placed at rank No.3.

19. We are making it clear that we have not made any observation

with regard to the merits of the show cause notices and the replies

given by the petitioner and the final decisions to be taken in the

matter.

20. The writ petition stands allowed as above. There shall be no

order as to costs.




                                    BADAR DURREZ AHMED, J



AUGUST 30, 2016                         ASHUTOSH KUMAR, J
ns





 

 
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 : Smt. Nirmala Devi Bam Memorial International Moot Court Competition

 
 
Latestlaws Newsletter