Citation : 2017 Latest Caselaw 47 Del
Judgement Date : 4 January, 2017
* IN THE HIGH COURT OF DELHI AT NEW DELHI
% Judgment Reserved on: 15.12.2016
Judgment delivered on: 04.01.2017
+ W.P.(C) 10884/2016
ORION SECURITY SOLUTIONS PVT LTD ..... Petitioner
versus
GOVT OF NCT OF DELHI AND ORS ..... Respondents
Advocates who appeared in this case:
For the Petitioner : Mr Jayant K. Mehta with Mr Sukant Vikram,
Mr Anshumaan Sahni & Mr Abhijit Srivastava.
For the Respondent. : Mr Satyakam, ASC with Mr Ravinder Kumar,
DDE, CTB, DoE.
CORAM:-
HON'BLE MR JUSTICE BADAR DURREZ AHMED
HON'BLE MR JUSTICE ASHUTOSH KUMAR
JUDGMENT
ASHUTOSH KUMAR, J
1. The petitioner, which is a security service provider, has challenged
the order dated 07.11.2016 bearing no. F.10(34)/CTB/SEC/Part II/1466
passed by respondent no.1 whereby the Tender Enquiry no.
2015_DE_75441_1 has been cancelled after holding the bid of the
petitioner to be unviable and unworkable.
2. This case has a history: The Directorate of Education, GNCTD,
respondent no.1, had issued notice inviting e-tenders under three bid
system from parties for the deployment of adequate number of trained
security staff for providing security services in government schools,
stadia and other field offices of the DoE of GNCTD for a period of two
years which could be extended on yearly basis for a period of two years.
The notice inviting tender (herein called the NIT) contained eligibility
criteria that the bidders be registered with IT and licensed under the
Labour laws; EPF organization, ESI corporation and should be having
Sales tax and Income tax departments clearance.
3. Clause 17.1 of the NIT declared that the lowest tenderer would be
awarded the contract.
4. Various other conditions were given in the NIT; one of them being
that a bidder would not quote Agency charges below 5%. However, the
above requirement was waived vide a clarificatory notice dated
13.07.2015 by the GNCTD.
5. The petitioner after having participated in the bid was declared the
lowest bidder in relation to some of the clusters of schools for which the
e-Tender was advertised. The petitioner had quoted Rs.1 as agency
charges, for which he was asked certain clarifications from the
department to find out as well as to ensure the feasibility and viability of
the petitioner in carrying out the tender work on such a low rate of
commission. Despite the petitioner having explained the "hybrid business
model" namely redirecting the funds which the petitioner received under
various government sponsored deployment linked skill development
programmes, for the present work, and that the petitioner maintained an
elaborate infrastructure in Delhi, the tender opening committee
recommended for rejection of the bid of the petitioner on the ground of
non- feasibility of carrying of the tender requirements with such low
agency charges.
6. The aforesaid recommendation of the tender opening committee
was later communicated to the petitioner on 25.04.2016.
7. The petitioner thereafter challenged the aforesaid decision of the
tender opening committee, rejecting his proposal, before this court vide
W.P.(C) No. 4296/2016, contending that its bid could not have been
rejected on the ground of low agency charge in the absence of any
prohibition in the conditions of the NIT for quoting any figure as the
agency charge and more so when the requirement regarding minimum
agency charges, which initially was fixed at 5% of the contract rate, was
later waived by a clarificatory order.
8. This contention of the petitioner was sought to be negatived by the
respondents therein by arguing that the bid of the petitioner was suspect
as being unviable as also because Rule 160 of the GFR (General
Financial Rules) required a contract to be awarded not only to the lowest
evaluated bidder whose bid was found to be responsive but who would
also be eligible and qualified to perform the contract satisfactorily as per
the terms and conditions laid down in the bidding document. It was thus
asserted by the respondent therein that the decision of the tender opening
committee was neither based on any malafides nor was it at all arbitrary.
9. While viewing and assessing the rival contentions of the parties, in
W.P.(C) No. 4296/2016, this court was of the opinion that low agency
charges being the only ground on which the bid of the petitioner was
recommended to be rejected, without there being any prohibition in the
tender condition for quotation of Rs. 1 as agency charge, was
unsustainable as it was not based on relevant consideration. This court
took note of the fact that in cases of suspicion of commercial unviability,
a lowest bid in a government contract may not be accepted but strong
reasons are required for not choosing the lowest bidder. Without this
caveat, the government authorities, could have a wide playing field in
matters of choosing the bidders for awarding of contract from amongst
others, which may not be a healthy system in a democratic set up,
portending arbitrariness in the decision making process.
10. If, in the NIT document, the requirements of statutory payments
and sufficient infrastructure have been spelt out, any bidder participating
in the tender would not be oblivious of such conditions and in case he
quotes a particular rate as agency charges, which may, in the estimation
of others be low, but he only would know whether it would be possible
for him to perform the obligations in case of award of contract. In other
words, a participant knows his financial health and cannot, ordinarily,
resort to a misadventure as it would entail termination of contract,
forfeiture of EMD and payment of heavy compensation.
11. Finding no condition in the tender document prohibiting quotation
of any agency charges, much less low charges, this court was of the view
that the decision of the tender opening committee was not reasonable in
as much as it ignored the financial health of the petitioner as shown by
him and that the initial requirement in the tender of not offering any rate
below 5% having been consciously removed thereby indicating the
validity of the agency charges within any range, quashed the order dated
23.03.2016 & 25.04.2016 by which the e-tender of the petitioner was
recommended to be rejected and was communicated to him respectively.
The department was directed to reconsider the case of the petitioner
afresh in the light of the reasons given in the judgment and order dated
22.08.2016.
12. The reasons assigned in the judgment dated 22.08.2016 are as hereunder:
"35. In the present case, the Tender Notice initially specified that zero or nil agency charges would lead to rejection of the bid and no bidder should quote less than 5%, but the latter requirement of the minimum baseline was removed/deleted, thereby inducing the bidders to believe that anything above zero or nil agency, charges would be acceptable or at least be in sync with the tender requirement. Thus, the viability range fixed by the tender document can only be taken as above zero to any other figure.
36. The Tender Committee appears to have taken note of the requirements under the contract which definitely would entail heavy expenses and which cannot, under nominal conditions, be covered under an agency charge of Re.l/- which has been quoted by the petitioner. Nonetheless, it is difficult for us to
accept the logic of Respondent no.2 that any explanation of the petitioner regarding the Hybrid business model would not be looked into as these are after the submission of bids and furnishing/ acceptance of any document in support of such model would be in the nature of an offline submission which would be contrary to the terms the tender or beyond the requirements of tender evaluation.
37. The impugned decision of the tender evaluation committee appears to have been taken, keeping in view the judgment delivered in MI2C Security & Facilities Pvt. Ltd v Govt. of NCT &Ors. (2013) 205 DLT288, wherein a grievance was raised by the petitioner namely MI2C Security & Facilities Private Limited -security and facilities Pvt. Ltd. regarding contract of work having been awarded to another private respondent whose bid was non-responsive, as it did not indicate the statutory amounts payable to the worker in terms of the relevant laws. One of the grounds raised against the award of contract was that low rates having been quoted by the awardee made it commercially unviable and therefore suspect. A bench of this court, in the aforesaid judgment, held that the Tender evaluation committee and the GNCTD did not consider the aspect of essential charges being defrayed out of the agency rates quoted and for the failure of the awardee of the contract to quote such charges would tantamount to finalization of a void Contract.
38. In the aforesaid case, the statutory payments to the deployed security guards were not indicated as was required under the tender notice. Under such circumstances, in the aforesaid judgment, the award of contract was cancelled. No parallel can be drawn in the present case with the facts of MI2C Security & Facilities Pvt. Ltd v Govt. of NCT (supra). The bid of the petitioner is wholly responsive and compliant with terms and conditions of the tender.
39. We deem it appropriate to indicate that we are not oblivious of judicial precedents voicing the limited scope of judicial interference in tender processes and award of contract and that such judicial review is circumscribed by the requirements of examining only the decision making process and not the decision simplicitor.
40. The award of contract by even a public body is essentially a commercial transaction where commercial considerations outweigh other factors. The commercial considerations do include in its ambit, the price at which the bidder is willing to work and whether such price offered by the bidder would make the contract commercially viable."
"42. If at all, the petitioner has quoted a low rate, he is aware of his financial health and his capacity to perform, his obligation in case of award of contract. In this case, the petitioner claims to be of sound financial health as it receives funding from government agencies under various schemes of manpower development. It would not be open for the Tender
Opening Committee to completely ignore this aspect of the matter while evaluating the candidature of the petitioner as a tenderer. That the requirement of the base minimum charges was removed is a good enough indicator and evidence of the fact that the Respondent No.2 was looking for an offer which would be above zero or nil and it would not be open for the tender evaluation committee to say that low commission charges at re 1 is similar to nil.
43. Judicial review of administrative action is intended to prevent arbitrariness, irrationality, unreasonableness and bias and mala fides as well. As has been often phrased, the purpose of judicial interference in such matters is only to ensure that the decision is made lawfully and not to check whether the decision is good or sound. Evaluating tenders and awarding contracts may be, primarily, a commercial function but in the present case the decision of the Tender Committee, prima facie appears to be arbitrary and irrational if not actuated by any malice or mala fide.
44. We have noticed that the bid of petitioner was compliant and responsive in all respects and that along with the bid document, the petitioner has furnished evidence of sound financial health in the form of many projects which are being simultaneously run by it in different states."
13. Pursuant to the aforesaid direction, the Respondent no.1 had a re-
look on the matter and the contentions of the petitioner were summarized
by the directorate as the following:
(1) Amount of Re. 1 quoted by the petitioner is feasible in view of the
"Hybrid Business Model" and since the condition of minimum bid was
removed by subsequent instruction, the bid qua service charge amount
shall be sole discretion of the agencies;
(2) As per the GFR 2005, no minimum limit of service charge for any
Govt. project is fixed;
(3) Since Rs. 1 is quoted as service charge, no condition has been
violated;
(4) The payment of Bonus Act does not apply to a Department of
Education and the agency has proceeded on same premise;
(5) Since the tender period is 3 years, gratuity will not be applicable;
(6) The justification for each and every clause however has been that
the same is workable as per the hybrid business model.
Thereafter, the directorate proceeded to answer only one
contention, namely contention no. 1 which, in its estimation covered all
other issues.
14. It appears that the contention no.1 of the petitioner was rejected
primarily on the ground that the petitioner, while explaining his "hybrid
business model", failed to show any previous example of such business
model having been run by him and therefore the respondent held that the
model suggested by the petitioner was largely in the realm of
presumptions, which in turn, were dependant upon schemes run by other
departments over which neither the directorate of education nor the
GNCTD would have any control or assurance. Besides this, the
directorate was of the view that the petitioner had failed to take note of
various charges namely supervision, administration and overhead charges
and dubbed the offer of the petitioner as being "over enthusiastic" and
suffering from the vice of "predatory pricing". The respondent no.1 has
also taken resort to clause 16.1 of the NIT empowering it to terminate the
tender without citing any reason. It was, thus, held by the impugned
order, that the bid of the petitioner was prima facie unviable and had the
potency of labour exploitation.
15. The aforesaid grounds of the respondent in again rejecting the bid
of the petitioner as unworkable/unviable has been assailed by the
petitioner as being in teeth of the finding of this court in its judgment
dated 22.08.2016 whereby it was held that the bid of the petitioner was
fully responsive and compliant and that it is also contrary to the express
terms of the tender document, particularly clauses 17.1 of section 2 of
NIT which made it obligatory on the respondent to award the contract to
the lowest evaluated tenderer.
16. Mr Jayant Mehta, learned counsel for the petitioner argued that the
order dated 07.11.2016 is unsustainable as it is premised on those very
grounds which were raised by the respondents in the earlier round of
litigation and which were rejected by the court.
17. The objections of the respondent no.1 have been dealt within the
judgment of this court delivered on 22.08.2016 and the aforesaid
judgment was never challenged by the respondent.
18. Mr Mehta, the learned Advocate, has argued that the petitioner had
submitted all the documents related to the government funding which
fully described the company's financial strength and ability to perform.
The annual returns for the last three years which have been provided by
the petitioner in its financial bid clearly establish that the petitioner has
the ability to deliver and perform the obligations in case of award of
contract.
19. After going through the NIT papers, we do not find any condition
in it which requires a bidder to give any earlier instance of having
successfully executed a contract on the suggested model viz. redirecting
the funds received from the government schemes, for performing the
present work. Hence, any insistence on such explanation cannot be
countenanced.
20. Mr Satyakam, the learned Advocate appearing for the respondent,
on the other hand submitted that the power of judicial review in
commercial matters can only be exercised when there is definite evidence
of the authority adopting a process or taking a decision which is meant or
intended to favour someone or such process or decision is arbitrary and
irrational and it affects public interest. Referring to the ratio in Jagdish
Mandal vs. State of Orissa & Ors.: (2007) 14 SCC 517, Mr Satyakam
argued that the decision making process does not even remotely appear to
be contaminated with malafides nor the decision of not awarding the
contract to the petitioner is without any reason and such decision of the
authority does not affect public interest; rather the decision is in tune with
the public interest of providing adequate security to the schools.
21. We do not approve of the aforesaid argument of the respondent.
There is no gainsaying that in commercial matters, the scope of judicial
review is limited but that does not take away the authority of a court of
law to examine whether the reasons accorded for either awarding or not
awarding a contract are reasonable, rational and relatable to the purpose,
object and terms of the tender which has been floated.
22. We are conscious of the fact that ordinarily, judicial restraint has to
be observed while dealing with administrative decisions because a court
does not sit over the administrative decisions as if an appeal is being
heard and that the government has the expertise and the wherewithal to
know what is best suited for its demands. But at the same time, a
government agency cannot be permitted to supplant ad hoc views in the
NIT requirements. A government agency has freedom of contract but the
freedom cannot be stretched to a limit which is not relatable to the
purpose and requirements of a tender which is brought out with specific
conditions. The courts certainly have the powers to examine a particular
decision of the government on the aspect of the wednesbury principle of
reasonableness.
23. The terms of the NIT as such, may not be open to judicial scrutiny
but at the same time it would be of utmost necessity to insist on
adherence to the terms of the tender floated.
24. An authority cannot supplant its views and has to go by the express
terms and conditions of the tender document. Simultaneously, it has to
abide by the results of the tender. An authority does not have a right to
ignore the requirements in the tender paper once it has chosen to invite
tenders with particular requirements and conditions. If the terms and
conditions of the tender are specific and do not indicate any requirement
as insisted by the respondent, it can safely be said that such stand of the
respondent is contrary to the law in this regard. A government authority
may not be as free as an individual in selecting its recipients for its
"largesse" and it is subject to restraints which are inherent in a democratic
society governed by rule of law.
25. While awarding a contract to a party, the government can consider
the ability of such party to deliver goods or services and can also ask for
past experience and information whether past work has been successfully
completed. However, in the present case, what is being insisted upon by
the government is the past experience of the hybrid model, from where
the petitioner, as a tenderer, would be getting money to execute the
contract, if awarded. This, we are afraid, is not permissible as it is not part
of the tender requirement. So far as the financial health of a tenderer is
concerned, a tenderer had to submit his annual financial statement for the
last three years, which would be a definite proof of the solvency of any
bidder.
26. As far as public interest in this matter is concerned, it would
primarily be referable to the public money which would be expended for
the purposes of the contract along with the safety of the persons for
whom security is to be provided. Public interest is best served when
public money is not unnecessarily expended. As has been stated earlier,
the petitioner has submitted its annual statement showing its financial
worth and has also explained the source of funding by the government in
other self sustainable projects. There is no reason to doubt that the
petitioner would not be able to provide security to the schools according
to the terms of the contract. That apart, clause 7.6 of the tender document
clearly stipulates that the EMD may be forfeited if a bidder withdraws or
amends its bid or impairs or derogates from the bid in any respect within
the period of validity of its bid or in case of a successful bid, the bidder
fails to sign the contract or to furnish performance security or to
commence work in the stipulated period.
27. Seeing all this, this court in W.P.(C) No.4296/2016 had found the
bid of the petitioner to be compliant and responsive and had directed the
respondent to take an appropriate decision in the light of the order passed.
The aforesaid order has not been challenged. It is thus not open for the
respondent to take a plea that the bid of the petitioner is not responsive
because of low workable rates or agency charges.
28. We have also been informed at the bar, that the present contractor,
in the interregnum, has been providing security services at the rate of Rs.
1 as agency charges and his term has been extended.
29. Though, in the impugned order dated 07.11.2016, the respondent
has stated that it might terminate the whole tendering process and the
petitioner could participate in the upcoming fresh e-tender, we feel that
there is no justifiable reason for the respondent to re-tender the same
services particularly when the petitioner is ready to work on terms of the
said contract at the lowest rate possible. Any decision to cancel the tender
now would be arbitrary and unreasonable. Re-tendering in the aforesaid
circumstances would also smack of an intention of the respondent to
outwit the petitioner or anybody who is ready to work at a low rate,
without compromising with the conditions of the contract in any manner
whatsoever.
30. As a result thereof, the order impugned is set aside.
31. The respondent is directed to take a decision at the earliest in the
light of what has been said in the order dated 22.08.2016 passed in
W.P.(C) 4296/2016 and this order.
32. The petition is allowed.
33. There shall be no order as to costs.
CM 42635/2016
1. In view of the petition having been disposed of, the application has
become infructuous.
2. The application is disposed of accordingly.
ASHUTOSH KUMAR, J
BADAR DURREZ AHMED, J JANUARY 04, 2017 ab
Publish Your Article
Campus Ambassador
Media Partner
Campus Buzz
LatestLaws.com presents: Lexidem Offline Internship Program, 2026
LatestLaws.com presents 'Lexidem Online Internship, 2026', Apply Now!