Citation : 2019 Latest Caselaw 2272 Del
Judgement Date : 30 April, 2019
$~62
* IN THE HIGH COURT OF DELHI AT NEW DELHI
Decided on: 30th April, 2019
+ W.P.(C) 12240/2018 & CM APPL. 47433-47434/2018
ASHWANI GARG ..... Petitioner
Through: Mr.Sanjay Sharawat, Mr.Divyank
Rana & Mr.Ashok Kumar,
Advocates
versus
GOVERNMENT OF NCT OF DELHI ..... Respondent
Through: Mr.Satyakam, Addl.Std.Cousnel with
Mr.D.A.Dewan, Ex.Eng., PWD
CORAM:
HON'BLE MR. JUSTICE S. RAVINDRA BHAT
HON'BLE MR. JUSTICE PRATEEK JALAN
PRATEEK JALAN, J. (ORAL)
%
1. This petition concerns nine Notices Inviting Tender [hereinafter referred to as "NIT"] dated 06.09.2018, issued by the respondent [Government of NCT of Delhi] for the construction of additional classrooms in various schools.
2. The petitioner submitted his bid pursuant to the NIT on 29.09.2018. The respondent rejected the technical bid of the petitioner on the ground that it had failed to score minimum marks in the "Time Over Run" criteria (explained in greater detail herein below). The petitioner represented to the respondents vide letters dated 02.11.2018 and 05.11.2018. The lack of a satisfactory response has led to the present proceedings.
3. The tender was open to contractors enlisted in the appropriate category by the Central Public Works Department [hereinafter referred to as "CPWD"] as well as those not so listed. The petitioner being undisputedly not enlisted in the appropriate category, Clause 1.2.1(a) required establishment of its past performance in the following manner:
"1.2.1 Conditions for other eligible agencies who are not enlisted under appropriate composite category of CPWD only,
(a) Three similar works each of value not less than Rs 16.08 crore or two similar works of value not less than Rs. 24.12 crore or one similar work of value not less than Rs 32.16 crore in last 7 years ending previous day of last date of submission of bids.
Similar work shall mean "C/o RCC framed structure building including water supply, sanitary installation and internal electrical installations".
The value of executed works shall be brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum, calculated from the date of completion to the last date of submission of bid.
Note: While considering any similar work executed by applicant Firm under joint venture, the experience of the applicant Firm in that works shall be restricted to its share/responsibilities as reflected in the Memorandum of Understanding (MoU), signed between the parties, while forming joint venture for that work, attested copy of which shall be submitted along with the technical bid."
4. Eligible bidders were thereafter to be evaluated in accordance with criteria specified in clause 8.0 of Section II of the tender document. Clause 8.1.2 thereof provided as follows:
"8.0 EVALUATION CRITERIA xxxx xxxx xxxx xxxx
8.1.2 The bidders qualifying the initial criteria as set out in para 7.1 to 7.9 above will be evaluated for following criteria by scoring method on the basis of details furnished by them.
(a) Financial strength (Form „A‟ &
„B‟) Maximum 20 Marks
(b) Experience in similar nature of
work during last Seven years
(Form „C‟) Maximum 20 Marks
(c) Performance on works (Form
„E‟)- Time over run Maximum 20 Marks
(d) Performance on works (Form
„E‟)- Quality Maximum 15 Marks
(e) Personnel and Establishment
(Form „F‟ & „G‟) Maximum 10 Marks
(f) Plant & Equipment (Form „H‟) Maximum 15 Marks
Total 100 Marks
(Evaluation of marks shall be done as per Annexure -„A‟ at Sheet attached hereinafter) To become eligible for short listing the bidder must secure at least fifty percent marks in each and sixty percent marks in aggregate.
The department, however, reserves the right to restrict the list of such qualified contractors to any number deemed suitable by it."
5. As stated above, the methodology for evaluation of marks against the above criteria was contained in Annexure-A, which was part of the tender documents. This methodology was admittedly derived from the CPWD Works Manual, being Annexure-I to Appendix-20 thereof. We are concerned, in the present case, with the evaluation of "Time Over Run" ["TOR"] under Clause 8.1.2(c) above. As far as this is concerned, the methodology for evaluation of marks contained in Annexure-A was as follows:
"CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTOR FOR PRE-
ELIGIBILITY Attributes Evaluation
xxxx xxxx xxxx xxxx
(c) Performance (20 Works (time marks) over run) Parameter Calculation Score Maximum for points marks
(i) Without levy of compensation 20 15 10 10
(ii) With levy of Compensation 20 5 0 -5
(iii) Levy of compensation not decided 20 10 0 0 TOR = AT/ST, where AT = Actual Time; ST = Stipulated Time.
Note: Marks for value in between the stages indicated above is to be determined by straight line variation basis.
xxxx xxxx xxxx xxxx
[Emphasis supplied]
6. For evaluation of the agency's past performance, the TOR criteria is incorporated in these provisions so that the timeliness of the agency's performance can be factored in. In the clause above, the TOR in respect of a particular project is calculated by dividing the "Actual Time" taken by the "Stipulated Time". For a particular TOR, the marks awarded to the agency is then determined by reference to the table above, and is thus also dependent upon whether or not the contractor was subjected to levy of compensation.
7. The petitioner's grievance in this writ petition turns on an interpretation of the above provision of Annexure-A. Mr.Sanjay Sharawat, learned counsel for the petitioner, contends that the "Stipulated Time (ST)", which is one of the determinants of the "Time Over Run (TOR)" should not be reckoned only on the basis of the time which had been originally provided for performance of the project in question, but should also include any extensions of time granted for which the contractor was not responsible. He argues that a contractor ought not to be penalized for delays in earlier projects for which it was not responsible and for which extensions were granted by the contracting agencies without levy of any compensation. In this connection, Mr.Sharawat submits that the CPWD Works Manual [which is admittedly applicable to construction contracts issued by the respondent] had been amended prior to the issuance of the NIT to incorporate this understanding, which was arbitrarily and unreasonably left out in the present NIT. He referred in this connection to an Office Memorandum bearing No. DG/MAN/347 dated 13.04.2017, by which the CPWD had made various modifications in the Works Manual.
The relevant provision of that memorandum is in Sr.No.14 thereof, which defines TOR as follows:
Sl. Existing Provision Modified Provision No.
xxxx xxxx xxxx xxxx
14. ANNEXURE-I OF ANNEXURE-I OF APPENDIX-20
APPENDIX-20 CRITERIA FOR EVALUATION OF
THE PERFORMANCE OF
xxxx xxxx CONTRACTORS FOR PRE-
ELIGIBILITY
xxxx xxxx
TOR = AT/ST, where AT=Actual
Time; ST=Stipulated Time in the
AGREEMENT plus (+) Justified
Period of Extension of Time.
xxxx xxxx
Mr.Sharawat submits that, if the petitioner's past performance had been calculated in accordance with this revised guideline, justified periods of extension granted to him would have been included in the quantum of "Stipulated Time", leading to a reduced value of TOR and a consequential award of higher marks under the TOR criterion.
8. Mr.Sharawat supported this argument by reference to various clauses in the bid document by which the CPWD Manual was, according to him, incorporated into the tender documents, along with all amendments and
modifications thereof. The clauses cited by him in this connection are as follows:
Clause 2 of Invitation to Bid
"2. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit his bid if he considers himself eligible and he is in possession of all the documents required."
Clause 2 of Tender Documents (CPWD-6)
"2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7 (or other Standard Form as mentioned) which is available as a Govt. of India Publication and also available on website www.cpwd.gov.in. Bidders shall quote his rates as per various terms and conditions of the said form which will form part of the agreement."
Clause 22.1.2 of Tender Documents (CPWD-6)
"22. For Composite Bids.
xxxx xxxx xxxx xxxx 22.1.2 The bid document will include following three components:
Part A:- CPWD-6, CPWD-7 including schedule A to F for the major component of the work, Standard General Conditions of Contract for CPWD 2014 as amended/modified up to the last date of submission of bid, including extension, if any.
xxxx xxxx xxxx xxxx"
9. Mr.Satyakam, learned Standing Counsel for the respondent, opposed the writ petition on the ground that the NIT was required to be evaluated on the basis of the methodology provided in it and not by reference to the 2017
Amendment, which was not incorporated in the subject NIT. According to him, a revised interpretation of the term "Stipulated Time" would require re-evaluation, not only of the petitioner's bid, but also of all the bids which had been submitted pursuant to the subject NIT. Factually, he stated that the revised definition in fact has been incorporated by the respondent in subsequent tenders, but submitted that this would not affect the construction of the tender clauses in the present case. He further submitted that a pre-bid meeting was held on 14.09.2018, at which the petitioner was also present, but that he did not raise any query regarding the evaluation criteria nor object to the definition of "Stipulated Time" contained therein, on the ground that it did not incorporate the recommendation of 13.04.2017.
10. Having heard learned counsel for the parties, the principal question to be determined is whether the revised definition of "Stipulated Time", provided in the Office Memorandum of 13.04.2017, would ipso facto be applicable to the tender in question. Significantly, although the NIT is based upon the CPWD Works Manual, it does not automatically incorporate all amendments thereto. The tender clauses cited by Mr.Sharawat refer expressly to "the terms and conditions of CPWD-6" and provide for the agreement to be drawn in terms of Form No.CPWD-7. Clause 22.1.2 provides for incorporation of amendments made to these two documents. Upon a perusal of copy of the CPWD Works Manual, 2014, which was produced by Mr.Satyakam, we find that "CPWD-6" refers to a format of the Notice Inviting Tender to be published for e-tendering. In fact, the NIT in the present case followed that format. "CPWD-7" referred to therein is the format of the agreement to be entered into with the successful bidder. The methodology for evaluation of the performance
criteria, which is the subject matter of dispute in the present case, is not part of these documents. As mentioned hereinabove, it is drawn from Annexure-1 of Appendix-20 of the CPWD Manual. Appendix-20 bears reference to paragraphs 15.7.1(4) and 16.5 of the Manual, which provide that the eligibility and bid evaluation criteria would be finalized in accordance therewith. The tender conditions do not expressly refer to "Annexure-A" being incorporated along with its amendments and modifications. In the absence of any reference to Appendix-20 in CPWD-6 or CPWD-7, we do not find any justification to read the amendment of 13.04.2017 into the subject NIT. The interpretation being placed on the clause by the respondent is not only consistent with its terms, but also reflects a "plain meaning" understanding, which other bidders may also have taken. Further, in our view, this is exactly the kind of issue that could have been raised in the pre-bid meeting. That is an appropriate forum for resolution of any ambiguities in the tender documents. The petitioner's failure to do so demonstrates that he submitted his tender without any reservation, and the present dispute has been raised only after the technical bids were evaluated, and he was disqualified.
11. In this situation, the respondent cannot be faulted for interpreting the term "Stipulated Time" in the manner it did. This construction, even if it excludes justified extensions granted to the contractor, cannot be the subject matter of interference under Article 226 of the Constitution. In general, it is the tendering authority which is responsible for interpreting the tender conditions and the writ Court would interfere only if the construction is manifestly arbitrary or malafide. This principle has been stated by the Supreme Court in several judgments, including Afcons Infrastructure Ltd. v.
Nagpur Metro Rail Corpn. Ltd., (2016) 16 SCC 818, wherein it was stated as follows:-
"15. We may add that the owner or the employer of a project, having authored the tender documents, is the best person to understand and appreciate its requirements and interpret its documents. The constitutional courts must defer to this understanding and appreciation of the tender documents, unless there is mala fide or perversity in the understanding or appreciation or in the application of the terms of the tender conditions. It is possible that the owner or employer of a project may give an interpretation to the tender documents that is not acceptable to the constitutional courts but that by itself is not a reason for interfering with the interpretation given."
12. Any revision of the tender conditions at this stage would entail re- evaluation of all the bids submitted and consequential delay in construction of additional classrooms in government schools, which can also not be justified in public interest.
13. In the facts and circumstances aforesaid, the writ petition is dismissed, along with the pending applications, but with no order as to costs.
PRATEEK JALAN, J.
S. RAVINDRA BHAT, J.
APRIL 26, 2019 „hkaur‟
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!