Sunday, 17, May, 2026
 
 
 
Expand O P Jindal Global University
 
  
  
 
 
 

WA/328/2021
2022 Latest Caselaw 2261 Gua

Citation : 2022 Latest Caselaw 2261 Gua
Judgement Date : 29 June, 2022

Gauhati High Court
WA/328/2021 on 29 June, 2022
GAHC010192012021




                            IN THE GAUHATI HIGH COURT
               (The High Court of Assam, Nagaland, Mizoram and Arunachal Pradesh)

                                    PRINCIPAL SEAT AT GUWAHATI

                                    WA Nos.328/2021 & 329/2021



                                        1. WA No. 328/2021


                   M/s Trident Enterprise,
                   A sole proprietorship concern bearing Regd. No.NPW/Class-I/158,
                   represented by its Proprietor Shri Imty Ao @ P. Imty Ao,
                   S/O Late L. Panger Ao, resident of Lower Agri Colony,
                   Kohima, Nagaland-797001.

                                                                             ......Appellant.

                         -Versus-

                   1.    The Union of India,
                         represented by the Secretary to the Ministry of Rural
                         Development, Govt. of India,
                         Krishi Bhavan, New Delhi-110001.
                   2.    The State of Nagaland,
                         represented by the Chief Secretary to the Govt. of Nagaland,
                         Kohima.
                   3.    The Commissioner & Secretary to the Govt. of Nagaland,
                         Works & Housing Department, Kohima, Nagaland.
                   4.    The Commissioner & Secretary to the Govt. of Nagaland,
                         Rural Development Department, Kohima, Nagaland.
                   5.    The Engineer-In-Chief, NPWD & Empowered Officers,
                         NGRRDA, Nagaland, Kohima.
                   6.    The Chief Engineer,
                         PWD(R&B), Nagaland, Kohima.
                   7.    The Superintending Engineer (Design),


           WA 328/2021 & 329/2021                                                Page - 1 of 50
              O/o Chief Engineer, PWD (R&B), Kohima, Nagaland.
      8.     The Executive Engineer (Design),
             O/o Chief Engineer, PWD (R&B), Kohima, Nagaland.
      9.     M/s ND & Co.
             Regd. No.NPW/Class-1/457,
             Kohima, Nagaland.
                                                              ......Respondents.
For the Appellant:        Mr. D. Das (Sr. Adv.),
                          Mr. N.N.B. Choudhury,
                          Mr. M. Dewan,
                          Mr. A. Atreya.                       ......Advocates.


For the Respondents:      Mr. S.S. Roy, CGC,
                          Ms. M. Kechii, GA, Nagaland.        ......Advocates.



                           2. WA No. 329/2021
      M/s Trident Enterprise,

A sole proprietorship concern bearing Regd. No.NPW/Class-I/158, represented by its Proprietor Shri Imty Ao @ P. Imty Ao, S/O Late L. Panger Ao, resident of Lower Agri Colony, Kohima, Nagaland-797001.

......Appellant.

-Versus-

1. The Union of India, represented by the Secretary to the Ministry of Rural Development, Govt. of India, Krishi Bhavan, New Delhi-110001.

2. The State of Nagaland, represented by the Chief Secretary to the Govt. of Nagaland, Kohima.

3. The Commissioner & Secretary to the Govt. of Nagaland,

WA 328/2021 & 329/2021 Page - 2 of 50 Works & Housing Department, Kohima, Nagaland.

4. The Commissioner & Secretary to the Govt. of Nagaland, Rural Development Department, Kohima, Nagaland.

5. The Engineer-In-Chief, NPWD & Empowered Officers, NGRRDA, Nagaland, Kohima.

6. The Chief Engineer, PWD(R&B), Nagaland, Kohima.

7. The Superintending Engineer (Design), O/o Chief Engineer, PWD (R&B), Kohima, Nagaland.

8. The Executive Engineer (Design), O/o Chief Engineer, PWD (R&B), Kohima, Nagaland.

9. M/s ND & Co.

Regd. No.NPW/Class-1/457, Kohima, Nagaland.

......Respondents.

For the Appellant:       Mr. D. Das (Sr. Adv.),
                         Mr. N.N.B. Choudhury,
                         Mr. M. Dewan,
                         Mr. A. Atreya.                     ......Advocates.

For the Respondents:     Mr. S.S. Roy, CGC,
                         Ms. M. Kechii, GA, Nagaland.       ......Advocates.



                            BEFORE
             HON'BLE MR. JUSTICE N. KOTISWAR SINGH
              HON'BLE MR. JUSTICE SOUMITRA SAIKIA


Dates of Hearing     :   16.06.2022 & 17.06.2022


Date of Judgment :       29th June, 2022



WA 328/2021 & 329/2021                                           Page - 3 of 50
                           JUDGMENT AND ORDER

[N. Kotiswar Singh, J.]

Heard Mr. D. Das, learned Senior counsel assisted by Mr. M. Dewan,

learned counsel for the appellant in both the appeals. Also heard Ms. M. Kechii,

learned Additional Senior Government Advocate, Nagaland, appearing for

respondent Nos.2--8 and Mr. S.S. Roy, learned CGC, appearing for respondent

No.1.

2. These two appeals arise out of the common judgment and order

rendered on 04.08.2021 by the learned Single Judge in WP(C) No.71/2020,

WP(C) No.72/2020 & WP(C) No.94/2020, but confined to only two writ

petitions. The WA No.328/2021 is preferred against the decision rendered in

WP(C) No.94/2020 and the WA No.329/2021 is preferred against the decision

rendered in WP(C) No.72/2020.

As far as the WP(C) No.71/2020 is concerned the appellant has not

preferred any appeal and as such, though the said common judgment and

order was rendered in respect of three writ petitions i.e. WP(C) Nos.71/2020,

72/2020 & 94/2020, we are concerned only with the issues raised in WP(C)

Nos.72/2020 and 94/2020.

3. Before we deal with the grounds raised in these appeals, certain

background facts may be relevant to be mentioned.


3.1     A Notice Inviting Tender (NIT) was floated on 23.10.2019 for

WA 328/2021 & 329/2021                                              Page - 4 of 50

construction of number of roads under different packages in different districts

of Nagaland including the work, namely, T-01(Botsa) to Sendenyu via

Tsiemekhuma under Package No.NG0207A002 in Kohima district which is the

subject matter in WA No.329/2021 [WP(C) No.72/2020] and another work,

namely, T-01 to Lilen via Vonkitem under Package No.NG0901A012 in Peren

district which is the subject matter in WA No.328/2021 [WP(C) No.94/2020].

As per the NIT, the bid process involves two stages, namely, Part-I -

Technical Qualification Part of Bid, which consists of furnishing information

relating to relevant parameters including qualification information, supporting

documents, scanned copy of original affidavit and undertaking, which includes

information relating to experience in works of similar nature and size for each of

the last five years, and details of works in progress or contractually committed

with certificates from the concerned officer not below the rank of Executive

Engineer or equivalent [Clause 4.2(c)].

Part-II consists of Technical-Financial Part of Bid, which also consists of

(i) Form of Bid of Part-II of the bid as specified in Section 6 and (ii) Priced bill of

quantities for items specified in Section 7. Section 6 refers to Technical

Qualification Part-I of Bid and Section 7 refers to Bill of Quantities.

3.2 As provided under Clause 22 of the NIT, it has been mentioned that the

file containing Part-I of the bid will be opened first. Clause 22.5 further provides

that evaluation of Part-I of bids with respect to Bid Security, qualification

WA 328/2021 & 329/2021 Page - 5 of 50 information and other information furnished in Part-I of the bid pursuant to

Clause 12.1 of ITB shall be taken and completed within five working days of the

date of bid opening, and a list will be drawn up of the qualified bidders whose

Part-II of bids are eligible for opening.

3.3 Clause 22.6 further provides that the result of evaluation of Part-I of the

bids shall be made public on e-procurement systems following which there will

be period of five working days during which any bidder may submit complaint

which shall be considered for resolution before opening Part-II of the bid.

3.4 It may be noted that as regards submission of bids and evaluation of

Part-I of bids, it appears that there was no issues raised, in fact, all the bidders

including the appellant and the private respondent No.9 (respondent No.8 in

the writ petition) were considered to be technically qualified. It may be also

mentioned that it is specifically provided under Clause 25.1 of the ITB that

during the detailed evaluation of Part-I of bids, the employer will determine

whether each bid

(a) meets the eligibility criteria defined in Clauses 3 and 4;

       (b)    has been properly signed;

       (c)    is accompanied by the required securities; and

       (d)    is substantially responsive to the requirements of the bidding
              documents.

Clause 25.2 futher provides that a substantially responsive financial bid is

WA 328/2021 & 329/2021 Page - 6 of 50 one which conforms to all the terms, conditions and specifications of the

bidding documents, without material deviation or reservation. A material

deviation or reservation is one

(a) which affects in any substantial way the scope, quality, or performance of the Works;

(b) which limits in any substantial way, inconsistent with the bidding documents, the Employer's rights or the bidder's obligations under contract; or

(c) whose rectification would affect unfairly the competitive position of other bidders presenting substantially responsive bids.

3.5 It appears that there was no issue regarding technical qualification of the

writ appellant as well as respondent No.9 (respondent No.8 in the writ petition)

and other bidders. As all the bidders were declared qualified in the Part-I of the

bid, the technical-financial bid which consist of the Part-II of the bid was

undertaken by opening the bids. In that, it was found that all the bidders had

quoted same rate. As far as the factual aspects upto this stage is concerned,

there is no issue.

3.6 However, according to the appellant, what happened subsequently led to

filing of the aforesaid writ petitions.

In respect of the work, namely, T-01 to Lilen via Vonkitem relating to

Peren district under Package No.NG0901A012 [subject matter in WP(C)

No.94/2020 and WA No.328/2021], it has been submitted that the writ

WA 328/2021 & 329/2021 Page - 7 of 50 appellant was informed on 12.06.2020 that his bid for the aforesaid tender has

been accepted during financial evaluation by the duly constituted committee.

However, after the writ appellant was informed of the acceptance of his

financial bid by email, after sometime the appellant was informed on the same

day on 12.06.2020 of the rejection of his bid for the aforesaid work relating to

Peren district. The appellant claims that while rejecting the said bid of the

appellant, no reason was assigned. The appellant, however, came to know

subsequently that though the appellant was informed on 12.06.2020 that his

bid has been rejected, the bid of the respondent No.9 was accepted by the

authorities and the letter of acceptance was issued on 11.06.2020. Thus, the

contract was awarded to the respondent No.9 one day before the appellant was

communicated the acceptance of his financial bid as well as rejection of his bid.

This has given raise to the cause of action for the appellant to approach the

learned Single Judge challenging the aforesaid procedure and actions taken by

the State respondents to award the contract in favour of the respondent No.9.

3.7 Coming to the other tender for the work, namely, T-01(Botsa) to

Sendenyu via Tsiemekhuma relating to Kohima district under Package

No.NG0207A002 [subject matter in WP(C) No.72/2020 and WA No.329/2021],

the appellant received an email on 04.03.2020 from the respondent authorities

stating that his bid has not been selected for award of contract by the duly

constituted committee. The appellant came to know that on the same day i.e.

WA 328/2021 & 329/2021 Page - 8 of 50 04.03.2020 when his bid was rejected the contract was awarded in favour of

the respondent No.9.

3.8 Being aggrieved by the aforesaid actions of the authorities in awarding

the contract in favour of the respondent No.9, the writ appellant filed an

application on 15.06.2020 under Right to Information Act, 2005 and he received

the necessary information on 29.06.2020, whereby the appellant came to know

that the appellant scored the highest amongst the bidders with 85.00 marks out

of 100, whereas the respondent No.9 who was awarded the tender had

obtained 52.6 marks, which is the 4 th highest. It has been submitted that the

appellant also preferred an RTI application in respect of the other works in

Kohima also and was furnished with the same information.

3.9 Thus, in both the cases, it is on record that the appellant had scored the

highest marks in the technical bid and since, all the bidders had bidded same

amount in the financial bid, under normal circumstances the appellant being the

highest bidder in both the bids in respect of Peren as well as Kohima districts,

he ought to have been awarded. Accordingly, being aggrieved by the rejection

of the tenders of the appellant though had scored the highest in the technical

bid, and awarding the work to the respondent No.9 who had obtained much

lesser marks, the appellant preferred these two writ petitions being WP(C)

No.72/2020 and WP(C) No.94/2020.

4. Before the learned Single Judge, a specific plea was taken by the

WA 328/2021 & 329/2021 Page - 9 of 50 appellant as follows.

5. It was submitted that the aforesaid marks awarded to the appellant and

other bidders were based on certain parameters which are to be found in

Clauses 4.2 and 4.6. The aforesaid parameters includes the work experience in

similar nature of work for the last five years, the progress of works, etc. and the

maximum value of civil engineering works executed in any one year during the

last five years, number of years prescribed for completion of works, etc. as

mentioned specifically under Clause 4.6 while calculating the assessed available

bid capacity of the bidders.

In other words, while making the assessment and evaluating the

assessed available bid capacity, the past performance of the bidders is already

taken into account and the appellant had furnished all the relevant information

about his past performance, progress of work, etc. as required under Section 3

qualification and information provided under the NIT. The appellant admits to

the position that at the time of submitting the aforesaid two bids, he was

executing 3 works, namely, (i) T-01 to Thetsumi, (ii) Yangkhao to Shingnyu and

(iii) T-026 to Kendong and at the relevant time the average progress of the

works was 21.22% as also calculated by the authorities.

6. The appellant sought for a direction from this Court for award of contract

in his favour in respect of the aforesaid two works and also for cancellation of

the work allotted to respondent No.9. The said claim of the appellant was

WA 328/2021 & 329/2021 Page - 10 of 50 contested by the State as well as by the private respondent No.9. The State

Government had taken the specific stand before the learned Single Judge that

the tender of the appellant was rejected because of his poor work performance.

In that regard reference was made to Clause 4.7(ii), which provides that even if

the bidders meet the qualifying criteria, they would be subject to

disqualification if they have (i) made misleading or false representations in the

forms, statements, affidavits and attachments submitted in proof of the

qualification requirements; and/or (ii) record of poor performance such as

abandoning the works, not properly completing the contract, inordinate delays

in completion, litigation history, or financial failures etc .

7. The plea of the State authorities was that the work had been allotted to

respondent No.9 as there was no unfinished work when he took part in the

tender process and as such, considering his work performance of completing all

the works and to ensure that the construction of these roads does not suffer

from any delay and in the interest of the public it was decided to award the

work to respondent No.9 and rejected the bid of the appellant.

8. The learned Single Judge after hearing the parties and on consideration

of the materials on record dismissed both the writ petitions filed by the

appellant vide impugned common judgment and order dated 04.08.2021, but

also at the same time set aside the award of contract in favour of the

respondent No.9 on the ground that the respondent No.9 had engaged in

WA 328/2021 & 329/2021 Page - 11 of 50 fradulent practice while submitting his bid documents, and directed the State

respondents to take immediate steps for issuing fresh NIT for the projects in

the two writ petitions i.e. WP(C) Nos.72/2020 and 94/2020.

9. Being aggrieved by the aforesaid common judgment and order by

dismissing the relief claimed, the writ petitioner has filed the present two writ

appeals.

In the meantime, however, as per direction of the learned Single Judge,

the respondent authorities proceeded to float the 2 nd tender on 03.11.2021 and

also recompensated the respondent No.9 for the portion of works already

executed. The appellant while preferring these appeals brought to the notice of

this Court to the aforesaid re-tender process and a Division Bench of this Court

vide order dated 30.11.2021 directed that as an interim measure till the next

date, the work order in respect of Re-Tender Notice No.CE/R&B/PMGSY-

11/TENDER/2019-20/104-106 dated 02.11.2021 shall not be issued.

The said interim order has continued till date. Thus, though the re-tender

was issued, no work order has been issued in favour of any person till now.

CONTENTION OF THE APPELLANT:

10. Learned Senior counsel appearing for the appellant has raised the

following grounds in assailing the findings and conclusion of the learned Single

Judge.

WA 328/2021 & 329/2021 Page - 12 of 50 10.1 It has been submitted that the respondent authorities could not have

invoked the aforesaid Clause of 4.7(ii) to reject the bid of the appellant on the

ground of poor performance in as much as the authorities while assessing the

technical bid of the bidders including the present appellant, had already taken

into account the past performance of the appellant. The information regarding

past performance of the appellant was duly furnished to the authorities and the

same was very much in the knowledge of the Selection Committee. The past

performance of other bidders was also in the knowledge of the Selection

Committee. After considering the past performance and other parameters of the

bidders as required to be considered under the NIT, the authorities declared the

technical bids of the appellant and others to be successful. Accordingly, after

their technical bids were found to be successful, the authorities proceeded with

the 2nd stage of the tender process by opening the technical bid and financial

bid, which is named as Part-II of the bid. On opening of the Part-II of the bid

i.e. technical and the financial bid, the appellant was informed on 12.06.2020

that he has been successful in the financial bid in respect of the work, namely,

T-01 to Lilen via Vonkitem relating to Peren district under Package

No.NG0901A012.

10.2 As far as the work, namely, T-01(Botsa) to Sendenyu via Tsiemekhuma

relating to Kohima district under Package No.NG0207A002 is concerned, the

appellant was not informed of the rejection of his technical bid or financial bid,

WA 328/2021 & 329/2021 Page - 13 of 50 but it was awarded the contract in favour of the respondent No.9 which was

informed on 04.03.2020 and on the same day the appellant was also informed

of the rejection of his bid without specifying as to the ground for his rejection.

10.3 With specific reference to the work in respect of Peren district, learned

Senior counsel for the appellant submits that the authorities could have invoked

Clause 4.7(ii) which is specifically relating to the poor performance, which they

were already aware of, while making assessment in technical bid. Yet the

authorities themselves did not deem it necessary to disqualify the bid of the

appellant at that stage. It has been contended that if the authorities were not

really satisfied with the past work performance of the appellant, they could

have rejected the bid of the appellant at that stage of Part-I while assessing the

technical bid. Nothing prevented the authorities from doing so. Had the tender

of the writ appellant been rejected at that stage i.e. Part-I of the bid process,

perhaps the matter would have been otherwise.

10.4 According to the learned Senior counsel for the appellant, if the

authorities did not deem it necessary to reject the bid of the appellant at that

stage and having declared the appellant to be successful, it would not be in the

fitness of things that the authorities could again invoke the same parameter to

reject the tender at a subsequent stage.

According to the learned Senior counsel for the appellant, this course of

action adopted by the authorities in rejecting the bid of the appellant on the

WA 328/2021 & 329/2021 Page - 14 of 50 ground of poor performance is merely to favour the respondent No.9, who

otherwise, is much less meritorious and this is an afterthought. In fact, as

subsequently noticed by the appellant also the respondent No.9 did rely on

certain documents i.e. relating to possession of vehicles, which actually belong

to the appellant. Yet, the authorities ignored the said malpractice adopted by

the respondent No.9 to award the contract in favour of the respondent No.9.

10.5 Thus, according to the learned Senior counsel for the appellant, the said

action of the State authorities in rejecting the bid of the appellant and awarding

the same to a less meritorious bidder (respondent No.9) is not only illegal but

also malafide. According to the learned Senior counsel for the appellant, there

is no reason why the bid of the appellant as far as Peren district is concerned

should not have been accepted and awarded to him.

10.6 Coming to the plea of the State that the work was not awarded to the

appellant because of his poor performance, learned Senior counsel submits

that, that is the plea taken only later on by way of affidavit to justify their illegal

action, which is impermisible as held by the Hon'ble Supreme Court in the case

of Mahinder Singh Gill & Anr. Vs. The Chief Election Commissioner,

New Delhi & Ors1. This explanation is a mere afterthought to justify the illegal

action by way of subsequent affidavit. Further, learned Senior counsel has led

great emphasis on contending that this is not the simple rejection of a bid on

1 (1978)1 SCC 405

WA 328/2021 & 329/2021 Page - 15 of 50 poor performance. It is nothing but the blacklisting. The fact remains that at

the relevant time, the appellant could not complete all the works which is

nothing very unusual in this part of the country and in fact, most of the other

bidders also could not complete earlier works in time. But the effect of such

rejection of the appellant would be that this ground can be taken against the

appellant in any subsequent bids also to reject other tenders of the appellant. If

that is so, it really amounts to blacklisting. Thus, the effect of rejection of the

bid of the appellant on the ground of poor performance is nothing but

blacklisting of the appellant on the ground of alleged poor performance. If it

amounts to blacklisting, the learned Senior counsel submits that, in that case,

notice ought to have been given as otherwise, it would violate the principles of

natural justice as has been reiterated by the Hon'ble Supreme Court in a

number of cases i.e. (i) M/s. Erusian Equipment & Chemicals Ltd. Vs.

State of West Bengal & Anr2. (ii) Raghunath Thakur Vs. State of Bihar

& Ors3. and (iii) UMC Technologies Private Limited Vs. Food

Corporation of India & Anr4.

10.7 It has been submitted that in the present case, no such notice was given

by the authorities before rejecting the bid of the appellant on the ground of

poor performance. It was highlighted only at the time when the appellant took

the matter to the Court where the authorities tried to justify their action by

2 (1975)1 SCC 70 3 (1989)1 SCC 229 4 (2021)2 SCC 551

WA 328/2021 & 329/2021 Page - 16 of 50 filing an affidavit. It has also been submitted that if the authorities had

informed the appellant of this so called poor performance, he could have

convinced the authorities with proper reasons for doing so. In any event, it is

the contention of the appellant that this poor performance is not of such a

nature that he would be totally unable to execute the work in view of his

advantageous position in other parameters as reflected in the technical bid.

10.8 Learned Senior counsel accordingly submits that since the appellant was

found to be the most meritorious in the technical assessment and since all

other bidders were of the same rank as far as the financial bid is concerned, in

the overall assessment, the writ appellant would be most meritorious. The

technical aspect of the bid which relates to the ability of the appellant to

execute the work could not have been ignored. Under the circumstances, the

authorities ought to have awarded the contract to the appellant. In this regard,

learned Senior counsel for the appellant has referred to the decision of the

Kohima Bench of this Court rendered in East West Construction Vs. State

of Nagaland & Ors.5, in which the learned Single Judge in a similar situation

had directed award of the contract to the highest bidder being the most

meritorious amongst the bidders and as such, in the present case, since the

appellant was found to be the most meritorious, may be given this award. It

has been also submitted that even though the re-tender was floated, no work

order has been issued to any one in terms of the interim order passed by this

5 2017 SCC Online Gau 196

WA 328/2021 & 329/2021 Page - 17 of 50 Court on 30.11.2021 and as such, no third party right has arisen and as such,

awarding of tender in favour of the appellant at this stage will not cause any

prejudice to anybody and the appellant would be able to execute the work

within the time stipulated under the contract.

10.9 Learned Senior counsel for the appellant submits that once the award of

the tender to respondent No.9 has been cancelled, rightly so by the learned

Single Judge on the ground that he had indulged in malpractice of playing fraud

by using the documents belonging to the appellant, the learned Single Judge

ought to have remanded the matter to the authorities to reconsider the matter

on the basis of the available materials and award the contract to the appellant

who is the most meritorious.

CONTENTIONS OF THE STATE:

11. Ms. M. Kechii, learned Additional Senior Government Advocate, Nagaland

in response, has submitted that after all the bids were technically examined and

were found to be responsive, the financial bids were open, whereupon, it was

found that all the bidders had quoted the same rate. Under the circumstances,

the Selection Committee had to re-examine on which basis the bid had to be

awarded for which as provided under Clause 25.1 which enables the authorities

to further determine the responsiveness of the bid with respect to the

remaining bid conditions i.e. price bid of quantities, technical specifications and

drawings by resorting to the Clause 4.2(c) of the SDB which deals with

WA 328/2021 & 329/2021 Page - 18 of 50 experience in work of similar nature and size for each of the last five years and

details of works in progress or contractually committed with certificate from the

concerned Officer not below the rank of Executive Engineer or equivalent. While

undertaking the aforesaid exercise and re-assessment as provided under Clause

25.1 mentioned above, the competent authority found that the performance of

the petitioner was not satisfactory inasmuch as the work progress only about

21.22% whereas the respondent No.9 was found to have completed all his

works.

11.1 Under the circumstances by invoking the clause under 4.7(ii), the

Committee decided to reject the bid of the petitioner and award contract to the

respondent No.9 and as such, it has been submitted that there was no

arbitrariness or malafide and the selection process was done as per the terms

and conditions of the SDB of which the petitioner was also fully aware of. Since

the bid was rejected because of his poor performance which is also a fact, not

denied by the petitioner, it cannot be said to be arbitrary and as such, the

finding of the learned Single Judge does not warrant any interference from this

Court. More so, when the tender has already been re-floated in terms of the

directions of the learned Single Judge and same has been finalized and the

work order can be issued to the successful bidder so that the construction of

road, which have been upheld for a long time, can be completed as the shortest

possible time. However, awarding of the contract has been withheld because of

WA 328/2021 & 329/2021 Page - 19 of 50 the interim order passed by this Court.

11.2 Ms. Kechii, learned Additional Senior Government Advocate, Nagaland

relying on the decision of the Hon'ble Supreme Court in M/s. N.G. Projects

Limited Vs. M/s. Vinod Kumar Jain [Civil Appeal No.1846/2022, decided on

21.03.2022] submits that the Court as far as possible ought not to interfere in

the matter relating to tender so that overwhelming public does not suffer. Ms.

Kechii submits that when the technical bid was opened, Clause 4.7(ii) was not

invoked as the bidders were all justified technically. It was invoked only when

the financial bid was open and when it was found that all the bidders had

quoted same rate, thus resulting in a stalemate. Under the circumstances, the

Selection Committee considering the poor performance of the appellant rejected

his tender and awarded to the respondent No.9 as there was no work pending

with him.

REPLY OF THE APPELLANT:

12. In response, Mr. M. Dewan, learned counsel assisting Mr. D. Das, learned

Senior counsel for the appellant has submitted that perusal of the Clause 12 of

the Standard Bid Document (SBD) would indicate that the bids submitted by the

bidders are in two parts. Part I consists technical qualification part of bid which

comprises inter alia, qualification, information, supporting documents, scanned

copy of original affidavit, undertakings as specified under Clause 4 of the ITB.

Clause-4.2 of the ITB covers the past performance. Thus, it cannot be said that

WA 328/2021 & 329/2021 Page - 20 of 50 the authority did not consider the past performance in the Part I. As far as the

2nd Part, which is named as Technical Financial Part of Bid, it comprises only of

the following aspects: (i) Form of bid for Part-II of the bid as specified in

Section 6 and (ii) Priced bill of quantities for items specified in Section 7.

12.1 It has been further submitted that neither Section 6 nor Section 7 talks

about the past performance and as such, it would not be permissible to invoke

the past performance clause under Part-II. It has been also submitted that the

works pertain to implementation of the Schemes under the Pradhan Mantri

Gram Sadak Yojana in connection with which the Government of India had

issued a Circular on 07.05.2013 laying down the guidelines for award of

contract under the Pradhan Mantri Gram Sadak Yojana and as such, according

to him, this Circular also has to be kept in mind while considering the clauses

under the Standard Bidding Documents of the tender floated in the present

case.

12.2 It has been submitted by the learned counsel that it has been provided

under Clause 4.7 of the aforesaid circular that upon opening the financial bid, a

comparative statement would be generated by the GePNIC both in the cases of

percentage, rate, tenders as also in the case of item rates tenders and the

bidding documents. The bidding documents provide for award of work to the

lowest evaluated bidder, if the bid is found reasonable, subject to availability of

the bid capacity and accordingly, the bid will be evaluated financially by the

WA 328/2021 & 329/2021 Page - 21 of 50 Committee as mentioned in the circular. It has been submitted that the

appellant was informed on 12.06.2022 by an email by the authority that his bid

has been accepted during the financial evaluation by the duly constituted

Committee, thereby indicating that all credentials of the appellant has been

looked into and was found qualified for the said tender. Therefore, it would be

impermissible to go back and refer to the clause which was supposed to have

been taken into consideration while declaring the appellant justified technically

and later financially also.

12.3 Mr. Dewan submits that the judgments of the Hon'ble Supreme Court

rendered in M/s. N.G. Projects Limited (supra) may not be strictly applicable

in the present case inasmuch as there is no dispute relating to any wrong

application or interpretation of the clauses of the tender. Further, viewed from

the sequence of events which have taken place in the present case there

appears to be a clear cut case of arbitrariness and discrimination which would

warrant interference from this Court on the basis of the principle laid down by

the Hon'ble Supreme Court in Jagdish Mandal Vs. State of Orissa & Ors. 6

In fact, the ratio of Jagdish Mandal (supra) has been also reiterated of the

paragraph 16 of the M/s. N.G. Projects Limited (supra).

CONSIDERATION BY THE COURT:

13. Before we deal with the rival contentions of the parties and the reasons

6 (2007)14 SCC 517

WA 328/2021 & 329/2021 Page - 22 of 50 and conclusion arrived by the learned Single Judge, we would like to examine

ourselves the manner in which the tender was processed by the authorities in

the light of the records which are made available before us by the learned

counsel for the State.

13.1 From the records and pleadings, what we have noticed is that the

Selection Committee made a technical evaluation of all the bids of the bidders

and as per the said bids in respect of the work, namely, T-01 to Lilen via

Vonkitem relating to Peren district under Package No.NG0901A012. The bidders

have been awarded marks in respect of various parameters i.e. (i) information

of bidders, (ii) experience in similar works, (iii) assessed available bid capacity,

(iv) major items of construction equipment, (v) laboratory equipments, (vi)

qualification & experience (general/proposed position) of key personnel

available for the work, (vi) evidence of access to lines of credit and availability

of financial resources (10% of contract value), as follows:-

Summary of Technical Evaluation NAME OF WORK: T-01 to Lilen via Vonkitem

Package No.:NG0901A012 Date of Sanction:24th September 2019

Completion period: 18 Months Amount put to tender: Rs.1660.52 lakhs Sl. Requirement Max K.C. Pongshi Trident Northeast ND & No. Points Angami Phom Enterprise Enterprise Co.

 1                          2                           3       4         5        6         7        8
 1     Information of Bidders                           5     5.00       5.00     5.00      0.00     0.00
 2     Experience in similar works- Details of works    25    21.74      10.08    25.00     5.22     8.21
       of similar nature executed during last 5 yrs.



WA 328/2021 & 329/2021                                                                      Page - 23 of 50
 Sl.                   Requirement                       Max    K.C.  Pongshi Trident Northeast    ND &
No.                                                    Points Angami Phom Enterprise Enterprise    Co.
 3     Assessed Available Bid Capacity                  25    25.00   25.00    25.00    25.00     25.00
 4     Major items of construction equipment            15    0.73    10.47    15.00     0.63     4.35
 5     Laboratory Equipments                            5     5.00     5.00    5.00      5.00     5.00
 6     Qualification           &        Experience      5     5.00     5.00    5.00      5.00     5.00
       (General/Proposed position) of key personnel
       available for this work
 7     Evidence of access to lines of credit and        5     5.00     5.00    5.00      5.00     5.00
       availability of financial resources (10% of
       contract value) in Crores
                                               TOTAL    85    67.46   65.55    85.00    45.85     52.56
                  Whether Technically Pre-qualified



13.2      From the above, what can be noted is that the appellant was awarded 85

marks and thus got the maximum marks in the technical bid, and the

respondent No.9 was awarded the 4th highest marks of 52.6. What is significant

is that in respect of the 2 nd parameter i.e. experience in similar works which

relatable to Clause 4.2(c) of the SBD, the appellant was awarded maximum

mark of 25 out of 25 marks and the other remaining bidders were given lesser

marks as can be seen from the table above. In other parameters also most of

the bidders were given similar or less marks as the appellant. What is

significant and notable is that in this particular parameter relating to experience

of similar works of the work being already executed or past works, the

appellant has been given the highest marks of 25 that too, the maximum

possible marks which could be awarded out of 25 marks. This assessment

would clearly lead to the inference that his past performance was fully

satisfactory as otherwise, he would not have been given 25 out of 25 marks. In

WA 328/2021 & 329/2021 Page - 24 of 50 our opinion, the aforesaid factum is critical and significant for the reason that

the entire case of the parties revolved around this parameter as it on this

parameter itself the authorities later on decided to reject the bid of the

appellant and award the same to the respondent No.9 (which though was

ultimately set aside by the learned Single Judge on some other grounds, whiich

we will discuss at a later stage).

13.3 From the above, it is quite apparent that there cannot be any issue

regarding the past performance as far as the appellant is concerned as his bid

was declared to be technically qualified and was awarded the maximum marks

in matters relating to his past performance. It appears that the Committee also

did not find any other bidders also not to be technically qualified. Thus, we will

proceed with this position that the Committee did not find any of the bidders

including the appellant technically not responsive. If any of the bidders had

been found not to be technically responsive, the question of taking part in the

2nd stage relating mainly to financial bid would not have arisen. Accordingly, as

the Committee found all the bids including that of the appellant to be

technically responsive, all the bids were opened for the second stage of

financial bid. However, while opening the bid it was found that all had quoted

the same rate. Thus, there appearred to have been certain stalemate for

proceeding forward in as much as all the bidders were found to be quoting the

same rates, as also reflected in the memo of appeal. The bidders had quoted

WA 328/2021 & 329/2021 Page - 25 of 50 the same rate as given below:-

eTendering System for Pradhan Mantri Gram Sadak Yojana (PMGSY)

Tender Inviting Authority : Empowered Officers, NGRRDA

Name of the Work : T-01 to Lilen via Vonkitem

Package No : NG0901A012

COMPARATIVE STATEMENT

Sl. Bidders Name Estimated Rate Quoted Rate Remarks No. (in Percentage) 1 M/s K.C. Angami and Sons 1660.52 Lakhs As per SOR 2017 Qualified Consortium 2 A PONGSHI PHOM 1660.52 Lakhs As per SOR 2017 Qualified 3 Triden Enterprises 1660.52 Lakhs As per SOR 2017 Qualified 4 M/s Northeast Enterprise 1660.52 Lakhs As per SOR 2017 Qualified 5 ND and Co 1660.52 Lakhs As per SOR 2017 Qualified Work awarded to M/s ND and Co

13.4 It was mentioned that all were qualified as can be seen from the above

chart. Thus, the situation remains that all the bidders were technically as well

as financially qualified. Under such circumstances, what should have been the

next course of action taken by the Selection Committee, if all the bidders have

been technically and financially qualified. That is the question which we have to

answer in the light of the action taken by the State which was questioned in the

writ petitions, and which we are called upon to examine in these appeals.

13.5 According to the appellant, if he was found to be the most meritorious in

the technical bid and if the financial bid remains the same, he should have been

WA 328/2021 & 329/2021 Page - 26 of 50 given preference by fact of he being the most meritorious in technical bid, for

the reason that while financial aspect of the tender is important, yet the

technical aspect in a tender is also equally important for the reason that unless

a bidder is technically qualified and sound to undertake the contract, he cannot

execute the work properly and since the bid of the appellant was not rejected

at the stage of assessment of the technical bid, he being the most meritorious

amongst the bidders, ought to have been given preference and the contract

should have been awarded to him. However, instead of doing so, they picked up

the respondent No.9 on the plea that the past performance of the appellant

was not satisfactory, which according to the appellant is not permissible for

which the appellant has made his submissions at length, as narrated above. As

such, it may not be necessary to repeat the submissions again at this stage.

13.6 On the other hand, the specific stand of the State Government both

before the learned Single Judge and also before us is that though the appellant

was technically qualified as others and since at the stage of financial bid it was

found that all had quoted same rate, the State had to decide on which basis the

bid was to be awarded, for which purpose they again went back to the past

performance of the bidders. The State's contention is that it was necessary to

go back to the past performance for the reason that there should not be any

undue delay in execution of the contract and since the appellant was found to

have performed only about 21.22% of the work already allotted to him in

WA 328/2021 & 329/2021 Page - 27 of 50 respect of other projects which the appellant was executing, and since there

was no work pending in respect of respondent No.9, it was felt in the interest of

speedy execution of work that the award should be offered to somebody who

had no pendency of work. Since there were works pending as far as the

appellant is concerned, the Committee rejected his bid and awarded the same

to the respondent No.9.

13.7 In fact, it is this particular decision of the Committee which was

questioned before the learned Single Judge. It may be mentioned that the

learned Single Judge accepted the said plea of the State, can be seen from

paragraph 21 of the judgment. This finding of the learned Single Judge

recorded in paragraph 21 is based on the affidavit-in-opposition filed by the

State respondents as mentioned in paragraph 8 of the judgment. We shall be

adverting to the finding/conclusion of the learned Single Judge as recorded in

paragraph 21 at a later stage. What is important to be noted from the judgment

of the learned Single Judge is that the learned Single Judge accepted the plea

of the State respondents that the bid was not awarded to the

appellant/petitioner on the ground of his delay in executing other pending

works and consequently it was awarded to the respondent No.9.

13.8 It is the specific plea of the appellant that the criteria of past

performance could not be invoked again to disqualify his bid. According to the

learned Senior counsel for the appellant, in fact, that particular parameter of

WA 328/2021 & 329/2021 Page - 28 of 50 work performance in the last 5 years had been already taken into account at

the time of technical evaluation of the bids and having found the technical bid

of the appellant responsive, the authorities could not have invoked the same

criteria to disqualify him.

13.9 On the other hand, it is the plea of the State that the State had invoked

this in the interest of work after finding all the bidders who have quoted same

amount in their financial bids just causing a dilema for the authorities as to the

method on which the best bidder has to be chosen for executing work and the

State considered that past performance would be the most appropriate criteria

to be adopted to award the contract. It is also the case of the State that Clause

4.7(ii) was not invoked in the earlier part of the bid process but was invoked

only at the later stage in the interest of speedy execution of work.

14. Before we examine the merits and demerits of the respective

submissions advanced on the part of the parties, it may be apposite to briefly

refer to the reasons for the conclusion arrived at by the learned Single Judge.

14.1 Learned Single Judge after hearing the parties and keeping in mind the

past performance of the appellant observed that his performance in the 3

(three) projects had been dismally poor and there had been inordinate delay in

completion of the projects and as such, keeping in view the terms and

conditions given at paragraphs 15 and 16 of the NIT and Clause 4.7 of the ITB

and the settled principles of law, the learned Single Judge held that the

WA 328/2021 & 329/2021 Page - 29 of 50 employer/the State respondents were very much within their domain when they

rejected the bids of the appellants in respect of the 3(three) works in question

in the three writ petitions.

14.2 Learned Single Judge observed that the State respondents are

responsible to make sure that the works are executed and completed within

time and as such, they have to choose someone whom they believe can do the

same and one of the ways to ascertain is to see the track record of the

contractor/contractors. While doing so, the State respondents found that the

performance of the appellant was wanting, thus, leading to rejection of his bids.

Accordingly, the learned Single Judge did not find any mala-fide, arbitrariness or

unreasonableness in such an action taken by the State.

14.3 Learned Single Judge also held that the explanation for delays in

execution of three works given by the petitioners are not supported by

documents except the No Objection Certificate under Exclusive Rules 2008

issued by the Deputy Commissioner, Dimapur dated 28.09.2020 and concerning

one of the projects i.e. L-026 to Kendong.

14.4 Learned Single Judge held that this certificate does not help the case of

the appellant as it was a duty of the appellant to apply for the same earlier so

that the work progress is not disturbed by non-issuance or late issuance of such

a certificate. Learned Single Judge held that he cannot blame others for his

inaction as submitted by the learned counsel for the State that the contractors

WA 328/2021 & 329/2021 Page - 30 of 50 are supposed to know what is expected to be done during the execution of

works and they had been given opportunity to inspect the work site voluntarily

even before the submission of their bid.

14.5 Further, it was also observed that the appellant's explanation that one of

the works was delayed because of massive landslide on the only road

connecting work site with outside world which has delayed in the transportation

of machineries, materials and equipments is not acceptable as there is nothing

to show that landslide had actually happened there.

14.6 Further, as regards the explanation of the appellant in the case of the

project T-01 to Thetsumi that due to dispute of ownership between the villagers

and the Government and unforeseen circumstances, the work was delayed, it

cannot be also accepted as the same is not substantiated.

Thus, the learned Single did not find the explanation offered by the

appellant to explain the delay in execution to be satisfactory. Accordingly, the

learned Single Judge declined to interfere in the rejection of the petitioner's bid.

15. Thereafter, the learned Single Judge proceeded to examine as to what is

to be done in respect of work order already issued which was a subject matter

in the aforesaid 3(three) writ petitions.

15.1 As regards WP(C) No.71/2020, the learned Single Judge held that the

contention of the appellant that since he is the lowest bidder, awarding the

WA 328/2021 & 329/2021 Page - 31 of 50 contract in favour of the respondent No.9 therein, was unfair and unreasonable

and was not acceptable. Learned Single Judge proceeded to hold that the past

performance of the respondent No.9 was much better than that of the appellant

and as such, there was nothing wrong in awarding the tender in favour of the

respondent No.8 therein (respondent No.9 herein) because of better

performance of the work.

Accordingly, leanred Single Judge held that there is no arbitrariness,

unfairness or discrimination in the decision making process of the authority and

does not in any way affect public interest rather it would subserve the same as

awarding contract to non performing contractor may only lead to loss of public

money and accordingly, declined to interfere with the award of tender in favour

of the respondent No.9.

15.2 It is to be noted that the appellant has not challenged the said finding of

the learned Single Judge in upholding the order of the Selection

Committee/State respondents in not awarding the tender to the appellant but

to M/s Multi Builders (respondent No.8 therein), which order was the subject

matter of challenge in WP(C) No.71/2020.

The learned Single Judge also came to the same conclusion as regards

the other remaining two writ petitions, WP(C) No.72/2020 and WP(C)

No.94/2020 by holding that the rejection of the tender of the appellant did not

amount to arbitrariness and a discriminatory act which would warrant

WA 328/2021 & 329/2021 Page - 32 of 50 interference.

However, as regards awarding the tender in favour of the respondent

No.9, the learned Single Judge held that since it was found that the respondent

No.9 had relied on certain documents relating to vehicles which actually

belonged to appellant, he had submitted false documents while submitting his

bid, and thus, committed forgery or fraud and since fraud vitiates the entire

transaction, the award of contract in favour of the respondent No.9 was held

illegal and accordingly, the work order issued in favour of the respondent No.9

in both the writ petitions, WP(C) No.72/2020 and WP(C) No.94/2020 were set

aside and all consequential actions were also quashed and set aside.

Thus, the learned Single Judge while dismissing the writ petition, WP(C)

No.71/2020, in its entirety, had partly allowed the remaining two writ petitions,

WP(C) No.72/2020 and WP(C) No.94/2020 by setting aside the award of tender

in favour of respondent No.9 and directed the State respondents to take

immediate steps for issuing fresh tender for the projects in the two writ

petitions, WP(C) No.72/2020 and WP(C) No.94/2020 with the further direction

to pay respondent No.9 for the works already undertaken.

16. We will now critically examine the explanation offered by the State and

the submissions advanced on the part of the appellant.

16.1 It is on record and not disputed by any of the contesting parties that the

WA 328/2021 & 329/2021 Page - 33 of 50 petitioner was awarded the highest marks i.e. 25 out of 25 in respect of

experience in similar works which is relatable to Clause-4.2(c) of the standard

bidding documents i.e. experience in work of similar nature and size for each of

the last five years and details of works in progress or contractually committed

with certificate from the concerned officer not below the rank of Executive

Engineer or equivalent. Having given full 25 marks out of total 25 marks in that

parameter to the appellant and thus, the maximum marks and highest scorer in

that parameter amongst the bidders because of which, the appellant obtained

the highest marks in the technical evaluation, we are of the view that the same

parameter could not have been invoked to disqualify him. According to the

State, the bid of the petitioner was rejected by invoking Caluse-4.7(ii) of the

standard bidding document. We are of the view that it could not have been

done for the reason hereafter discussed.

16.2 It has been submitted before us by the State that the said Clause 4.7(ii)

is based on the past performance of the records of the petitioner which is part

of the documents submitted as Part-I bid i.e technical evaluation. The record of

poor past performance of the petitioner is based on the record submitted by

him at the time of submission of his bid. We are of the view that though there

is a specific clause under 4.7(ii) to disqualify any bid, such a finding has to be

based on certain factual positions of the poor performance which in the present

case, is traceable only to those bid documents already submitted by the present

WA 328/2021 & 329/2021 Page - 34 of 50 petitioner. It is not the case of the State that the Committee undertook a fresh

exercise for ascertaining the past performance beyond what is already on

record. In fact, perusal of the records indicates that while the Committee made

the assessment of the past performance of the bidders, it was on the basis of

the information already furnished which were thus already available before the

Committee. As mentioned above, in the technical assessment, the appellant

was given 25 marks out of 25. However, in the subsequent exercise undertaken,

the observation of the Committee was that the petitioner was able to complete

only 21.22%. Thus, what we see is that there is variance in the assessment of

the work performance of the petitioner at two stages, one at the time technical

assessment and another at the time of final award of the contract but the

assessment was based on the same set of materials which were available with

the Committee at the time of technical assessment and subsequently, at the

time of rejection of the bid of the petitioner.

What we are trying to emphasis is that if the Selection Committee had

made another assessment of the past performance of the bidders after the

opening of the financial bid, it was on the basis of the same set of materials

which was looked into by the same Committee at the time of technical

evaluation. While in the first exercise undertaken by the Committee at the stage

of technical evaluation, the petitioner was given the highest marks yet the same

Committee found fault with the petitioner in the second evaluation on the same

WA 328/2021 & 329/2021 Page - 35 of 50 set of documents. Therefore, we find that the aforesaid assessment and

exercise undertaken by the authority to be arbitrary, being not consistent.

16.3 We have been made to understand at the time of hearing that the

respondent No.9 was awarded this contract as there was no work pending

against him but when we perused the records it is seen that though there was

no work pending against him, 2 works were earlier allotted to him. The first

work was allotted on 07.06.2012 which was completed by him on 09.06.2018

which took 6 years and the second work order was issued on 23.06.2009 and it

was completed on 12.03.2018 which took about 9 years to complete though

these works were supposed to be completed within 12 months (1 year). Even if

the respondent No.9 completed the works and there was no pending works, the

performance of the respondent No.9 cannot be said to be satisfactory also as

he took near about 8 to 9 years to complete these works. If the respondent

No.9 had taken 6 to 9 years to complete the earlier two works which were to be

completed in 1(one) year, on what basis the Committee came to the conclusion

that the respondent No.9 can complete the work within time and will not take 6

to 9 years in this case also? However, the Committee did not consider this

aspect and proceeded to award the contract in favour of the respondent No.9

mainly on the ground that there was no pending work. Thus, we are of the

view that the award of the contract to the respondent No.9 mainly on the

ground that there was no work pending perhaps cannot be considered to be a

WA 328/2021 & 329/2021 Page - 36 of 50 correct decision based on germane materials. It is on record that the

respondent No.9 took around 8 to 9 years to complete the earlier projects. To

that extent, it can be said that the decision of the State to award the contract

to the respondent No.9 cannot be said to be based on relevant materials.

16.4 Be that as it may, since the contract awarded to the respondent No.9 has

already been set aside by the Single Judge of this Court and the same has not

been challenged by the respondent No.9, we do not wish to make any further

observation as regards the award and cancellation of contract to the respondent

No.9.

16.5 What is significant to be noted is that the respondent authority invoked

clause under 4.7(ii) to disqualify the appellant on the ground of poor

performance. The fact remains that the authorities invoked this Clause 4.7(ii) to

reject the bid of the petitioner. The question before us to be decided, as also

pleaded by the appellant is, whether it was appropriate for the authorities to

invoke the said clause to reject the bid of the appellant. According to the

appellant, as stated above, it could not be invoked as it amounts to applying

the same criteria for the purpose of qualification and as well as disqualification.

16.6 Therefore, the natural question which arises for consideration is whether

invoking of this Clause 4.7(ii) by the Selection Committee amounts to

arbitrariness, thus violating Article 14 of the Constitution of India as submitted

by the learned Senior Counsel for the appellant.

WA 328/2021 & 329/2021 Page - 37 of 50 16.7 Learned Senior Counsel for the appellant has very forcefully submitted

before this Court that while the authority had every right and liberty to invoke

this clause to disqualify the bid, this right to disqualify the bid was to be

invoked at the stage of technical assessment itself when the past performance

was to be considered at that stage and not thereafter.

16.8 As regards this submission, we are of the view that this clause is part of

the contract SBD which could be invoked by the State at any stage of the bid

and not necessary only at the technical bid stage. At the same time, we are of

the opinion that if the State had already taken into account the very basis or

foundation of this clause i.e., the past performance of the bidder, and yet opted

not to invoke at the relevant time and did not find any fault with the appellant

at an earlier stage, it could not have been invoked at a later stage. Yet, if it is

sought to be invoked again at any stage it must be only with justifiable reasons

and on the basis of any other additional input or consideration.

The State cannot be allowed to approbate and reprobate. Once, the bid

of the appellant was found to be technically responsive and was accepted on

the basis of the same material, the State cannot be allowed to take a contrary

view on the basis of the same material, as otherwise, the scope for arbitrary

action will be always there.

Therefore, if the Selection Committee was not satisfied with the past

performance of the bidder, they ought to have invoked this clause to disqualify

WA 328/2021 & 329/2021 Page - 38 of 50 the bid of the petitioner at the stage when the matter was considered which

included considering that aspect of past performance, the parameters of the

technical bid assessment includes past performance as mentioned in clause

4.2(c). Therefore, ordinarily unless there are some pressing circumstances,

which ought to be brought on record, this clause 4.7(ii) to reject the bid on the

basis of past performance could not have been invoked once the Committee

found that the past performance of a bidder was responsive both during the

technical and financial evaluation and not worth rejecting. Rather, if found that

past performance of the appellant more satisfactory.

16.9 In our view, Clause 4.7(ii) could still be invoked at any stage if there are

additional materials to show the poor performance of the bidder in which event,

in our view that aspect ought to have been pointed out to the bidder. However,

in absence of any additional materials or documents or subsequent

developments to show the poor performance, this clause in our view cannot be

invoked to reject the bid of a candidate when there was no change in the

materials which had already been considered and the Committee did not find

the bid not worthy of rejection or disqualification. In fact, we are surprised to

see that in this parameter of past performance, the appellant was given the

highest mark i.e. 25 out of 25. If the appellant was given the highest marks in

that parameter of past performance, we fail to understand how his bid could be

rejected on the same parameter without any change in the circumstances.

WA 328/2021 & 329/2021 Page - 39 of 50 16.10 In the exercise undertaken by the Selection Committee which led to

rejection of the bid of the petitioner and others except for the respondent No.9,

we see that the exercise was undertaken on the same set of documents on

which the appellant was given the highest marks. There could be a variety of

reasons for the delay in executing the work. We will not enter into the merit of

the issue for the reason that it is an factual aspect, though the learned Single

Judge has decided the issue on the basis of the affidavits filed by the parties in

course of the writ proceedings. The appellant had taken a certain plea before

the learned Single Judge trying to explain the delay, with which the learned

Single Judge was not impressed. What we have noted is that such a finding was

based on the affidavits filed. There is nothing to indicate that in connection with

the said issue of delay, the records were placed before the learned Single Judge

for arriving at his own conclusion. We are of the view that it would have been

more appropriate, if the appellant was given the opportunity to explain the

reasons for the delay in execution of work and the State examined the same,

rather than the Court taking upon itself to examine this issue as it involved

factual aspects. We would have liked the Selection Committee/the competent

authority to arrive at its own conclusion about the said issue of poor past

performance based on record and after considering any explanation that may

be offered by the petitioner. In our opinion, the authorities would be in a better

position to appreciate the practical difficulties, if any, expressed by the

appellant, more so, when the appellant was awarded the highest mark in that

WA 328/2021 & 329/2021 Page - 40 of 50 parameter.

16.11 There is another aspect which has troubled us also. As far as the

aforesaid package relating to Peren District is concerned, on 12.06.2020 the

authorities specifically communicated to the appellant that his bid is financially

responsive. Thus, if the bid of the petitioner was responsive, both technically

and financially, the question of rejection of the bid did not arise. While it is for

the Committee to still go ahead and not to select the appellant and award the

contract to another person for a good reason, the question of disqualifying does

not arise. Therefore, we fail to understand why the bid of the petitioner was

disqualified though the authorities had every right not to award the contract to

him but to any other bidders, for justifiable and good reasons in terms of

Clause 28 of the SBD, which reads as follows:

"28. Employer's Right to Accept any Bid and to Reject any or all Bids

28.1 Notwithstanding Clause 27 above, the Employer reserves the right to accept or reject any Bid, and to cancel the bidding process and reject all bids, at any time prior to the award of Contract, without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Employer's action."

16.12 In the present case, the award of contract to the respondent No.9 does

not appear to be on justifiable grounds, though it has been already set aside by

the learned Single Judge of this Court on a different ground of playing fraud.

Since the award of contract in favour of the respondent No.9 was set aside by

WA 328/2021 & 329/2021 Page - 41 of 50 the learned Single Judge, in our opinion, the matter ought to have been

remanded to the authority concerned to reconsider the award of the contract to

the most suitable bidder.

Thus, we are of the view that though the right of the Selection

Committee to award the contract to any other bidder remains and cannot be

questioned, yet if the bid of any person is rejected after it was found to be

qualified technically as well as financially, there must be sound reasons for

rejecting the same on the same grounds. Disqualification of a bid is one thing

and non awarding of a contract to the bidder is another thing.

16.13 In the present case, what has happened is that the Selection Committee

awarded the bid to the respondent No.9 by disqualifying the appellant. The

power to disqualify is to found in Clause 4.7(ii) and we have already discussed

that the said disqualification does not appear to be correct.

16.14 What we have also noted is that the respondent No.9 was awarded the

contract in respect of two works as mentioned above, on the ground that there

was no pending work by the respondent No.9. If the said logic is accepted and

applied in all cases, we fail to understand why the respondent No.9 was not

awarded the contract in respect of other works also which was given to another

bidder, namely, M/s Multi Builders which was the subject matter of

consideration in WP(C) No.71/2020. Since the award of the tender to M/s Multi

Builders (respondent No.8 in the said writ petition WP(C) No.71/2020) for the

WA 328/2021 & 329/2021 Page - 42 of 50 work between Kuthur to Chassir in Tuensang district has not been challenged,

we will not make any comment on it except for making a reference to it for the

purpose of examining the consistency of the actions of the State. As discussed

above, in fact, the respondent No.9 also could have been given the work order

which was awarded to M/s Multi Builders as M/s Multi Builders also did not

complete three works allotted to it. Thus, the rejection of the bid of the

appellant on the alleged ground of past poor performance, does not appear to

be convincing to us.

16.15 The State has taken a specific plea that the bid of the petitioner was not

accepted by invoking the Clause 4.2 and the Single Judge in his finding in Para-

21 specifically refers to 4.7(ii) of the ITB which was relied upon by the State not

to award the contract. We are of the view that while the authority had all the

liberty not to award the contract to the appellant but they could not have

invoked the Clause 4.7(ii) for the reason that this is a clause which can be

invoked only to disqualify a bid and this clause cannot be invoked after the bid

of the appellant had been found to be responsive both technically and

financially was acceptable at all the stages of the bid process as can be seen

from the records. Disqualification in our view also would mean that the bid

suffers from certain material defects of substantive nature which would render

such a bid unresponsive.

16.16 Therefore, if the authority has invoked Clause 4.7 as also approved by

WA 328/2021 & 329/2021 Page - 43 of 50 the Single Judge, it certainly amounts to apparent existence of certain

fundamental defect in the bid of the appellant which we do not find to exist.

Since the bid of the appellant was found to be responsive both technically and

financially, it cannot be said that there was any fundamental defect. On the

other hand, if that fundamental defect is poor performance as submitted by the

State, in that event, the apprehension of the appellant that it amounts to black

listing cannot be said to be without substance as the appellant was awarded the

highest mark in that regard. In fact, if the bid is disqualified on that ground of

poor performance as has been done by the State, that same ground can be

taken against him in any other bid submitted by the appellant in respect of any

other work, thus literally disqualify in other bid also which has the same effect

as blacklisting. In such circumstances, this disqualification of the appellant on

the aforesaid ground of poor performance can be said to be stigmatic which can

be used, as apprehended by the appellant, against him in any other subsequent

bids.

16.17 It may be also noted that minute examination of the provisions of Clause

4.7(ii) which has been invoked in the present case by the State shows that

disqualification of the petitioner by taking recourse to Clause 4.7 will have a

stigmatic effect which may be used against him in other contracts. Therefore,

in our opinion, as the appellant was found qualified technical as well as financial

in the bid process, if the State wanted to invoke Clause 4.7(ii) to disqualify him,

WA 328/2021 & 329/2021 Page - 44 of 50 the appellant ought to have given a prior notice or at least the appellant could

have been confronted with this proposed action so that he could have explained

the position before the Committee, which does not appear to have been done in

the present case.

16.18 In fact, what has caused concern to us also is that while the appellant

was informed that his financial bid was accepted on 12.06.2020 by email, the

respondent No.9 was awarded the contract on a previous date on 11.06.2020

though the State has tried to explain the said anomaly by stating that because

of certain technical glitch the email could not be sent to the petitioner in time

and the same was sent one day after the contract was awarded to the

petitioner. We, however, find the said explanation unsatisfactory.

17. It is also seen from the records that, vide an interim order dated

30.11.2021 passed by this Court, the State was permitted to proceed with the

new tender process but not to finalise the same. We have been informed by the

learned counsel for the State that although the new tenders were invited and

the bids received have been processed, in terms of the Judgment and Order

dated 04.08.2021 passed by the learned Single Judge, however, the work order

has not been issued in view of the subsequent interim order dated 30.11.2021

passed by a Division Bench of this Court. We are also informed by the learned

counsel for the appellants that the appellants have not participated in the said

new tender process initiated pursuant to the direction of the learned Single

WA 328/2021 & 329/2021 Page - 45 of 50 Judge in the impugned judgment and order.

18. In view of our findings as discussed above, we are firmly of the view that

the disqualification on the appellants by resorting to Clause 4.7(ii) by the

State/employer on the same parameters on which the appellants was earlier

held to be qualified and was found most meritorious, without there being any

further good reasons is ex-facie arbitrary. We would also like to mention that

past poor performance of works can certainly be taken into consideration for

not awarding any work. But in the instant case, what we have noted is that, as

revealed by the records, the appellant was indeed given the highest mark in

that regard, that is, 25 out of 25. Thus, having awarded the highest mark in

that parameter, rejecting and disqualifying his tender on the basis of the same

parameter appears to us quite arbitrary. It appears to us that the authorities

wanted to avoid awarding the tender to the appellant. As discussed above, if

pendency of works was the reason not to award the tender, we have also noted

that M/s Multi Builders was awarded the work from Kuthur to Chassir in

Tuensang district even though, it had also pending works. The said work could

have been awarded to the respondent No.9 also. Further, we have also noted

that the work performance of the respondent No.9 in the past could be said to

be satisfactory also, as he had taken 6 to 8 years in completing the two projects

in the past, which were required to be completed in 1(one) year. What is the

reason for believing that the respondent No.9 will not take similar long years in

WA 328/2021 & 329/2021 Page - 46 of 50 executing the present works awarded to him? It is a different matter that the

learned Single Judge subsequently quashed the work order issued in favour of

the respondent No.9 for a totally different reason for practicing fraud by the

respondent No.9. In other words, we are satisfied that the action and reasons

assigned by the State in not awarding the contract to the appellant appears to

be discreminatory, arbitrary and unreasonable. The reason assigned, that is,

poor past performance of the appellant in our view could not have been used,

for reasons herein above discussed.

19. Once the State decides to call for a bid then the terms and conditions

and the clauses of such a tender published as NIT are not only binding on the

intending bidders but also to the State and the State is also expected to follow

the terms and conditions scrupulously.

20. Accordingly, for the reasons discussed above, we set aside the findings

of the learned Single Judge to the extent it upheld the disqualification of the

appellant on the ground of delay in respect of past performances as well as the

rejection of the bid of the respondent No.9.

21. The respondent State has relied upon the Judgment of Apex Court in

M/s. N.G. Projects Limited (supra) to contend that if when the Court finds

that there is total arbitrariness or that the tender has been granted in the

malafide manner, still the Court should refrain from interfering in the grant of

tender but instead relegate the parties to seek damages for the wrongful

WA 328/2021 & 329/2021 Page - 47 of 50 exclusion rather than to injunct the execution of the contract. We are in

respectful agreement with ratio laid down by the Apex Court.

22. However, in the facts of the present case, in view of the interim order

dated 30.11.2021 passed by a Division Bench of this Court, no work order has

been issued to any short listed party in the fresh tender process initiated by the

State pursuant to the directions contained in the impugned judgment and order

dated 04.08.2021 present writ appeal and as such, there is no subsisting work.

The works, which were continuing by the respondent No.9 also ceased because

of the cancellation of the bid of the respondent No.9 by the learned Single

Judge, which has not been challenged by the respondent No.9. Thus, there is

no work going on which has been stayed by the Court. Under such

circumstances having held the action of the State to be arbitrary in disqualifying

the appellants, we deem it appropriate to hold that order disqualifying the

appellant is illegal and accordingly, set aside and the State Government would

be required to re-examine the matter.

23. The matter is accordingly, remanded to the Tender Evaluation Committee

to reconsider the award of contract from amongst the respective successful

tenderers including the appellant and thereupon take a fresh decision in the

matter. The fresh evaluation which is to be conducted by the Tender Evaluation

Committee in terms of the direction above, should be conducted as

expeditiously as possible preferably within a period of 15(fifteen) days, so that

WA 328/2021 & 329/2021 Page - 48 of 50 there is no undue delay in the execution of work.

24. In the meantime, fresh tender already called for by the employer in

terms of the directions contained in the impugned judgment and order dated

04.08.2021 of the learned Single Judge shall not be acted upon, till a fresh

decision is taken by the Tender Evaluation Committee on the basis of the

materials already available on record in respect of the qualified tenderers

including the appellants as directed by us as above.

25. If after fresh evaluation, the employer/State is unable to award the

contract for reasons which are germane and relevant and not arbitrary or

discriminatory, which are to be recorded in the file, then the State will be at

liberty to proceed with and finalise the fresh tender process which the State

had already initiated pursuant to the directions of the learned Single Judge in

the impugned Judgment and Order dated 04.08.2021. We, thus, make it clear

that if the State does not award the contract to any bidder in terms of the

earlier NIT, the reasons must be recorded in the file.

26. Needless to say, the findings of the learned Single Judge in respect of

respondent No.9 M/S ND & Co quashing this award of work to him, is not

interfered with as the same is not under the challenge before this Court.

27. The writ appeals are allowed by interfering with the judgment and order

dated 04.08.2021 passed by the learned Single Judge in WP(C) No.94/2020 and

WA 328/2021 & 329/2021 Page - 49 of 50 WP(C) No.72/2020, to the extent indicated above. Records produced before this

Court are returned to the learned Government Advocate, Nagaland.

               Sd/- Soumitra Saikia             Sd/- N. Kotiswar Singh
                         JUDGE                            JUDGE




Comparing Assistant




WA 328/2021 & 329/2021                                          Page - 50 of 50
 

 
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 Partner Event : IJJ

 
 
Latestlaws Newsletter