Friday, 15, May, 2026
 
 
 
Expand O P Jindal Global University
 
  
  
 
 
 

WA/430/2024
2025 Latest Caselaw 7367 Gua

Citation : 2025 Latest Caselaw 7367 Gua
Judgement Date : 17 September, 2025

Gauhati High Court

WA/430/2024 on 17 September, 2025

GAHC010273862024




                                                2025:GAU-AS:12752-DB




                IN THE GAUHATI HIGH COURT
  (HIGH COURT OF ASSAM, NAGALAND, MIZORAM & ARUNACHAL PRADESH)


                      WRIT APPEAL No.430/2024
                      1. JARPL-JPW-DMC, a Consortium of (1) M/s Jai
                      Ambey Roadlines Private Limited, a Company
                      registered under the Companies Act, 1956,
                      having its registered address at I-37, Anupam
                      Nagar, Shankar Nagar, Raipur, Chhatishgarh,
                      PIN - 492007.

                      2. JPW Infratech Private Limited, a Company
                      registered under the Companies Act, 1956,
                      having its registered address at 146, S.P.
                      Mukherjee Road, 3rd Floor, Flat 9, Kolkata, West
                      Bengal, PIN - 700026.

                      3. Dev Mining Company, a Partnership Firm,
                      having its registered address at A-59, Shailendra
                      Nagar, Raipur, Chhatishgarh, PIN - 492001,
                      having its Head Office at I-37, Anupam Nagar,
                      Shankar Nagar, Raipur, Chhatishgarh, PIN -
                      492007, represented through its Lead Partner,
                      M/s JPW Infratech Private Limited, having its
                      registered address at 146, S.P. Mukherjee Road,
                      3rd Floor, Flat 9, Kolkata, West Bengal, PIN -
                      700026, represented by its Director/authorized
                      representative, namely, Sri Jai Prakash Wassan,
                      Son of Jagdish Lal Wassan, resident of A-1
                      Shyama, 14, T.P. Nagar, Korba, Chattishgarh,
                      PIN - 495677.

                                                   ........Appellants


                                                                Page | 1
                                         -Versus-

                          1. The Union of India, represented by the
                          Secretary, Ministry of Coal, having its Office at
                          Shastri Bhawan, Dr. Rajendra Prasad Road, New
                          Delhi, India - 110066.

                          2. The Secretary, Ministry of Finance
                          Department of Expenditure, having its Office at
                          Room No.129A, North Block, New Delhi, India -
                          110001.

                          3. The Coal India Limited, represented by its
                          Chairman-cum-Managing Director, having its
                          Office at Coal Bhawan, Premises No.04 MAR,
                          Plot No.AF-III, Action Area-1A, New Town,
                          Rajarhat, Kolkata, PIN - 700156.

                          4. The General Manager, Contract Management
                          Cell (CMC), Coal India Limited, having its Office
                          at Coal Bhawan, Premises No.04 MAR, Plot
                          No.AF-III, Action Area-1A, New Town, Rajarhat,
                          Kolkata, PIN - 700156.

                          5. The North Eastern Coal Fields, represented by
                          its General Manager, having its Office at
                          Margherita, Tinsukia, Assam, PIN - 786181.

                          6. Mahalaxmi Infra Contract Private Limited,
                          represented by its Director, having its Office at
                          813-825, Binori B Square 3, Sindhu Bhawan
                          Road, 54, Bodakdev, Ahmedabad, Gujarat, PIN
                          - 380054.
                                                     ........Respondents

-BEFORE-

HON'BLE THE CHIEF JUSTICE MR. ASHUTOSH KUMAR HON'BLE MR. JUSTICE ARUN DEV CHOUDHURY

For the Appellant(s) : Mr. D. Saikia, Senior Advocate assisted by Mr. S. Deka, Advocate.

For the Respondent(s) : Mr. H. Gupta, Central Government Counsel for respondent Nos.1 & 2.

Page | 2 : Mr. I. Chowdhury, Senior Advocate assisted by Mr. T. Das, Advocate for Respondent Nos.3 & 4. : Mr. M.Z. Ahmed, Senior Advocate assisted by Mr. A.M. Dutta, Advocate for respondent No.5. : Mr. K.N. Chouhdury, Senior Advocate assisted by Mr. N. Gautam, Advocate for respondent No.6.

Date of Hearing         : 05.08.2025.

Date of Judgment        : 17.09.2025.


                   JUDGMENT & ORDER (CAV)
(Ashutosh Kumar, CJ)

We have heard Mr. D. Saikia, learned Senior Advocate, assisted by Mr. S. Deka, learned Advocate for the appellants; Mr. H. Gupta, learned Central Government Counsel for respondent Nos.1 & 2; Mr. I. Chowdhury, learned Senior Advocate, assisted by Mr. T. Das, learned Advocate for respondent Nos.3 & 4; Mr. M.Z. Ahmed, learned Senior Advocate, assisted by Mr. A.M. Dutta, learned Advocate for respondent No.5 and Mr. K.N. Choudhury, learned Senior Advocate, assisted by Mr. N. Gautam, learned Advocate for respondent No.6.

2. This intra-Court appeal is against the judgment and order dated 12.12.2024 passed by a learned Single Judge, whereby, the writ petition, bearing WP(C) No.4510/2024, preferred by the appellant/Consortium, challenging the communications dated 22.08.2024 and 28.08.2024, informing the appellant that its technical bid has been rejected and the decision to open and finalize the bid in favour of respondent No.6, was dismissed. The learned

Page | 3 Single Judge declined to interfere with the decision of the Tender Evaluation Committee, which had rejected the technical bid of the appellant for non-compliance with the essential conditions of tender.

3. The Coal India Limited (respondent No.3) had issued Notice Inviting Tender (hereinafter to be referred as the "NIT") on 05.07.2024 for "Hiring of HEMM for removal of overburden (936.72 Lakh CuM) and Extraction and Transportation of coal (53.00 Lakh Tes) from Tirap OCP of Tirap Colliery at NEC, Margherita, for a period of 10 years (1 year for development and 9 years for production)". The estimated cost of the work tender was Rs.1561,88.69 Lakhs and the last date of Bid submission was 05.08.2024. It was specifically noted in the NIT that in case of Joint Venture/Consortium, the registration of the bidder should be in the name of the lead member. However, the documents against "eligibility criteria" were to be in the name of the Joint Venture/Consortium.

4. It would be apposite to first refer to the various Clauses in the NIT for appropriate appreciation of the contentions raised on behalf of the parties.

5. Clause 2.2 of the NIT specified that in case of Joint Venture, each entity will be jointly and severally responsible for completing the task as per the contract; the Joint Venture Agreement should legally bind all members jointly and severally and the Joint Venture Agreement may specify the share of each individual member, which may be required for the purposes of apportioning the value of the contract for subsequent submission in

Page | 4 other bids. The Joint Venture Agreement was to be submitted in the format prescribed in the NIT at Annexure-II.

6. Clause 3 of the NIT further required the Bidder(s) to submit duly filled up Bid Submission Confirmation (BSC) sheet. The submitted documents would be verified against the data furnished in the BSC sheet.

Since the NIT was in furtherance of Make in India Policy of the country, special provision was made for categorization and preference for local suppliers: local supplier having been defined as goods/services/works having local content equal to or more than 50%. The local content also has been defined in the NIT to mean the amount of value added in India. For compliance with the afore- noted Clause, the Bidder(s) were required to submit the qualifying documents.

7. It was further provided in the said Clause that if the estimated value is more than Rs.10 Crores, the Bidder(s) would submit a certificate in the format prescribed in the NIT. The format was very specific and it included the furnishing of details pertaining to locations at which the local value addition was made.

8. Clause 15 of the NIT expressly laid down that the Bidder(s) will have to accept the unconditional terms and conditions in the NIT.

9. Clause 19 of the NIT provided for the method of evaluation of tenders. The Tender Committee was entrusted to undertake the entire decision making process and to make the recommendation.

Page | 5 In case, the Tender Committee found that there is some deficiency in the up-loaded documents corresponding to the information furnished in the Bid Submission Confirmation (BSC) sheet or in case the corresponding documents have not been up-loaded by the Bidder(s), then the same shall be specified online by the Evaluator, clearly indicating the omissions/ shortcomings in the up-loaded documents and allowing clear 7(seven) days for online re- submission by the Bidder(s). Additionally, information was also required to be sent by system generated e-mail and SMS, but it would have been be the Bidder's responsibility to check the updated status/information on GeM Portal regularly after opening of the bid. It was further specified that no separate communication would be required in that regard and non-receipt of e-mail and SMS will not be accepted as a reason of non-submission of documents within the prescribed time. The Bidder(s) would be required to upload the scanned copy of all those specified documents in support of the information/declarations furnished by them in Bid Submission Confirmation (BSC) sheet within the specified period of 7(seven) days. No further clarification would be sought from the Bidder(s).

10. What is important here to note is that Clause 19 of the NIT clearly provided that the shortfall information/ documents will be sought only in case of historical documents, which pre-existed at the time of the tender opening and which have not undergone change since then. Those documents would be called only on the basis of the recommendations of the Tender Evaluation Committee.

11. So far as the submission of documents with respect to qualification criteria is concerned, the NIT prescribed that after

Page | 6 submission of the tender, only related shortfall documents would be asked for and considered. An example was given, namely, if the bidder had submitted a work order document relating to a particular contract without its completion/performance certificate, the certificate could be asked for and considered. However, no work order for a new contract would be asked for so as to qualify the bidder.

12. It was the case of the appellant/Consortium before the learned Single Judge that for the specific purposes of participating in the afore-noted NIT, the appellant/Consortium was constituted with

(i) M/s Jai Ambey Roadlines Private Limited; (ii) M/s JPW Infratech Private Limited and (iii) M/s Dev Mining Company, a Partnership Firm, by executing a Consortium Agreement dated 02.08.2024. This Consortium had participated in the NIT through GeM Portal.

13. The Tender Evaluation Committee, through the GeM Portal, sought 3(three) clarifications by way of request from the appellant, viz.

(a) Request-1 - to submit the certificate in the name of the Consortium issued by the practicing Cost Accountant or practicing Chartered Accountant regarding local content as per the additional terms and conditions in the bid documents;

(b) Request-2 - to submit the clearly readable copy of Partnership Deed of M/s Dev Mining Company; and

(c) Request-3 - to submit additional document No. 1 as per attachment.

Page | 7

14. Against the aforesaid Request-3, it was clarified that due to text limit by the GeM Portal, the query was attached. However, the appellant contends that no attachment was uploaded and precisely for that reason, no document was furnished by the appellant. However, against the said request, the appellant re-submitted the working capital certificate for the reason that without uploading any document against all the requests, the GeM Portal would not have proceeded to the next step.

15. With respect to the two requests, referred to above, the appellant had submitted a fresh certificate in the name of the Consortium dated 17.08.2024 issued by the practicing Chartered Accountant on the basis of the historical data of all the partners of the Consortium and a clear readable copy of the Partnership Deed of M/s Dev Mining Company.

16. The technical bids were opened on 22.08.2024 and out of 12 Bidders, 11 including the appellant were disqualified, leaving only respondent No.6 in the fray.

17. The bid of the appellant was ostensibly rejected on two grounds, namely, (i) that the certificate dated 17.08.2024 produced by the appellant was post-bid document, whereas the additional terms and conditions in the NIT expressly permitted only "historical documents" existing as on the date of bid submission to be furnished in respect to queries/clarifications. The certificate was also not in the name of Joint Venture/Consortium as required; and (ii) the agreement submitted by the Joint Venture/ appellant was not in the prescribed format under the additional terms and conditions and

Page | 8 was capable of being construed as limiting each partners eligibility to its own share, instead of providing for joint and several liability, which was an express requirement of the NIT.

18. Against the afore-noted decision dated 22.08.2024 of the Tender Evaluation Committee, the appellant had protested such disqualification by submitting a representation dated 23.08.2024, which too was rejected on the same grounds by communication dated 28.08.2024.

19. The decision of the Tender Committee on the representation, treating it as an appeal, is as follows:

"As per clause no.3.1(r), Local Content certificate was required from the bidder, i.e., M/s JARPL-JPW-DMC. The initial certificates submitted by the bidder were in the name of 2 individual partners of Consortium and against technical clarification, the certificate submitted in the name of bidder bears the date after the bid submission end date, which is not a historical document.

Conclusion: Bidder failed to submit the requisite historical document against the technical clarification/shortfall document as per clause no.3.1 (r) of ATC of Bid Document and submitted a document bearing a date after the bid submission end date.

7. As per clause no.3.1 (h), if the 'bidder is JV/Consortium, bidder to submit Scanned copy of JV/Consortium Agreement containing name of partners and lead partner, Power of Attorney to the lead partner and share of each partner etc' along with other document regarding Legal Status of Bidder.

The difference in the submitted consortium Agreement from Annexure II of ATC of Bid Document as follows:

Heading Consortium Agreement Annexure-II of submitted by bidder ATC of Bid Document

Page | 9 Joint and Several Bidder in the Bidder in the Liability agreement stated that agreement stated 'All partner of that 'All partner Consortium shall be of Consortium liable jointly and shall be liable severally to the as jointly and mention severally during proportionate clause the Pre-

                   no-04 during the pre-        qualification and
                   qualification       and      Bidding process;
                   Bidding process; and         and in the event
                   in    the     event  the     the contract is
                   contract is awarded,         awarded, during
                   during execution of the      execution of the
                   Contract,             in     Contract,        in
                   accordance          with     accordance with
                   Contract terms'.             Contract terms'


From the above table, it is evident that the submitted consortium agreement is not as per the format provided in the Annexure-II of ATC of Bid Document.

A clarification was sought regarding 'whether the statement written at sl. no.7 for liable jointly and severally is inline of the statement written at sl. 4 and sl. no.4.3 of 6 of consortium agreement submitted by bidder or liable for the proportionate share, i.e., M/s JPW Infratech Private Limited (50%), M/s Jai Ambey Roadlines Pvt. Ltd. (30%) and M/s Dev Mining Company (20%)'.

In response bidder submitted a copy of working capital certificate.

Conclusion: Bidder did not submit the clarification against the query sought and submitted a copy of working capital. The submitted document regarding Consortium Agreement is not in line with the format provided at Annexure II of ATC of Bid Document. Therefore, the bidder does not fulfill the eligibility criteria as per requirement of Bid Document.

In view of above, TC stands with its earlier recommendation that Bidder M/s JARPL-JPW-DMC does not fulfill eligibility criteria as per requirement of Bid Document and their appeal needs to be rejected on GeM Portal mentioning the following remarks:

Page | 10

a) The submitted Consortium Agreement is not inline of Annexure-II of ATC of Bid Document.

b) The bidder i.e., M/s JARPL-JPW-DMC, a consortium did not submit required document to satisfy the clause no.3.1(r) of ATC of Bid Document.

c) Documents submitted by the bidder through challenge rejection window shall not be considered other than the application uploaded as 'appeal'."

20. Aggrieved by the afore-noted decision of the Tender Evaluation Committee and awarding the contract in favour of respondent No.6, the appellant preferred WP(C) No.4510/2024 on various grounds.

21. It was contended that the old local content certificates had been issued by the Chartered Accountant on the basis of the data provided by the two partners of the Consortium, namely, M/s Jai Ambey Roadlines Private Limited and M/s JPW Infratech Private Limited, whereby, it was certified that the percentage of local content in the offered product/service is 100% and meets the local content requirement for "Class-I local supplier". The re-submitted certificate for local content dated 17.08.2024, which was held as post-bid supplementation, only recorded the consolidation of the names of the firms, namely, M/s Jai Ambey Roadlines Private Limited and M/s JPW Infratech Private Limited and M/s Dev Mining Company, constituting the Consortium. This certificate was issued by the Chartered Accountant on the basis of the historical data of the partners of the Consortium, which existed prior to the participation of the Consortium in the NIT. The Consortium had been constituted solely for the purpose of participating in the instant

Page | 11 NIT. The re-submitted certificate for local content dated 17.08.2024 clearly demonstrated that nothing new had been appended nor any new fact had been incorporated. In this event, the certificate dated 17.08.2024 ought not to have been treated as a subsequent document or non-historical document.

22. It was also submitted before the learned Single Judge that there was no requirement for submitting the certificate in the name of the Consortium as per the NIT, but even then, the appellant had submitted the same because it was so demanded by the Tender Evaluation Committee.

23. It was argued before the learned Single Judge that the Consortium is only a Joint Venture, which is a legal entity, in the nature of the partnership of the constituent companies and, therefore, the credentials and experience of each of the partners of the partnership gets consolidated and merged with the Joint Venture. The re-submitted certificate of local content issued by the Chartered Accountant in the name of the Consortium is solely based on the credentials and experience of the partners of the appellant/Consortium. In fact, it was argued that such clarification by way of request by the Tender Evaluation Committee was not required as the bid of the appellant could have been evaluated only on the basis of the previous certificates of the local content.

24. The second ground of rejection of the technical bid of the appellant was challenged on the premise that a few addition of words in the format provided in the NIT was only in the nature of minor deviation, which was curable and which did not affect the

Page | 12 eligibility of the appellant. The submission of particulars in a particular format is only a procedural aspect and a minor deviation in that, ought not to invalidate the offer. The mistakes in the clause numbers/paragraph numbers were because of inadvertence. The 7(seven) extra words inserted in the Consortium Agreement did not limit the nature and extent of joint and several liability of the partners.

25. Strict insistence on the terms of the NIT is only for the essential conditions of a tender and not for collateral conditions. It is always open to the Tender Floating Authority, either to seek necessary amendments from the Bidder(s) or to waive off such conditions.

26. It was also argued that since only one bidder remained in the fray, the only option available to the respondents was to proceed for re-tendering.

However, in the Contract Management Manual-2024, which is GeM Compatible, it has been clarified that it would not be necessary to go for re-tender in cases of single bid, taking a 'safe' course of action. Re-bidding has costs: firstly, the actual costs of re- tendering; secondly, delay in execution of a work with consequent delay in the attainment of the purpose for which the procurement has been done; and thirdly, the possibility that the re-bid may result in a higher bid.

The Manual further prescribed that lack of competition shall not be determined solely on the basis of the number of

Page | 13 bidders. Even when only one bid is submitted, the process should be considered valid, provided the following conditions are satisfied:-

(i) the procurement was satisfactorily advertised and sufficient time was given for submission of bids;

(ii) the qualification criteria were not unduly restrictive; and

(iii) prices are reasonable in comparison to market values.

27. The learned Single Judge, upon examining the matter, upheld the decision of the Tender Evaluation Committee, holding that the appellant/Consortium did not submit the local content (Make in India) certificate. Only two out of three partners of the Consortium had submitted their local content (Make in India) certificates in their individual capacity, whereas, Clause 2.1 of the Additional Terms and Conditions provided that the invitation for bid is open for all Bidders, which includes a Joint Venture/ Consortium. The learned Single also found that the "Notes" appended to Clause 3.3 of the Additional Terms and Conditions required the appellant to submit the local content certificate in the name of the Joint Venture/ Consortium and not of two of the partners of the Consortium. Thus, the certificate dated 17.08.2024 was not historical and, therefore, not acceptable.

28. The Consortium Agreement submitted by the appellant, it was found, did not use the exact words as per the format provided, making it capable of being misunderstood with respect to the aspect of joint and several liability.

It was held by the learned Single Judge that the tender conditions are binding and have to be complied with strictly; local

Page | 14 content certificates and Consortium Agreement are the essential requirements; judicial review in tender matters is confined only to arbitrariness, mala fides or perversity, none of which could be demonstrated and that the lower price of the appellant's bid cannot override the non-compliance with essential conditions.

29. Mr. D. Saikia, learned Senior Advocate for the appellant has submitted that a Joint Venture is akin to partnership and, hence, certificates in the name of partners should suffice. He has referred to the judgments of Supreme Court in New Horizons Limited & Anr. -Vs- Union of India & Ors. :: (1995) 1 SCC 478 and Ganpati RV-Talleres Alegria Track Private Limited -Vs-

Union of India & Anr. :: (2009) 1 SCC 589 in support of his

contentions.

30. The other strand of argument of Mr. Saikia is that joint and several liability arises only if the Consortium is awarded the contract. Any ambiguity in the agreement should not have been treated as fatal. Some conditions are collateral and deviations are condonable. [Refer to - CRRC Corporation Limited -Vs- Metro Link Express for Gandhinagar and Ahmedabad (Mega) Company Limited :: (2017) 8 SCC 282].

31. It was also argued that the price difference of the bid of the appellant and of respondent No.6 is 112 Crores, which ought to have been considered in the larger public interest.

32. On the contrary, Mr. I. Chowdhury, learned Senior Advocate for respondent Nos.3 & 4 and Mr. K.N. Chouhdury, learned Senior Advocate for the respondent No.6 have submitted that a

Page | 15 Tender Committee is bound by the declared norms and it could not have accepted post-bid documents. The price of the bid is irrelevant, unless technical eligibility is first satisfied. It was also argued that everything depended upon the decision of the Tender Committee, yet, it was not made a party before the writ-Court.

33. After having heard the learned counsel for the parties, the following issues arise for determination:

(i) Whether the rejection of the appellant's bid on the ground of non-compliance with tender conditions was arbitrary, unreasonable or mala fide?

(ii) Whether the local content certificate dated 17.08.2024 could be treated as valid compliance?

(iii) Whether the Consortium Agreement satisfied the requirement of joint and several liability? and

(iv) Whether judicial review is warranted in view of the price advantage claimed by the appellants?

34. While approaching the issues, referred to above, we are mindful of two constraints; namely, that the Courts are not custodians of commercial wisdom and the role of judicial review is confined to ensuring that the process is free of arbitrariness and mala fides. The second is that conditions of eligibility are the "rules of the game", which cannot be relaxed after the play has begun. On the local content certificates, the language of Clause 19 of the NIT could not be clearer; only pre-existing historical documents could be furnished to cure the shortfall. The certificate of 17.08.2024 was undeniably subsequent. More importantly, Clause 3 of the NIT insisted on certification in the name of the

Page | 16 Bidder - the Joint Venture itself - not in the name of an individual partner. The defect here was not one of form, but of substance.

35. In New Horizons Limited (supra), a Joint Venture was disqualified from the tender as it did not possess the requisite experience in its own name. The Supreme Court held that the experience of the constituent partners could be counted as the experience of the Joint Venture. When a Joint Venture is formed, the experience of the constituent companies has to be considered as the experience of the Joint Venture. The Joint Venture is not a legal entity dehors from its members. The appellants have relied on this to argue that the certificate in the name of two partners would have sufficed and no clarification by way of a request should have been asked for.

36. However, in New Horizons Limited (supra), the condition of tender itself permitted reliance on partner's experience. In the case at hand, the Additional Terms and Conditions of the NIT expressly required the certificate in the name of the Bidder(s)/Consortium. The ratio in New Horizons Limited (supra), therefore, does not advance the appellant's case.

37. On the Consortium Agreement, the NIT required an unequivocal undertaking of joint and several liability. The documents supplied were ambiguous; it could be construed as apportioning liability amongst partners rather than fixing it jointly and severally. In commercial projects of such magnitude, certainty the issue of liability is not a matter of detail, but of essence.

Page | 17

38. In W.B. State Electricity Board -Vs- Patel Engineering Company Limited & Ors. :: (2001) 2 SCC 451,

where the tender for hydro-electric projects was in question, a bidder's tender was rejected for non-fulfillment of certain conditions. The Court explained how to distinguish essential from collateral conditions. Whether a condition is essential or collateral can be determined by reference to the consequences of non- compliance. If non-fulfillment of the condition would render the bid itself unacceptable, it is essential. If it is merely ancillary, it is collateral.

39. We are thus of the considered view that if in the Bidder's Consortium Agreement, there is an ambiguity with respect to liability which was an essential defect and not a collateral one, the decision of the Tender Evaluation Committee cannot be faulted with.

40. On the question of price, the submission that a saving of Rs.112 Crores ought not to have been ignored is attractive at the first blush, but cannot survive closer scrutiny.

41. In Raunaq International Limited -Vs- I.V.R. Construction Limited & Ors. :: (1999) 1 SCC 492, the

Supreme Court had the occasion to dispose off a case of paramount importance of Government contract. It was observed that when rational and non-discriminatory norms have been laid down for granting of tenders, a departure from such norms can only be made on valid principles.

Page | 18

42. In arriving at a commercial decision, considerations which are of paramount importance are the commercial decisions of which price is also an important component. However, there are other considerations as well, namely, whether the goods and services offered are of requisite specifications; whether the person tendering has the ability to deliver the goods and services as per the specifications, etc. However, the price cannot be the sole criteria. Public interest lies as much in ensuring integrity of process as in securing economy. A lower price secured by a defective bid is no saving at all; it would undermine the confidence in the system. [Also refer to Afcons Infrastructure Limited -Vs- Nagpur Metro Rail Corporation Limited & Anr. :: (2016) 16 SCC 818].

43. In CRRC Corporation Limited -Vs- Metro Link Express for Gandhinagar and Ahmedabad (Mega) Company Limited :: (2017) 8 SCC 282], a Chinese Company had challenged the disqualification in a Metro-Rail tender. The Supreme Court had observed that the law is settled that minor technical deviations, which do not go to the root of the eligibility, should not be treated a fatal. However, if the tender documents specifically mandate a condition as essential, the same cannot be waived.

44. Similarly in M/s N.G. Projects Limited -Vs- M/s Vinod Kumar Jain & Ors. :: (2022) 6 SCC 127, where the High Court had interfered with a road construction tender, the Supreme Court had reversed the finding with a stern reminder that the award of a tender is not to be interfered with lightly. The Courts should not

Page | 19 interfere in the tender process; unless substantial public interest is demonstrated or the decision making process is found to be mala fide or intended to favour someone.

45. The precedents read together chart a clear path. Essential conditions cannot be compromised [R.D. Shetty -Vs- International Airport Authority of India :: (1979) 3 SCC 489; Patel Engineering (supra)]. Price alone is irrelevant [Raunaq International Limited (supra) and Afcons

Infrastructure Limited (supra)]. The Courts must give deference to commercial wisdom; unless mala fides are writ large [M/s N.G. Projects Limited (supra)].

46. The appellant's reliance on New Horizons Limited (supra) is misplaced, because that case turned on tender conditions which were flexible. Here the tender language was rigid and unyielding.

47. The defects pointed out by the Tender Evaluation Committee were not ornamental lapses, but foundational shortcomings. To overlook them, would be to change the rules of the game mid-play; something which Courts have consistently warned against.

48. The rejection of the appellant's bid cannot be called arbitrary, mala fide or imbued with perversity. It is the logical consequence of non-compliance with conditions which the tender itself declared to be essential.

Page | 20

49. The learned Single Judge applied the correct principles and arrived at a conclusion which is unexceptionable. As emphasized in Kunhayammed & Ors. -Vs- State of Kerala & Anr. : (2000) 6 SCC 359, an appellate Court must have stronger

reasons to differ with a considered judgment.

50. We find none here.

51. Thus, we hold that the decision of the Tender Evaluation Committee was in conformity with the notified norms. The learned Single Judge rightly refused to interfere.

52. The appeal is dismissed.

53. No order as to costs.

                         JUDGE                  CHIEF JUSTICE



Comparing Assistant




                                                           Page | 21
 

 
Download the LatestLaws.com Mobile App
 
 
Latestlaws Newsletter
 

Publish Your Article

 

Campus Ambassador

 

Media Partner

 

Campus Buzz

 

LatestLaws Guest Court Correspondent

LatestLaws Guest Court Correspondent Apply Now!
 

LatestLaws.com presents: Lexidem Offline Internship Program, 2026

 

LatestLaws.com presents 'Lexidem Online Internship, 2026', Apply Now!

 
 

LatestLaws Partner Event : IJJ

 

LatestLaws Partner Event : Smt. Nirmala Devi Bam Memorial International Moot Court Competition

 
 
Latestlaws Newsletter