Monday, 20, Apr, 2026
 
 
 
Expand O P Jindal Global University
 
  
  
 
 
 

Globaltech Enviro Experts Pvt Ltd vs Managing Director
2025 Latest Caselaw 9699 Kant

Citation : 2025 Latest Caselaw 9699 Kant
Judgement Date : 3 November, 2025

Karnataka High Court

Globaltech Enviro Experts Pvt Ltd vs Managing Director on 3 November, 2025

Author: Suraj Govindaraj
Bench: Suraj Govindaraj
                                                 -1-
                                                          NC: 2025:KHC-D:14933
                                                        WP No. 103810 of 2025


                     HC-KAR




                   IN THE HIGH COURT OF KARNATAKA,AT DHARWAD

                    DATED THIS THE 3RD DAY OF NOVEMBER, 2025

                                          BEFORE

                    THE HON'BLE MR. JUSTICE SURAJ GOVINDARAJ

                    WRIT PETITION NO. 103810 OF 2025 (GM-TEN)

                     BETWEEN

                     GLOBALTECH ENVIRO EXPERTS PVT LTD
                     C-23 BJB NAGAR BHUBANESHWAR,
                     ORRISA, INDIA-751014
                     REPRESENTED BY ITS REGIONAL ASSOCIATE,
                     MANJUNATH R BANASHANKARI
                     AGE. 32 YEARS,
                     OCC .CONSULTANT
                     #77, SANKALP LAYOUT HINDALGA,
                     BELAGAVI 591108

                                                                      ...PETITIONER
                     (BY SRI. DORERAJ B.H., ADVOCATE)

                     AND

Digitally signed       1. MANAGING DIRECTOR
by SHWETHA
RAGHAVENDRA               BELAGAVI SMART CITY LIMITED
Location: HIGH            1ST FLOOR, BUDA OFFICE
COURT OF                  ASHOK NAGAR, SHIVAJI NAGAR
KARNATAKA                 BELAGAVI, KARNATAKA-590016
                       2. THE CHAIRMAN
                          BELAGAVI SMART CITY LIMITED
                          1ST FLOOR, BUDA OFFICE
                          ASHOK NAGAR SHIVAJI NAGAR
                          BELAGAVI KARNATAKA-590016.
                       3. MISSION DIRECTOR
                          SBM (U) KARNATAKA
                          REPRESENTED BY ITS STATE MISSION DIRECTOR
                          DIRECTORATE OF MUNICIPAL ADMINISTRATION
                          9TH & 10TH FLOOR, VISHVESHWARIAH TOWER
                               -2-
                                              NC: 2025:KHC-D:14933
                                            WP No. 103810 of 2025


HC-KAR




        DR. B.R. AMBEDKAR VEEDHI
        BENGALURU 560001
     4. THE STATE OF KARNATAKA
        REPRESENTED BY ITS PRINCIPAL SECRETARY
        URBAN DEVELOPMENT DEPARTMENT
        VIKAS SOUDHA
        BENGALURU 560001
     5. RSP GREEN DEVELOMENT
        AND LABORATORIES PVT. LTD.,
        REPRESENTED BY ITS MANAGING DIRECTOR
        S/O. MONORANJAN ROY,
        33 SHANTINAGAR SARANI, SANKRAIL
        HAORA (M CORP) PO: DANESH SK. LANE,
        DIST: HOWRAH, WEST BENGAL 711109

                                                      .... RESPONDENTS


 (BY SRI. MALLIKARJUNSWAMY B. HIREMATH., ADVOCATE FOR R1;
     SRI. SHARAD V. MAGADUM., AGA FOR R4)

       THIS WRIT PETITION IS FILED UNDER ARTICLE 226          OF THE
CONSTITUTION OF INDIA PRAYING TO ISSUE A WRIT OF MANDAMUS
OR    ANY   OTHER   APPROPRIATE     WRIT,    ORDER,    OR   DIRECTION
DIRECTING RESPONDENT NO. 1 TO ISSUE THE LETTER OF INTENT
(LOI) AND CONSEQUENTIAL WORK ORDER IN FAVOUR OF THE
PETITIONER, BEING THE DULY QUALIFIED L1 BIDDER (ANNEXURE-G),
IN ACCORDANCE WITH SECTION 13(3) OF THE KTPP ACT AND RULE
26(2) OF THE RULES, 2000;AND ETC.


       THIS WRIT PETITION COMING ON FOR ORDERS AND HAVING
BEEN RESERVED FOR ORDERS ON 22.09.2025, THIS DAY, THE COURT
PRONOUNCED THE FOLLOWING:


CORAM:      THE HON'BLE MR. JUSTICE SURAJ GOVINDARAJ
                                   -3-
                                              NC: 2025:KHC-D:14933
                                            WP No. 103810 of 2025


HC-KAR




                            CAV ORDER
     (PER: THE HON'BLE MR. JUSTICE SURAJ GOVINDARAJ)


1.     The Petitioner is before this Court seeking for the

       following reliefs:

         a. Issue a Writ of Mandamus or any other appropriate Writ,
         Order, or Direction directing Respondent No. 1 to issue the
         Letter of Intent (LoI) and consequential Work Order in
         favour of the Petitioner, being the duly qualified L1 bidder
         (Annexure-G), in accordance with Section 13(3) of the
         KTPP Act and Rule 26(2) of the Rules, 2000;

         b. Declare the contemplated cancellation or any action
         arising out of the Board Meeting dated 05.06.2025 as void
         and unenforceable, having been undertaken without valid
         reasons or due process, in violation of Section 14(1) of the
         KTPP Act;

         c. Direct the Respondents through an injunction to refrain
         from floating or processing any fresh tender-whether in
         whole or in fragmented scope-covering the same or
         substantially similar work under the CITIIS 2.0 Programme,
         so long as the current tender process has not been lawfully
         concluded (Annexures-D, G); dated 06/02/2025

         d. Direct initiation of blacklisting proceedings against
         Respondent No. 5, in terms of Section 23 of the KTPP Act,
         on the basis of forged documents submitted in the bid, as
         confirmed by the Agartala Municipal Corporation and the
         Urban Development Department, GoK (Annexure-F); dated
         13/06/2025

         e. Issue a writ of certiorari or any other appropriate writ or
         order quashing the office order dated 01st July 2025
         bearing No: BSCL/E-Proc/ CITHS2.0/NABET/2025-26/issued
         by Respondent No.1, the Managing Director, Belagavi
         Smart City Limited. A copy of the Office Order dated 01st
         July 2025 is produced as Annexure-K.
                                   -4-
                                                NC: 2025:KHC-D:14933
                                            WP No. 103810 of 2025


HC-KAR



         f. Issue a Writ of Certiorari or any other Appropriate writ or
         order quashing the order No. UDD 169 CSS 2025 dated
         16th July 2025 with respect to KPP Portal tender No.
         BSCL/2024-25/SE0010/CALL-2) Bid No.B5833522 issued by
         Respondent No.4, the Urban Development Department. A
         copy of the order No. UDD 169 CSS 2025 dated 16th July
         2025 with respect to KPP Portal tender No. BSCL/2024-
         25/SE0010/CALL-2) Bid No.B5833522 is herein Produced as
         Annexure L.



2.   The Petitioner claims to be a Regional associate and

     duly authorised signatory of a reputed consultancy

     firm engaged in providing environmental and social

     safeguard services to various government agencies.

     Respondent No. 1, Belgavi Smart City Limited, was

     selected under the prestigious CITIIS 2.0 programme,

     jointly funded by the Government of India and

     international agencies as a smart city, in furtherance

     of which a         tender    came     to    be   issued for     the

     preparation of ESIA and RAP documents.

3.   The first tender floated in January 2025 was cancelled

     due to alleged procedural lapses and poor bidder

     turnout. The second tender was floated in February

     2025, inviting bids from qualified consultancy firms.
                             -5-
                                          NC: 2025:KHC-D:14933
                                     WP No. 103810 of 2025


HC-KAR




     During   the   preliminary    market     survey    held   on

     December 24, Respondent No.1 received quotations

     from nearly 60 NABET-accredited firms, and it is

     alleged that the highest quotation received was Rs 112

     lakhs.

4.   Tender having been called in the month of January

     2025, which had been cancelled, the second tender, as

     indicated, came to be floated in February 2025. The

     Petitioner participated    in the second tender and

     submitted   an   Earnest     Money     Deposit    [EMD]   of

     Rs.1,00,000/- through the official Karnataka Public

     Procurement Portal, established under the Karnataka

     Transparency in Public Procurement Act, 1999 ['KTPP

     Act of 1999' for short] and Karnataka Transparency

     in Public Procurement Rules, 2000 [KTPP Rules of

     2000' for short]. The evaluation process being two

     stages, one for technical and the other for financial,

     the Petitioner was declared as the lowest responsive

     and technically qualified bidder, quoting a fee of Rs.
                                -6-
                                            NC: 2025:KHC-D:14933
                                          WP No. 103810 of 2025


HC-KAR




     97.98 lakhs. The evaluation committee recorded the

     same and recommended the award.

5.   During the bid evaluation, the Petitioner had also

     brought     to   the   notice   of   the   respondents   that

     Respondent No.5 had submitted forged work orders

     and manipulated credentials to qualify, and certain

     penal actions were being taken against Respondent

     No.5, including blacklisting. Upon conclusion of the

     technical    and   financial    evaluation,   the   Petitioner

     expected to be issued the letter of intent as the lowest

     responsive bidder.

6.   Petitioner was informed by Respondent No.1 that

     Respondent No.2, the Chairman of the Belgavi Smart

     City Limited, and Respondent No.3, being the Mission

     Director,    SBM(U),       Karnataka,       had     instructed

     Respondent No.1 to cancel the tender on the ground

     that the quoted bid amount was on the higher side. It

     is aggrieved by the same; the Petitioner is before this

     Court.
                             -7-
                                         NC: 2025:KHC-D:14933
                                       WP No. 103810 of 2025


HC-KAR




7.   Sri Doreraj.B.H, learned counsel for the Petitioner,

     would submit that,

     7.1. The fundamental rights of the Petitioner under

          Article 14 of the Constitution have been violated

          inasmuch as, though the Petitioner is the lowest

          responsive tenderer, his tender has been rejected

          for grounds not recognised under law.

     7.2. The rights of the Petitioner under Article 19(1-g)

          of the Constitution have also been violated since

          the Petitioner's right to carry out any business to

          earn his livelihood has been violated. He submits

          that the benchmark ceiling was arrived at Rs.

          112 lakhs; therefore, the bid of the Petitioner,

          being Rs. 97.98 lakhs, which is 12.5% lower, was

          required to be accepted by the respondents.

     7.3. In terms of Section 14(1) of the KTPP Act, the

          ground of the bid being rejected being on the

          higher side is not available. In this regard, he

          relied   upon   the     decision   of   this   Court   in
                                       -8-
                                                       NC: 2025:KHC-D:14933
                                                  WP No. 103810 of 2025


    HC-KAR




               Devendra Kumar -v- State of Karnataka1,

               and submits that the procurement of all goods

               and services under the KTTP Act has to be done

               within a reasonable period. The final evaluations

               having been completed in February 2025, the

               rejection        made        of    the      Petitioner's     bid

               subsequently is beyond a reasonable period and

               as such, contrary to Subsection (3) of Section 10

               of the KTTP Act.

         7.4. He also relies on the decision of the Hon'ble Apex

               Court in Tata Cellular v. Union of India2, and

               submits        that   inaction     or    delay   in   finalising

               tenders would constitute maladministration and,

               as such, this Court could exercise the power of

               judicial review in such matters.

         7.5. Much      was      sought      to   be     made    out      under

               Subsection (2) of Section 9 and Section 23 of the

               KTTP Act to contend that the respondents are

1
    ILR 2013 Karnataka 3077
2
    (1994)6 SCC 651
                                    -9-
                                                    NC: 2025:KHC-D:14933
                                               WP No. 103810 of 2025


    HC-KAR




               seeking to finalise the tender with Respondent

               No.5     without      blacklisting.       However,     Sri,

               Mallikarjuna Swami B. Hiremath, learned counsel

               for     Respondent           No.1,      intervened     and

               categorically stated that Respondent No.5 has

               been blacklisted, and it is for this reason that

               several arguments which have been advanced by

               Sri.Doreraj in respect to Respondent No.5 are

               not being dealt with.

         7.6. He relies upon the decision in T.S. Gopikrishna

               vs. Executive Officer3, more particularly para 9

               and 10 thereof, which are reproduced hereunder

               for easy reference:

               9. Having heard the learned counsel for the Petitioner
               and the respondents, apparently there is no dispute
               that the successful bidder was not successful in the
               writ petition filed by him, pursuant to which,
               withdrawal of the tender was issued at Annexure-A
               and respondents are intending to issue fresh
               notification. It is not in dispute that there were only
               two participants. Successful bidder, though declared
               successful, was disqualified for being a minor at the
               time of applying for the tender and successful bidder
               filed petition challenging the said Annexure-A, of


3
    WP No.103474 of 2024 dated 11.11.2024
                                     - 10 -
                                                 NC: 2025:KHC-D:14933
                                              WP No. 103810 of 2025


    HC-KAR



                withdrawing the notification,    which came     to   be
                dismissed by this Court.

                10. As stated herein supra, when there were only two
                participants in the tender, the respondents, after
                declaring the successful bidder to be ineligible due to
                reasons of him being a minor, could have considered
                the application of the other only tender participant,
                and there being no other persons, could have
                considered on the NC: 2024:KHC-D:16441 basis of
                his qualification, eligibility and other necessary
                requirements as per law. It is also not the case of the
                respondents that the Petitioner was ineligible. Having
                not done so, the impugned order at Annexure-A
                deserves to be set aside.



7.7.     By relying on T.S.Gopikrishna's case, his submission

         is that the tender cannot be entirely set aside; it is

         the eligibility of the tenderer which is required to be

         considered.

7.8.     He relies upon the decision of the Honourable Apex

         Court in Prakash Asphaltings and Toll Highways

         (India) Limited vs. Mandeepa Enterprises4, more

         particularly para 39, 40 and 41 thereof, which are

         reproduced hereunder for easy reference:

             39. A three-Judge Bench of this Court in CIDCO Vs.
             Shishir Realty Private Limited7, observed that when a
             contract is being evaluated, the mere possibility of more


4
    2025, INSC 1108
                                  - 11 -
                                              NC: 2025:KHC-D:14933
                                           WP No. 103810 of 2025


HC-KAR



         money in the public coffers does not in itself serve public
         interest. This Court held as follows:

         61. When a contract is being evaluated, the mere
         possibility of more money in the public coffers, does not in
         itself serve public interest. A blanket claim by the State
         claiming loss of public money cannot be used to (2012)
         16 SCC 527 forego contractual obligations, especially
         when it is not based on any evidence or examination. The
         larger public interest of upholding contracts and the
         fairness of public authorities is also in play. The courts
         need to have a broader understanding of public interest,
         while reviewing such contracts.

         40. The above proposition has been followed by another
         three-Judge Bench of this Court in the recent case of
         Subodh Kumar Singh Rathore Vs. Chief Executive Officer
         8, when it examined the concept of public interest in
         administrative decisions relating to award of contracts.
         This Court held that even assuming for a moment that
         there was technical fault in the tender, which if rectified
         had the possibility of generating more revenue, the same
         by no stretch could he said to be a cogent reason for
         concealing an already existing tender. This Court
         highlighted the importance of maintaining the sanctity of
         tenders in governmental procurement processes. Public
         tenders are the cornerstone of governmental procurement
         processes, being competitive and ensuring fairness and
         transparency in the allocation of public resources. Public
         2024 SCC Online SC 1682 tenders are designed to provide
         a level playing field for all potential bidders, fostering an
         environment where competition thrives. The integrity of
         this process ensures that public projects and resources
         are delivered efficiently and effectively, benefiting the
         society at large. Therefore, sanctity of publie tenders and
         contract is a fundamental principle that underpins the
         stability and predictability of legal and commercial
         relationships. Infact this Court put in a word of caution
         that considerations of public interest should not be
         narrowly confined to financial aspect only.

         41. Applying the above legal principles to the facts of the
         present case, we are of the view that the Division Bench
         of the High Court clearly fell in error in directing
                                  - 12 -
                                              NC: 2025:KHC-D:14933
                                           WP No. 103810 of 2025


HC-KAR



         respondent No. 2 to 4 to allow rectification of the financial
         bid of respondent No. 1 by treating the amount offered by
         it as the per day figure and on that basis to compute the
         total amount for the entire contractual period of 1095
         days. Such an exercise is clearly impermissible having
         regard to the terms and conditions of the contract which
         are required to be understood on the anvil of this Court's
         judgments. The authority granted to the tendering
         authority by clause 5B (v) of the Instruction to Bidders
         cannot be stretched to construe the price bid of
         respondent No. 1 as the per day offer, contrary to the bid
         declaration of respondent No. 1 itself, and thereafter, on
         that basis to work out a new bid amount for the entire
         contractual period making it the highest. In the present
         case, respondent No. 1 was not at all vigilant; rather, it
         displayed a very casual approach. In such circumstances,
         clause 5B(v) cannot be invoked to resurrect the bid of
         respondent No. 1 to make it H1. Clause 5B(v) of the
         Instruction to Bidders has to read conjointly with clause
         4(g) of the notice inviting electronic bid.



7.9.   By   relying   on    Prakash       Asphalting's       case,       he

       submits that a bland reason made by the State

       claiming loss of public money cannot be used to

       forego contractual obligation, and on that basis, he

       submits that the reasoning given by the respondents

       that the tender submitted by the Petitioner is at a

       higher value is bad in law and is required to be

       quashed.
                                       - 13 -
                                                   NC: 2025:KHC-D:14933
                                                WP No. 103810 of 2025


    HC-KAR




7.10. He relies on the decision in Aditi D/o Shetty -v-

           NWKRTC5, more particularly para 3 and 4 thereof,

           which are reproduced hereunder for easy reference:

               3. Respondent No.1 admits, that Petitioner was the
               highest bidder and his bid amount is more than the
               reserve price. It is also admitted that the Petitioner is
               otherwise qualified to participate in the tender and there
               was no defect in the bid made by him. The only reason
               attributed for cancellation of the tendering process is that
               the bid of the Petitioner is less than what respondent
               No.1 had got for the same stall in the previous tender
               and reliance is placed on Section 14 of the Karnataka
               Transparency in Public Procurements Act for rejection of
               the tender stating that under the given peculiar facts and
               circumstances of the case, there has been a failure of
               anticipated financial resource and that is a ground for the
               authority to cancel the tendering process.

               4. The argument of respondent No.1 cannot be accepted
               because admittedly there has been no mistake on part of
               the Petitioner. He is qualified to participate in the tender
               and his bid is the highest and the bid is above the
               minimum reserve price fixed by respondent No.1. It is
               not the case of the respondent No.1 that it is availing the
               services of the Petitioner for some service for which it
               has to pay the consideration and it does not have the
               necessary financial resource to be eligible to take shelter
               under the said ground. Fixing minimum reserve price is
               the prerogative of the respondent No.1. Nothing
               prevented respondent No.1 from fixing a higher amount
               as the minimum reserve price. Having fixed the minimum
               price at Rs.2,18,261/- per month as the licence fee,
               respondent No.1 is bound to lease the premises for a bid
               higher than the said amount. Thus, cancellation of the
               tender under the circumstance has to be held illegal.

               5. For the said reason, the writ petition is hereby allowed
               and the following order is passed:

5
    WP 106551/2023 DD 9.11.2023
                                   - 14 -
                                                NC: 2025:KHC-D:14933
                                              WP No. 103810 of 2025


HC-KAR



                                      ORDER

i. The decision of respondent No.1 dated 16.10.2023 cancelling the tender for Stall No.5 at Central Bus Stand, Belagavi for the purpose of canteen is hereby set aside.

ii. Consequently, rejection of the bid of the Petitioner is also set aside. Respondent No.1 is directed to process the bid of the Petitioner as per E-Tender Notification No.5 of 2023 dated 05.09.2023 and award him to contract in respect of Stall No.5, Central Bus Stand, Belagavi, for canteen, if the Petitioner is otherwise found eligible.

8. The submission of Sri.Mallikarjuna Swamy Hiremath,

learned counsel for Respondent No.1, is that,

8.1. Firstly, Respondent No.1, being the employer, it

is not required for Respondent No.1 to accept

any bid which has been submitted by any of the

tenderers. Respondent No. 1 has retained the

right to reject any tender submitted, without any

reason. Insofar as the so-called benchmark rate

of Rs. 112 lakhs, he submits that the same is a

unilateral statement. There is no such

benchmark rate which has been fixed by

Respondent No.1 as alleged or otherwise.

- 15 -

NC: 2025:KHC-D:14933

HC-KAR

8.2. In the tender called on 10.01.2025, there was

only one bidder who participated and it is for that

reason that a fresh tender was issued. The bid of

the Petitioner of Rs.98,97,500/- being the

lowest, was placed before the Respondent No.1

for approval by the Tender Evaluation

Committee. Merely because the Tender

Evaluation Committee has placed the same

before Respondent No.1 would not amount to a

recommendation and even if it amounts to a

recommendation, the same would not come in

the way of Respondent No.1 rejecting the

recommendation.

8.3. His submission is that various allegations made

by the Petitioner against Respondent No.5 have

been taken into consideration and Respondent

No.5 has been backlisted. After the technical and

financial bid evaluation, the rates quoted by the

Petitioner, when compared with the preliminary

- 16 -

NC: 2025:KHC-D:14933

HC-KAR

market price survey, were found to be on the

higher side and hence, were forwarded to the

State Nodal Officer, who is designated by the

State Government to monitor the progress of the

project, who directed the matter to be placed

before the Board.

8.4. The Board, in its 40th meeting held on

1.07.2025, resolved to cancel the tender and call

for an expression of interest for setting a

benchmark, which came to be uploaded onto the

portal on 2.07.2025. An appeal was filed by the

Petitioner under Section 16 of the KTTP Act

before the Appellate Authority. The Appellate

Authority rejected the contention of the

Petitioner.

8.5. His submission is that before such rejection,

respondent No.1 had called for bids which had

been submitted in respect of similar kinds of

projects in various other cities, and it is after

- 17 -

NC: 2025:KHC-D:14933

HC-KAR

taking into consideration the said bids which had

been received by those cities that the bid of the

Petitioner, which was found on the higher side,

was cancelled.

8.6. There is a duty which has been imposed on

respondent No.1 to safeguard the public monies.

Merely because the person is the lowest bidder

would not create any vested right in such lowest

bidder to receive the contract. There is a duty

imposed on the Office of Respondent No.1 to get

the best offer and not make payment of any

amounts over and above what is required to be

paid.

8.7. He refers to the Minutes of the meeting, which

were held on the 40th meeting of the Board held

on 5.06.2025 and the comparison of rates made

by the Board before coming to the said decision.

In that regard, he submits that the documents

and or bids received by Agra, Muzaffarnagar,

- 18 -

NC: 2025:KHC-D:14933

HC-KAR

Panaji, Bareily, were compared with that

submitted by the Petitioner in Belagavi and the

amounts were found to be much more than what

was submitted in the other cities and it is for that

reason that the tender has been rejected and

that the bid of the Petitioner has been rejected.

8.8. On these grounds, he submits that the rejection

made by the respondent being proper and

correct, the petition is liable to be dismissed.

9. Heard Sri.Doreraj.B.H, learned counsel for the

Petitioner, Sri.Mallikarjunaswamy B.Hiremath, learned

counsel for respondent No.1 and Sri.Sharad

V.Magadum, learned AGA for respondent No.4.

Perused papers.

10. The points that would arise for determination are,

i. Whether an employer could reject a tender bid even if the bid was the lowest received?

ii. Whether the lowest bidder has any legitimate expectation that his bid would be accepted by the employer or tender inviting authority?

- 19 -

NC: 2025:KHC-D:14933

HC-KAR

iii. In the present case, is the rejection made by respondent No.1 of the bid submitted by the Petitioner, proper and correct?

iv. What order?

11. I answer the above points as under:

12. ANSWER TO POINT NO.1: Whether an employer could reject a tender bid even if the bid was the lowest received?

12.1. In normal circumstances, the methodology of

consideration of a bid submitted under a tender

is two-pronged. One is on the basis of technical

competency, and if the technical competency is

established, then on the basis of the financial bid

submitted. The two-pronged methodology is

adopted firstly to ascertain if the bidder qualifies

the technical requirement, and it is only if a

bidder qualifies such technical requirements as

may be laid down in the contract, that the

financial bid would be opened of the successful

technical bidders to ascertain, in order to award

- 20 -

NC: 2025:KHC-D:14933

HC-KAR

the contract to the lowest bidder or the highest

bidder depending on the nature of the contract.

12.2. Section 13 of the KTTP Act reads as under:

13. Acceptance of Tender.- The Tender Accepting Authority shall, after following such procedure as may be prescribed pass order accepting the tender and shall communicate the information relating to acceptance of tender together with a comparative analysis and reasons for accepting of tender to the procurement entity and ["on the Karnataka Public Procurement Portal."]22

Provided that where the Tender Accepting Authority consists of single officer who is due to retire within the next six months, from the date fixed for the acceptance for tender, he shall not act to accept the tender without obtaining prior approval of the Procurement Entity:

Provided further that subject to such general or special order as may be issued by the Government from time to time, the Tender Accepting Authority may before passing order accepting a tender negotiate with lowest tenderer.

12.3. In terms of Section 13, the tender accepting

authority shall, after following such procedure as

may be prescribed, pass an order accepting the

tender and shall communicate the information

relating to acceptance of tender along with

comparative analysis and reasons for accepting

the tender to the procurement entity and the

tender bulletin officer. The tender accepting

- 21 -

NC: 2025:KHC-D:14933

HC-KAR

authority, before passing any order, may also

negotiate with the lowest tenderer.

12.4. Section 14 of the KTTP Act reads as under:

14. General rejection of tenders.-

1. The Tender Accepting Authority may at any time before passing an order of acceptance under section

13 reject all the tenders on the ground of changes in the scope of procurement, failure of anticipated financial resource, accidents, calamities or any other ground as may be prescribed which would render the procurement unnecessary or impossible and report the same to the Procurement Entity.

2. The Procurement Entity shall thereafter communicate the fact of the rejection under this section to all the Tenderers and also cause the same to be published in the ["the Karnataka Public Procurement Portal."

"14A. Debarment of Tenderers.-

(1) The Procurement Entity may debar tenderers, for a period not exceeding three years, from participation in its tenders, following such procedure as may be prescribed on the ground that tenderer is engaged in corrupt or fraudulent practices in competing or executing the contract including misleading the procuring entity at any stage of Procurement Activity with a fraudulent intention:

Provided that, no tenderer shall be debarred without giving opportunity of being heard.

(2) The State Government may debar tenderers for a period not exceeding three years, from participating in any procurement activity within the State, following such procedure as may be 22 Substituted by Karnataka Act No. 6 of 2019 w.e.f.

24-01-2019 23 Substituted by Karnataka Act No. 6 of 2019 w.e.f. 24-01-2019 11 prescribed, on

- 22 -

NC: 2025:KHC-D:14933

HC-KAR

grounds of, but not restricted to, criminal offence, corruption, integrity, honesty and work ethics:

Provided that no tenderer shall be debarred without giving opportunity of being heard.

(3) The State Government shall publish the list of so debarred tenderers under sub-section (2) from participating in any procurement activity on the Karnataka Public Procurement portal.

(4) The tenderer so debarred under sub section (2) shall not be entitled to apply to participate in tenders called by any procurement entity under this Act during the period so debarred."

12.5. In terms of Section 14, the tender accepting

authority, may at any time, before passing an

order of acceptance under Section 13, reject all

the tenders on the ground of changes in the

scope of procurement, failure of anticipated

financial resource, accidents, calamities or any

other ground, as may be prescribed, which would

render the procurement unnecessary or

impossible and report the same to the

procurement entity. The procurement entity, in

terms of Subsection (2) of Section 14, shall,

thereafter, communicate the fact of rejection to

- 23 -

NC: 2025:KHC-D:14933

HC-KAR

all the tenderers and cause the same to be

published in the tender bulletin.

12.6. The submission of Sri.Mallikarjuna Swamy B.

Hiremath, learned counsel for Respondent No.1

is that the rejection of the tender of the

Petitioner has been made under Subsection (1)

of Section 14 of the KTTP Act. As indicated

supra, the tender accepting authority can, at any

time, before passing an order of acceptance

under Section 13, reject all the tenders. In the

present matter, this first condition is satisfied

inasmuch as there is no acceptance of any

tender by the tender acceptance authority. The

reasons for rejection could be:

i) change in scope of procurement;

ii) failure of anticipated financial resource;

iii) accidents;

         iv)    calamities;
         v)     any other ground, as may be prescribed,

which would render the procurement unnecessary or impossible.

- 24 -

NC: 2025:KHC-D:14933

HC-KAR

12.7. In the present case, the scope of procurement

has not undergone a change. The financial

resource for funding the tender continues to be

in place. Therefore, there is no failure. There is

no accident or calamity which has arisen giving a

reason for the tender accepting authority to

reject the tender. Thus, the only heading under

which the rejection could come is any other

ground as may be prescribed, which would

render the procurement unnecessary or

impossible.

12.8. The aspect of the tender continues to be

necessary inasmuch as Respondent No.1 is not

giving up the project. The said project has also

not become impossible since Respondent No.1

continues to want to implement the project. If

these aspects were to be taken into

consideration, on the face of it, the rejection

made by Respondent No.1 would be improper.

- 25 -

NC: 2025:KHC-D:14933

HC-KAR

However, what this Court would also have to look

into while dealing with public tenders is whether

the public money has been put to the best use.

12.9. The Board of Directors of Respondent No.1,

having received a lowest bid of Rs.97,98,525/-,

being of the opinion that the same is on the

higher side, had also called for documents

relating to bids, received by other cities in the

country for similar projects, namely from Agra,

Muzaffarnagar, Panaji and Bareilly. The bid for

Panaji, being quotation-based, was not one

which was taken to be of a similar nature to be

examined. However, the bids of Agra,

Muzaffarnagar and Bareilly were considered and

the Board found that the works being carried out

under the said tenders were more or less

identical to that of Belagavi and the population in

some of the cities was greater than that in

Belagavi, so also the area of the city and in that

- 26 -

NC: 2025:KHC-D:14933

HC-KAR

background, the Board decided not to accept the

bid of the Petitioner, though being the lowest

one.

12.10. This action on the part of the respondent-Board

is required to be commended rather than found

fault with as contended by the Petitioner

inasmuch as in most cases coming up before this

Court, it has seen that the tenders are inflated

and allegations are made in relation thereto upon

awardal.

12.11. In the present case, respondent No.1 has acted

in a proactive manner, obtained necessary

documentation and rejected the bid of the

Petitioner. The complaints which have been filed

by the Petitioner in respect of Respondent No.5

has also been given due regard and Respondent

No.5 has been blacklisted. Thus, the decisions

which have been relied upon by the Petitioner

would not be applicable in the present case for

- 27 -

NC: 2025:KHC-D:14933

HC-KAR

the simple reason that in the present matter, the

Board has applied its mind, considered the bid of

the Petitioner to be on the higher side and

resolved to issue a fresh EOI to set a proper

benchmark to call for a fresh short-term tender.

This action on the part of the respondents, in my

opinion, is a proper one, and such an action

taken by Respondent No.1 cannot be faulted with

on the ground of Petitioner's right under Article

19(1)(g) being affected.

12.12. The right of the Petitioner under Article 19(1)(g)

is not absolute. Such a right cannot be expanded

to include charging a higher amount than is

permissible or acceptable to the tendering

authority. If there are any reasons found by the

tender accepting authority as to the bid being

submitted, the bid being lowest but higher than

- 28 -

NC: 2025:KHC-D:14933

HC-KAR

what is permissible or acceptable, the tender

accepting authority could reject the same.

12.13. Hence, I answer point No.1 by holding that an

employer could reject a tender bid even if the bid

was the lowest received, so long as the rejection

is accompanied by valid reasons, which could be

subject matter of Judicial Review before this

Court.

13. ANSWER TO POINT No.2: Whether the lowest bidder has any legitimate expectation that his bid would be accepted by the employer or tender inviting authority?

13.1. Much of this has been dealt with in answer to

point No.1. There can be no vested right which

can be said to be created in favour of the lowest

bidder. The acceptance of the bid shall always be

at the option of the tender accepting authority.

However, the acceptance or rejection has to

stand the test of law. All things being equal, the

- 29 -

NC: 2025:KHC-D:14933

HC-KAR

lowest bidder would have a legitimate

expectation of the lowest bid being accepted.

However, in the present case, even though the

Petitioner has submitted a lowest bid, the said

bid when compared to bids submitted in other

cities is on a far higher rate and as such, the

tender accepting authority would have a right to

reject even the lowest bid and the lowest bid per

se would not create a legitimate expectation on

part of the lowest bidder that the said bid would

be accepted by the tender accepting authority.

13.2. Hence, I answer point No.2 by holding that

normally the lowest bidder would have a

legitimate expectation of the lowest bid being

accepted, however, the tender accepting

authority could reject even the lowest bid if the

said bid is found to be higher than what is

normally submitted in such kind of tenders, by

giving valid reasons.

- 30 -

NC: 2025:KHC-D:14933

HC-KAR

14. ANSWER TO POINT NO. 3: In the present case, is the rejection made by respondent No.1 of the bid submitted by the Petitioner, proper and correct?

14.1. Again, this has been answered substantially in

answer to point No.1. The Board having

examined the bids submitted for Agra,

Muzaffarnagar and Bareilly, which are similarly

situated, some of them having larger land area

and larger population than Belagavi, I am of the

considered opinion that Respondent No.1 has

taken into consideration suitable and appropriate

reference points and having taken such reference

points found that the bid submitted by the

Petitioner is on a higher side inasmuch as the bid

submitted for Agra was Rs.25 lakhs,

Muzaffarnagar Rs.30 lakhs, Bareilly Rs.55 lakhs,

whereas the bid submitted by the Petitioner was

for Rs.97.98 lakhs is proper and correct and does

not require any interference.

- 31 -

NC: 2025:KHC-D:14933

HC-KAR

15. ANSWER TO POINT NO.4: What Order?

No grounds being made out, the Petition stands

dismissed.

SD/-

(SURAJ GOVINDARAJ) JUDGE

LN/-

 
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 : IDRC

 
 
Latestlaws Newsletter