Friday, 01, May, 2026
 
 
 
Expand O P Jindal Global University
 
  
  
 
 
 

M/S Devendra Construction ... vs The State Of Manipur
2021 Latest Caselaw 255 Mani

Citation : 2021 Latest Caselaw 255 Mani
Judgement Date : 29 October, 2021

Manipur High Court
M/S Devendra Construction ... vs The State Of Manipur on 29 October, 2021
                                      [1]


                    IN THE HIGH COURT OF MANIPUR
                                 AT IMPHAL
                            WP(C) No. 672 of 2021



      M/S Devendra Construction Company through its Partner Mr.
      Devendra Vishnoi aged about 55 years, having place of
      business at 41-B, Umaid Bhawan Road, Jodhpur (Rajasthan)
      342006.
                                                        ...Petitioner
                                   -Versus-
      1. The State of Manipur, represented by the Commissioner-
         Cum-Secretary of Public Health Engineering Department,
         Imphal West, Manipur-795001.
      2. The State of Manipur, represented by the Chief Engineer,
         Public Health Engineering Department, Government of
         Manipur, Imphal.
                                                             ... Respondents

                              B E F O R E
                     HON'BLE MR. JUSTICE KH. NOBIN SINGH
      For the petitioner            :: Shri O.P. Mehta, Advocate with
                                       Shri R.K. Kulajit Singh, Advocate
      For the Respondents           :: Shri N. Kumarjit Singh, AG
      Date of Hearing               :: 25-10-2021
      Date of Judgment & Order      :: 29-10-2021

                            JUDGMENT AND ORDER

[1]        Heard Shri O.P. Mehta, learned Advocate with Shri R.K. Kulajit,

learned Advocate appearing for the petitioner and Shri N. Kumarjit Singh,

learned Advocate General appearing for the respondents.


[2]        By the instant writ petition, the petitioner has prayed for issuing

a writ of mandamus or any other appropriate writ to direct the respondents

for furnishing reasons for the rejection of its technical bid vide

W.P. (C) No. 672 of 2021                                            Contd.../-
                                       [2]


communication dated 24-09-2021 via email and for providing a reasonable

period of time to file reply to those reasons; to direct the respondents to

issue a speaking order after the same being considered by them; to issue

a writ of mandamus or any other appropriate writ directing the respondents

to open the financial bid of the petitioner and allot the bid to the petitioner

in case its bid being found to be the lowest amongst all the bidders.


[3.1]     Facts

and circumstances, as narrated in the writ petition, are that

the petitioner is a partnership firm engaged in the business of civil

engineering works for the last almost 20 years. It is an "AA" class

contractor recognised by the Government of Rajasthan and is associated

with various government projects. It has an impeachable track record and

significant presence in the States of Rajasthan and Punjab.

[3.2] The Respondent No.2, the Chief Engineer, Public Health

Engineering Department (hereinafter referred to as "the PHED") issued an

NIT dated 27-02-2021 inviting bids from amongst the eligible bidders for

the Manipur Water Supply Project for providing drinking water supply to 13

towns. The last date for submission of bids was 19-03-2021 but it was

extended from time to time, of which the last one being the day on 10-09-

2021. The petitioner being eligible for it, submitted its bids on 09-09-2021.

Thereafter, on 11-09-2021, the petitioner received a communication via

email from the respondents informing that it should submit the audited

reports of the last three (3) financial years and pursuant thereto, the

petitioner provided the requisite audited report(s) to the respondents on

12-09-2021.

W.P. (C) No. 672 of 2021                                             Contd.../-
                                      [3]


[3.3]     It was a bolt from the blue for the petitioner when it received a

communication dated 24-09-2021 via e-mail informing very cryptically,

arbitrarily and capriciously that its technical bid had rejected on the ground

that it was not technically qualified at the time of technical evaluation. In

other words, the respondents, without assigning any reason, decided that

the petitioner was not technically qualified for the financial bids.

Immediately thereafter, on 24-09-2021 it-self, the petitioner wrote a letter

via email to the respondents requesting them for providing reasons for the

rejection of its bid at the time of technical evaluation. The respondents,

instead of providing reasons for the rejection of its bid in order to maintain

transparency, integrity and sanctity of the entire bidding process, denied

the same vide their email dated 25-09-2021 contending that any query

raised after the technical evaluation, should be entertained only after the

finalization of the tender.

[3.4] Being aggrieved by the said communications, the instant writ

petition was filed by the petitioner on various grounds. The rejection of its

bid, was mechanical, arbitrary, cryptic and capricious with no reason being

assigned for it and no transparency was maintained by them. The said

communications smelt foul play and seemed to favour some other bidder

in the guise of rejecting the technical bid of the petitioner. The non-

providing of any reason for the rejection of bids and entertaining all the

queries only after the finalization of the tender are untenable for the reason

that once the bid having been finalized, the third party rights would have

automatically created as per the terms of the contract and it would become

W.P. (C) No. 672 of 2021 Contd.../-

[4]

impossible for the respondents to undo the contract. Therefore, the present

mechanism of the respondents to delay the query of rejection of bids is not

only against the public interest but also against the settled legal principles

which aim at prioritizing value maximization of the public exchequer. Article

14 strikes at the arbitrariness because any action that is arbitrary, must

necessarily involve negation of equality. It is well settled law that wherever

there is arbitrariness in the State action, whether it be of the legislature or

of the executive or of an "authority" under Article 12, Article 14 immediately

springs into action and strikes down such State action. In fact, the concept

of reasonableness and non-arbitrariness pervades the entire constitutional

scheme and is a golden thread which runs through the whole of the fabric

of the Constitution as has been held by the Hon'ble Supreme Court in the

case of Shayara Bano vs. Union of India, (2017) 9 SCC 1 that any

legislation and/or order of any authority which is found to be manifestly

arbitrary, can be struck down as violative of Article 14 of the Constitution.

Clause C.1.2 of the tender documents categorically provides for a right of

hearing of the bidders, in case if he feels that a proper procurement

process is not being followed and/or his Techno-Commercial bid has been

rejected wrongly. Therefore, if the respondents consider that there is any

shortfall in the petitioner's documents, they could have called for the same,

if any, prior to mechanical, cryptic and arbitrary rejection of bids by them.

The lowest bid of the successful bidder, M/s Keystone Infra (P) Limited

being INR 191.79 crores, the financial bid of the petitioner is very-very

competitive and if the present bid is finalized without assigning any lawful

W.P. (C) No. 672 of 2021 Contd.../-

[5]

reasons for the rejection of its bid, it would not only be detrimental to the

business of the petitioner but would cause loss for the public exchequer

frustrating the entire object of the online bidding process. The Respondent

No.2, without appreciating the representation of the petitioner, opened the

financial bids of the other bidders in gross violation of the guidelines as

envisaged in Clause C.1 of the Section-IlI of the tender documents. The

communications dated 24-09-2021 and dated 25-09-2021 which have

been issued by the respondent No. 2, are not only arbitrary, illegal and bad

in law but are also violative of the principles of natural justice.

[4.1] The stand of the respondents as indicated in the affidavit filed on

behalf of the respondents, is that the petitioner's bid was rejected on the

ground that it did not submit the turnover certificate issued by a Chartered

Accountant or equivalent of the respective country in the format as

mentioned in Appendix-4 of the NIT. It has also been stated therein that

the JAL JEEVAN MISSION (JJM) was launched by the Government of

India for providing "Functional Household Tap Connection (FHTC)" to

every household by the year, 2024. In Manipur, this JJM is being

implemented by the PHED, Government of Manipur with the target of

completing it by the year, 2021-2022. For the current year, 2020-2021, the

PHED issued the NIT dated 27-02-2021 for the work "Water Supply Project

for Manipur State" for providing drinking water supply to 13 towns. This

work is for the construction of water supply tanks and other structures in

Manipur.

W.P. (C) No. 672 of 2021                                              Contd.../-
                                        [6]


[4.2]      In Section-III: Evaluation and Qualification Criteria of the NIT, the

terms and conditions of the technical criteria have been prescribed and it is

the specific terms & condition under Section-III A.1, Sl.No.3 thereof that a

bidder has to submit the average construction turnover which should be

the audited financial statements for the last three financial years along with

a turnover certificate issued by a Chartered Accountant or equivalent of the

respective country in the format as mentioned in Appendix-4.

[4.3] The petitioner submitted its turnover certificate which is not in the

format as mentioned in Appendix-4 and that in the said certificate, there is

no mention about the turnover from the execution of water supply and

other civil engineering works. In other words, the petitioner failed to submit

the turnover certificate in the format as mentioned in Appendix-4 of the

NIT. Hence, the bid of the petitioner was rejected at the stage of technical

bid for the violation and non-fulfillment of technical criteria provided under

Section- III A.I, Para 3 of the NIT. As per the terms and conditions of the

NIT, Section-II D.1 provides for a confidentiality clause which reads as

follows:

"D.1. CONFIDENTIALITY

D.1.1 Information relating to the evaluation of bids and Recommendation of contract award shall not be disclosed to Bidders or any other persons not officially concerned with the bidding process until Contract award is communicated to all bidders."

W.P. (C) No. 672 of 2021                                              Contd.../-
                                        [7]


In view of the above provisions, the PHED responded to the

petitioner's mail dated 24-09-2021 vide a return mail dated 25-09-2021

stating that any query raised after the opening of technical bid would be

entertained only after the finalization of the tender. Since the Petitioner

having participated in the process of NIT after fully knowing the terms and

conditions of the NIT, there is no merit in the writ petition and as such, the

same is liable to be rejected with heavy cost.

[5] In its rejoinder affidavit, it has been stated by the petitioner that it

did submit the turnover certificate in the format as mentioned in Appendix-

4 and along with the turnover certificate, the petitioner also enclosed a

certificate obtained from the Chartered Accountant. A bare perusal of

turnover certificate clearly reveals that the petitioner provided all the details

as envisaged in the format mentioned in Appendix 4 of the bidding

documents. Thus, the contention of the respondents that the petitioner

failed to submit the turnover certificate in the format as mentioned in

Appendix-4 of the NIT is absolutely misconceived, wrong, incorrect and

frivolous. Therefore, the rejection of the technical bid of the petitioner on

this count alone is not only flimsy, unreasonable but also suffers from vice

of arbitrariness being violative of Article 14 of the Constitution. The

respondents in para 7.l of their counter affidavit has categorically admitted

that the tender opening committee rejected the petitioner's technical bid

upon "minute observation", from which it is evident that the petitioner's

technical bid had been rejected arbitrarily and capriciously. The expression

"contract business" used in the certificate issued by the Chartered

W.P. (C) No. 672 of 2021 Contd.../-

[8]

Accountant would mean turnover of the firm for the projects similar to that

of the present NIT and therefore, there is no discrepancy in the certificate

and the petitioner is having sufficient and good amount of experience as

reflected from the turnover as stated in the certificate thereby making the

petitioner fulfilling all the conditions as envisaged in Section-III of the

tender documents. Assuming but not admitting that the certificate is not in

accordance with the prescribed format, in that case, it was expected from

the respondents who were expected to be fair and transparent in the public

procurement process, to call upon the petitioner to rectify the alleged

technical error as they did call for the details earlier from the petitioner. The

details mentioned in the turnover certificate in the prescribed format are

self-certified by the petitioner, the details of which are confirmed by the

Chartered Accountant on his own letterhead and therefore, the tender

documents of the petitioner cannot be faulted with. As regards the

contention of the respondents made in para 7.2 of the counter affidavit that

the turnover as provided by the petitioner does not mention "turnover from

water supply", it has been stated that the format of turnover certificate as

envisaged in Appendix-4 of the tender documents nowhere provides for

providing a separate turnover of water supply. The format of the turnover

certificate provides for a combined turnover from "execution of water

supply and other civil engineering works" and there is no separate column

for mentioning of turnover from water supply only. The relevant extract of

turnover certificate is re-produced herein below:

W.P. (C) No. 672 of 2021                                               Contd.../-
                                        [9]


Certified that, the Turnover of M/s. ________ from execution of Water Supply and other Civil Engineering works during the previous three (03) financial years is as below.

               Financial Year              Amount (INR crores)
               2017-18
               2018-19
               2019-20
               Average                     INR______Crores
                                           (INR Figure in words)

This certificate is given on the basis of copy of audited financial

reports for profit/ loss account and balance sheet.

The petitioner submitted a turnover certificate in the prescribed

format based on the last three audited financial years, wherein the turnover

from the execution of water supply and other engineering works has been

mentioned together in line with the format of average turnover certificate as

mentioned in Appendix-4 of the tender documents.

[6] From the aforesaid pleadings, the short issues that arise for

consideration by this Court, are as to whether the petitioner submitted its

requisite documents and in particular, the turnover certificate in the format

as mentioned in Appendix-4 of the bidding documents and if yes, whether

the rejection of the technical bid of the petitioner by the respondents,

without assigning any reason thereof, was violative of the provisions of

Article 14 of the Constitution of India.

[7] It has been vehemently submitted by Shri O.P Mehta, learned

counsel appearing for the petitioner that the petitioner submitted all the

W.P. (C) No. 672 of 2021 Contd.../-

[10]

documents in terms of the bidding documents including the turnover

certificate as mentioned in Appendix-4. Without assigning any reason and

probably for favouring other bidder, the technical bid of the petitioner was

rejected by the respondents. Assuming but not admitting that the turnover

certificate was not in accordance with the format as mentioned in

Appendix-4, in that case, it was expected from the respondents who were

expected to be fair and transparent in the public procurement process, to

call upon the petitioner to rectify the alleged technical error as they had

called for the details earlier from the petitioner. According to him, the

judgment and order dated 11-10-2021 passed by this Court in WP(C)

No.39 of 2021 & ors., M/S Nezone Pipes & Structures Vs. State of

Manipur & ors. is not applicable to the facts of the present case.

Combating his submissions, it has been submitted by Shri N. Kumarjit

Singh, the learned Advocate General that the petitioner failed to submit the

requisite documents and in particular, the turnover certificate in the format

as mentioned in Appendix-4. The turnover certificate stated to have been

filed by the petitioner, was not as per the format for the reason that it was

not issued by the Chartered Accountant or equivalent but by the petitioner

itself. Similar is the case with the certificate issued by the Chartered

Accountant which was not in terms of the format as mentioned in

Appendix-4. Whichever way one looks at, neither of them does fulfil the

criteria and therefore, the technical bid was rightly rejected by the

respondents. Moreover, it has been submitted by him that the issue

W.P. (C) No. 672 of 2021 Contd.../-

[11]

involved herein is covered by the judgment and order dated 11-10-2021

passed by this Court in M/S Nezone Pipes & Structures case.

[8] It is absolutely correct to say that the issues involved herein are

identical to that of the ones involved in M/S Nezone Pipes & Structures

case (supra) but since the facts and circumstances of these two cases are

slightly different, the issues involved herein are to be considered and

decided by this Court confining to the facts and circumstances of the

present case. It may be noted that the bidding documents of these two

cases are almost identical. In M/S Nezone Pipes & Structures case, this

Court had the occasion to examine the relevant provisions of the bidding

documents, the relevant portion of the said judgment and order containing

the observations made by this Court therein which are also relevant for the

present case, read as under:

"[6] It is not in dispute that the NIT dated 26-03-2021 was issued by the Chief Engineer, PHED, Government of Manipur inviting online rate quotation from amongst the reputed manufacturers of GI Pipes. The said NIT contains and lays down various conditions, of which condition 1 provides that the bidding documents shall be downloaded from the website; that condition 15 provides that the authority reserves the right to cancel any or all bids without assigning any reason and that condition 17 provide that the details can be seen from the bidding documents. Section-1 of the bidding documents provides for the preparation of bids and para C 2 thereof provides that the technical bid shall comprise the documents mentioned in C 2 1 (Part-I). Section-III of the bidding documents provides for the evaluation and qualification criteria, of which the Sl. No.3 & 4 of the technical criteria which are relevant for the present case, read as under:

W.P. (C) No. 672 of 2021                                           Contd.../-
                                     [12]


            3   The manufacturer should have Performance

credential of supply for a certificate issued by minimum value of Rs. 40.00 crore an officer not below (Rupees forty crore) only in one the rank of Executive year to any Government Engineer shall be Department during the last five submitted as per financial years from FY 2015-16 Appendix-6.

                to FY 2019-20
            4   The manufacturer should submit Audited             Financial
                the audited financial statements     Statements for last 3
                for the last 3 (three) financial     financial years along
                years from FY 2017-18 to FY          with          Turnover
                2019-20 to demonstrate the           Certificate issued by
                current soundness of the bidders'    Chartered Accountant
                financial position showing a         as per Appendix-4.
                minimum average turnover of not
                less that Rs.40.00 crore (Rupees
                forty crore) for the product under
                consideration in the tender.

The wordings of these two technical criteria are plain and unambiguous which require no interpretation at all. The criteria as mentioned in Sl.No.4 can be divided into three conditions- one, the manufacturer should submit the audited financial statements for the last three financial years from the year, 2017-

18 to 2019-20; two, they should show a minimum average turnover of not less than Rs.40.00 crore and three, they should be for the product under consideration in the tender. It may be noted in this regard that the documents which are required to be submitted by the bidders, are the audited financial statements along with the turnover certificate issued by the Chartered Accountant as per Appendix-4 which is nothing but a format of the certificate to be issued by a Chartered Accountant and only the requisite details are to be filled up therein. A careful reading of the said criteria makes it very clear that a minimum average turnover will have to be one which can be easily and conveniently ascertained from the audited financial statements

W.P. (C) No. 672 of 2021 Contd.../-

[13]

for the aforesaid years. In other words, the audited financial statements to be submitted by the bidders ought to reflect the turnover of the product under consideration in the tender so that the authority could easily verify and identify the minimum average turnover as shown in the certificate issued by the Chartered Accountant as per Appendix-4.

[8] The average turnover certificate as per Apepndix-4 submitted by the appellant is on record and on perusal thereof, it is seen that the contention of the learned Advocate General that it is not strictly in terms of the Appendix-4, appears to be correct to that extent. As has been observed hereinabove, the Appendix-4 is nothing but a format of the certificate to be submitted by all the bidders, after the same being filled up with the requisite details/information. It is beyond our comprehension as to why the appellant being a partnership firm carrying on such a big business, could not submit its bids in the manner prescribed in the bidding documents and in particular, the certificate as per Appendix-4. Be that as it may, the turnovers for the financial years, 2017-18; 2018-19 and 2019-20 as shown in the certificate submitted by the appellant read as under:

Financial year Total Turnover Turnover of G.I. Pipes (INR Crores) (INR Crores) 2017-18 279.66 106.94 2018-19 363.75 114.96 2019-20 322.42 109.92

The said certificate will have to be given by the Chartered Accountant on the basis of the audited financial reports for profit/Loss Account and Balance Sheets. The audited financial statements of the appellant for the financial years, 2017-18, 2018-19 and 2019-20 on the basis of which the certificate was given by the Chartered Accountant, are on record. The relevant portion of the auditor's report dated 31-07-2018 for the financial year, 2017-18 reads as under:

                                              Year Ended        Year Ended
                                              31-03-2018        31-03-2017
                                                 (Rs.)             (Rs.)


W.P. (C) No. 672 of 2021                                            Contd.../-
                                       [14]


           SCHEDULE 'I' SALES
           Finished goods                       2,70,70,85,367      1,72,96,54,690
           By products                             5,46,05,596         3, 27,97,608
           HR Coll/Slitt Sale                      3,45,74,106            10,29,482
                                   Total        2,79,63,65,069      1,76,34,81,780

The relevant portion of the auditor's report dated 26-06-2019 for the financial year, 2018-19 reads as under:

                                                    Year Ended         Year Ended
                                                    31-03-2019         31-03-2018
                                                       (Rs.)              (Rs.)
          SCHEDULE 'H' SALES
          Finished goods                          3,519,801,645       2,707,085,367
          By products                                70,288,736          54,605,596
          HR Coll/Slitt Sale                         33,902,188          34,674,106
                                                  3,623,992,569       2,796,365,069
          Job work charges received                     220,712             211,862
          Freight recovered                          12,677,935
          Inspection fee recovered                      617,402
                                         Total    3,637,508,618       2,796,576,931

             The    relevant   portion     of     the   auditor's   report   dated

17-10-2020 for the financial year, 2019-20 reads as under:

                                                  YEAR ENDED          YEAR ENDED
                                                   31-03-2020          31-03-2019
                                                    (Rs.)               (Rs.)
          SCHEDULE 'H' SALES
          Finished goods
          MS Black Pipes                          1,640,321,371       1,823,311,876
          Galvanised Iron Pipes                   1,099,164,183       1,149,568,350
          Steel Tibular Poles                       284,743,054         478,904,230
          Steel Scafolding                            65,582,791          44,146,302
          Steel structures                             3,890,700           1,927,869
          Metal Crash Barriers                        24,867,378          21,943,018
                                                  3,118,569,477        3,519,801,645
          By products                                  66,112,939          70,288,736
          HR Coll/Slitt Sale                           37,405,919          33,902,188
                                                   3,222,088,335       3,623,992,569
          Job work charges received                       345,549             220,712
          Freight recovered                               294,949          12,677,935


W.P. (C) No. 672 of 2021                                                  Contd.../-
                                        [15]


          Inspection fee recovered                     1,504,220             617,402
                                        Total      3,224,233,053        3,637,508,618

[9] From the perusal of the auditor's reports for the financial years, 2017-18 and 2018-19 and in particular, the relevant portions thereof as reproduced hereinabove, it is clearly seen that the turnovers of the product under consideration are not reflected separately at all. But the Chartered Accountant, in his certificate, has shown the turnovers of the product under consideration for the said years but the basis on which the turnovers for the financial years, 2017-18 and 2018-19 have been shown in the certificate, is not disclosed and in other words, there is no material on record which would clearly demonstrate the separate turnovers of the product under consideration. Moreover, in the auditor's report for the year, 2019-20, the relevant portion of which is reproduced hereinabove, the turnover of the product under consideration for the financial year, 2018-19 is reflected, even though the auditor's report for the same financial year, 2018-19 is silent about it. The turnovers as shown in the certificate issued by the Chartered Accountant and that of the auditor's reports as mentioned above, do not tally each other. If that be the case, the correctness of the certificate issued by the Chartered Accountant is doubtful and it was not correctly accepted and relied upon by the authority at its wisdom. The learned counsel appearing for the appellant made an endeavour to contend that since the appellant being a partnership firm, the turnover was not given separately for the product under consideration and therefore, the minimum average turnover could be ascertained by reading all the documents as a whole and in particular, the performance certificates. His contention has no merit and substance for the reason that the performance certificates will have to be submitted as per Appendix-6, while the average turnover

W.P. (C) No. 672 of 2021 Contd.../-

[16]

certificate will have to be submitted as per Appendix-4. Both the certificates are not one and the same. They are different conditions to be fulfilled by the bidders while submitting their bids. It may further be noted that the documents to be furnished by the bidders must be plain and clear for the reason that they ought to speak for themselves so that the authority could verify the minimum average turnover without any effort being made for it. In fact, the bidding documents are made known to the bidders well in advance and all that the authority will have to do, is to see that the documents are submitted in terms of the bidding documents and the authority cannot be expected to examine the documents furnished by the bidders by interpreting them to understand their meaning. If the documents are not submitted in terms of the bidding documents or for that matter, they are not in proper order, the authority has the right to reject it. This is what has been done by the respondents herein in the present case and there is nothing wrong in it. In a tender, the submission of bids is an offer and the authority has a right to reject it, provided the bidder has failed to fulfill the terms and conditions of the tender. The only safeguard in a tender process is that the authority being an institution, ought to act fairly and reasonably. It is the appellant who is to be blamed for its own mistake. Having considered the circumstances as aforesaid, the authority has rightly rejected the technical bid of the appellant.

[10] The other point which the learned counsel appearing for the appellant has emphasized during the course of hearing, is that the appellant was not given an opportunity to clarify the doubt on the part of the authority, although such an opportunity had been given to the respondent, M/S BST Infratech Limited. It has been vehemently submitted by him that such inaction on the part of the authority is unreasonable and discriminatory being

W.P. (C) No. 672 of 2021 Contd.../-

[17]

violative of the provisions of Article 14 of the Constitution of India. It is no doubt true that under para 2.1 of Section-II, the authority is empowered with a discretion to seek clarification from the bidder. But it is nowhere provided therein that all the bidders should be asked for clarification. It is for the authority to decide whether a clarification is required to be sought from a bidder or from all the bidders depending upon the circumstances and the requirement. In the present case, the authority appears to have felt that there was no need of seeking a clarification from the appellant, as the appellant was found to be unqualified in the technical bid on the ground that it did not have a minimum average turnover of the product under consideration. Merely because the appellant was not given an opportunity to give a clarification as regards the minimum average turnover, it cannot be said that the inaction on the part of the authority was unfair and unreasonable. Even assuming that the appellant was given the opportunity, it could not have improved or modified the audited financial statements for the years, 2017-18 and 2018-19 for the reason that they had formed part of the records of the Income Tax Department. The facts and circumstances of the writ petition being WP(C) No.974 of 2019 are not exactly the same as that of the present appeals. In other words, the issues involved in both the cases are not exactly the same. But the only observation made by this Court in WP(C) No.974 of 2019 which is relevant for the present appeals, is that the average turnover as furnished by the appellant in that case as per Appendix-4, was found to be of overall turnover and not of product under consideration. In the present case, the basis of the minimum average turnover as shown in the certificate of the Chartered Accountant is not there at all in the audited financial statements for the years, 2017-18 and 2018-19, because of which the authority had no option but to reject the technical bid of the

W.P. (C) No. 672 of 2021 Contd.../-

[18]

appellant."

[9] As has been observed hereinabove, the bidding documents as

prescribed by the respondents in the present case and that of the M/S

Nezone Pipes & Structures case are almost identical. SL No.3 of the A.1

Technical Criteria of the Section-III: Evaluation and Qualification Criteria

reads as under:

3. Average Construction Turnover: Audited Financial The bidder should submit the Statements for the last audited financial statements for three financial years the last 3 (three) financial years along with Turnover from FY 2017-18 to FY 2019-20 Certificate issued by to demonstrate the current Chartered Accountant or soundness of the bidders' equivalent of the financial position showing a respective country in the minimum average turnover of not format as mentioned in less than Rs. 67.34 Crore from Appendix-4.

execution of water supply and other civil engineering works.

On perusal of these criteria and the corresponding criteria as

mentioned in the case of M/S Nezone Pipes & Structures case, it is seen

that both are almost identical except some minor changes which have

been made in that of the present case. The wordings of the criteria are

plain and unambiguous and require no interpretation at all. The petitioner

was required to submit the audited financial statements for the last 3

(three) financial years from FY 2017-18 to FY 2019-20 to demonstrate its

current soundness of the financial position showing a minimum average

turnover of not less than Rs.67.34 crore from the execution of water supply

and other civil engineering works. These audited financial statements will

have to be accompanied by a turnover certificate issued by a Chartered

W.P. (C) No. 672 of 2021 Contd.../-

[19]

Accountant or equivalent of the respective country in the format as

mentioned in Appendix-4. The stand of the respondents is that such a

turnover certificate issued by a Chartered Accountant or equivalent of the

respective country in the format as mentioned in Appendix-4 was not

submitted at all by the petitioner. Denying it, it has been stated by the

petitioner that such a turnover certificate had been submitted by it, a copy

of which has been placed on record at page 334 of the writ petition. In view

of the rival contentions, this Court perused the turnover certificate

submitted by the petitioner but it is seen that it is not issued by a Chartered

Accountant in the format as mentioned in Appendix-4 but by the petitioner

itself which cannot, in other words, be said to have been issued in the

manner laid down by the respondents in their bidding documents and in

particular, the criteria mentioned above in the tabulation. Therefore, the

contention of the learned Advocate General, in this regard, has some merit

and substance. The only justification that has been given by the

petitioner's counsel during the course of hearing, is that the Chartered

Accountant has given a certificate dated 18-02-2021 which is available at

page 335. It has been submitted by him that both the turnover certificates

issued by the petitioner itself and by the Chartered Accountant will have to

be read together so that the minimum average turnover, of not less than

Rs.67.34 crore, of the petitioner from the execution of water supply and

other civil engineering works can be easily ascertained by the

respondents. Even if an explanation was required from the side of the

petitioner, the respondents could have invoked the provisions as contained

W.P. (C) No. 672 of 2021 Contd.../-

[20]

in Clause D 2.1 of the bidding documents and could have sought it from

the petitioner. The respondents failed to do that and without assigning any

reason, the technical bid of the petitioner had been rejected which is unfair

and unreasonable being violative of Article 14 of the Constitution of India.

[10] The conjoint reading of both the turnover certificates-one, issued

by the petitioner itself and two, issued by the Chartered Accountant makes

it very clear that neither of them can be said to be in terms of the format as

mentioned in Appendix-4. What is required by the respondents in terms of

the bidding documents, is that the turnover certificate ought to be issued

by a Chartered Accountant or equivalent, based on the audited financial

statements of the last three years, in the format as mentioned in Appendix-

4 which is not there at all in the documents submitted by the petitioner. It is

the documents which speak for themselves and need no interpretation at

all. In a tender, a bid submitted by a bidder is an offer and it is for the

authority concerned either to accept it or reject it in accordance with the

terms and conditions contained in the bidding documents. The only

safeguard available with the bidders is that the authority being an

institution, ought to act fairly and reasonably even in matters relating to

Government contracts. In other words, if there is any unfair and

unreasonable action on the part of the respondents while conducting the

tender process, it will be hit by the provisions of Article 14 of the

Constitution of India. The law is well settled in this regard and the

contention of the learned counsel appearing for the petitioner as regards

the law laid down by the Hon'ble Supreme Court appears to be correct to

W.P. (C) No. 672 of 2021 Contd.../-

[21]

that extent. But since the petitioner has failed to submit the turnover

certificate in the format as mentioned in Appendix-4, the question of unfair

and unreasonable action on the part of the respondents will not arise at all.

The petitioner being a bidder, was required to fulfil the terms and

conditions as prescribed in the bidding documents, if it wished to

participate in the tender process and after having done that, if the authority

conducted the process of tender unfairly and unreasonably, its action

would be rendered bad in law. In such circumstances only, the interference

of the Court may be called for in matters relating to contract. In the present

case, it is the petitioner which has failed to fulfil the terms and conditions

laid down in the bidding documents and therefore, the contention that the

reason has not been assigned by the respondents for the rejection of its

bid, will not at this stage help the petitioner at all.

[11] One aspect which the learned Advocate General has emphasized, is

the provisions of the Clause D 1.1 which provide that the Information relating

to the evaluation of bids and recommendation of contract award shall not

be disclosed to bidders or any other persons not officially concerned with

the bidding process until contract award is communicated to all bidders.

However, it is nowhere specifically mentioned therein that the reasons for

rejecting the technical bid of a bidder, cannot be assigned and furnished to

it/him. The expression "evaluation of bids and recommendation of

contract" is relevant which would prima facie mean and include both the

technical and financial bids. A bidder whose technical bid has been

W.P. (C) No. 672 of 2021 Contd.../-

[22]

rejected by the authority, will not qualify for the financial bid and therefore,

there is no reason as to why such a bidder shall not be informed about the

reason for the rejection of its technical bid. To do so will not amount to

disclosing the information about the evaluation of bids and the

recommendation of contract because such a bidder will have no idea about

the bids of other bidders except about its own bids. The disclosure of such

information will, in no way, affect the rights of other bidders who are

qualified for the financial bids. On top of that, such a confidential condition

cannot prevail upon the provisions of Article 14 of the Constitution of India

except in respect of the basic requirement as mentioned in the

confidentiality clause. Since the validity and correctness of the provisions

of Clause D.1.1 is not the subject matter in issue, it is not appropriate for

this Court to give the detailed observations. But this Court, after having

perused the confidentiality clause as aforesaid, is of the opinion that once

a bid is rejected by the authority at the stage of technical bids, the bidder

shall be informed about it with reasons on which his/ its technical bid has

been rejected which will demonstrate the transparency in the process of

tender. The State Government is duty bound to ensure that a tender

process is conducted in a fair and transparent manner so as to avoid

attraction of the provisions of Article 14 of the Constitution of India. So far

as the present case is concerned, there is no point of directing the

respondents to disclose the reason, as the same has been stated by them

in the counter affidavit. This Court, after having heard the learned counsels

W.P. (C) No. 672 of 2021 Contd.../-

[23]

appearing for the parties and perused the materials on record, is of the

further opinion that no interference of this Court is called for in the matter,

since the petitioner has failed to submit the turnover certificated issued by

the Chartered Accountant in the format as mentioned in Appendix-4 which

is one of the terms and conditions of the bidding documents.

[12] In view of the above and for the reasons stated hereinabove, the

instant writ petition is devoid of any merit and is accordingly dismissed with

no order as to costs. The interim order passed by this Court in the present

case stands vacated accordingly.

JUDGE

FR/NFR

Devananda

NINGOM Digitally by signed

BAM NINGOMBAM VICTORIA VICTORI Date:

2021.10.29 A 15:23:24 +05'30'

W.P. (C) No. 672 of 2021 Contd.../-

 
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