Monday, 04, May, 2026
 
 
 
Expand O P Jindal Global University
 
  
  
 
 
 

M/S. Panchasakha Carrier vs Indian Oil Corporation Ltd
2022 Latest Caselaw 5692 Ori

Citation : 2022 Latest Caselaw 5692 Ori
Judgement Date : 19 October, 2022

Orissa High Court
M/S. Panchasakha Carrier vs Indian Oil Corporation Ltd on 19 October, 2022
               IN THE HIGH COURT OF ORISSA, CUTTACK

                             W.P.(C) No.12446 of 2022

             In the matter of an application under Article 226 of the
             Constitution of India.

                                     ----------------------------

M/s. Panchasakha Carrier ....... Petitioner

-Versus-

             Indian Oil Corporation Ltd.,
             New Delhi & others           .......                   Opp. Parties


                   For Petitioner:              -          M/s. Devashis Panda,
                                                                S. Panda, A. Mehta &
                                                                D.K. Panda
                   For Opposite parties               M/s. P.K. Rath,
                                                             S.K. Pattanayak,
                                                             A. Behera, S.K. Behera,
                                                             P. Nayak, S. Das,
                                                             S.B. Rath &
                                                             S. Mohapatra
                                                     Mr. D. Mohanty,
                                     ----------------------------

        P R E S E N T:

                      JUSTICE BISWAJIT MOHANTY
                        JUSTICE SAVITRI RATHO

---------------------------------------------------------------------------------- Date of Hearing: 11.10.2022 Date of Judgment: 19.10.2022

----------------------------------------------------------------------------------

B. Mohanty, J. This writ application has been filed by the petitioner

praying for quashing of the orders under Annexures-1 & 4/1 reflecting rejections of the petitioner's bid in connection with the

tender for road transportation of bulk petroleum products by

bottom loading tank trucks. Further prayer is to direct the opposite

party No.2 to consider the petitioner's tender on merits as per the

Tender Call Notice and award it the work of transportation of

I.O.C.L's. bulk petroleum products ex-I.O.C.Ls Paradeep Terminal.

2. The present case relates to the Tender Call Notice

issued by the opposite party No.1 under Annexure-2 inviting tender

for road transportation of bulk petroleum products by bottom

loading tank trucks vis-à-vis Paradeep Terminal for the year

2021-2022. Vide Annexure-A/1, it was made clear that clarification

end date vis-à-vis the Tender Call Notice under Annexure-2 was

27.07.2021 and the document download/sale end date/bid

submission end date was 14.08.2021 and bid opening date was

16.08.2021. Clause 1.1 of the Tender Call Notice made it clear

that all the tank trucks would be subject to third party inspection

and fabrication has to be carried out on a new tank from a PESO

approved fabricator. Serial No.3 of Clause 1.3 made it clear that

legible copies to be submitted with regard to valid R.T.O.

registration and PESO license for the tank trucks (for short 'TTs')

offered and TTs offered without these documents, would not be

considered for evaluation. As per Clause 1.4.7 of the Tender Call

Notice, a tenderer will have to offer TTs in the ratio of number of

TTs required capacity wise i.e. 12-16 KL : 18-40 KL. It also made it

clear that one tenderer can offer maximum 6 TTs in the ratio of 2

numbers TTs of 12-16 Kilo Litres (for short 'KL') capacity and 4

numbers TTs of 18-40 KL capacity. Like this minimum TTs which

can be offered by a tenderer shall be in the ratio of one number of

TT in 12-16 KL capacity and two numbers of TTs in 18-40 KL

capacity. It also made it clear that that the TTs which would fall

under the ratio specified shall be considered under LOT-1. In case

a tenderer has offered TTs not in the desired ratio, then the TTs

falling in desired ratio shall be considered as LOT-1 and other TTs

offered beyond the ratio shall be considered in LOT-2. While

allocation of TTs within L-1 rate is finalized, the offers from LOT-1

will be allocated and if the requirement is still not met, then

allocation will be made from LOT-2. It also laid down the ranking

procedure. At clause 1.4.9 it was made clear that all ready built

TTs offered should have valid R.T.O. registration and PESO license

as indicated earlier and as per Clause 1.4.12, the tenderer shall fill

the details of ownership of TTs, R.T.O registration, PESO license

etc. as applicable in the particulars of TTs offered. It also provided

for reservation criteria which included reservation in favour of the

S.C., S.T and MSEs. At Clause 1.11, it laid down the process of

evaluation of tenders. At clause 1.12 (c) it was made clear that the

tenderer's offer complete in all respect must be submitted on or

before the due date of closing of the tender in line with the

instructions given. As per Clause 1.12(d), claims and objections

due to ignorance of existing conditions or inadequacy of

information would not be considered after submission of the bid

and during the implementation. Further as per Clause 1.12 (e) it

was made clear that the tenderer shall give an undertaking on their

letter head that the content of the bidding document has not been

altered or modified and any change in the bid documents or

conditional bid is liable to be summarily rejected.

In the "Instructions to Tenderers for participation in E-

Tendering" under Annexure-2, it was made clear that no bids

should be submitted after the last date and time of submission has

reached and if the tenderer intended to revise the bid already

submitted, they may change or revise the same on or before the

last date and time of submission of bid. It also made it clear that

no bid can be modified after the dead line of submission of bids.

The said instructions also stipulated that the relevant documents

as mentioned in the tender are to be submitted online only and the

opposite party No.1 will not be responsible in any way for failure on

the part of the tenderer to follow the instructions and the tenderers

were advised in their own interest to ensure that the bids are

uploaded in e-Procurement system well before the closing date and

time of bid.

The document under Annexure-2 also includes the

application form to be filed by the tenderers. For our purpose

Sl. No.20 under the heading of "List of Documents required for

Technical Evaluation" forming part of the said form is relevant and

the same is quoted hereunder.

Sr.     Description of Requirement                      Submitted/Not
        Document                                        Submitted
XXXX         XXXX                   XXXX                    XXXX

20.     All the Tank 3rd Party Inspection report
        Trucks        are for Ready Built Tank
        subject to Third Trucks.
        Party Inspection
                          Third party Inspection
                          report confirming that the
                          Ready Built Tank Trucks
                          are fitted with equipment
                          to     facilitate    bottom
                          loading       and     vapor
                          recovery             system
                          conforming        to   OISD
                          RP167 & API RP 1004
                          Standard.

                          The 3rd Party Inspection
                          report can be obtained
                          from any PESO approved
                          fabricator        (Garage)
                          confirming the above.

                          Certificate from PESO that
                          the Fabricator is a PESO
                          Approved Fabricator, also
                          to be submitted along
                          with the Certificate.
XXXX         XXXX                    XXXX                   XXXX




It appears that the petitioner offered his tender by e-mail dated

13.08.2021 offering six fully built TTs, two with capacity in

between 12-16 KL, four with the capacity in between 18-40 KL. It

appears from the application form filed by the petitioner that the

petitioner has given a tick mark against Sl. No.20 which gives an

impression that it had uploaded third party inspection reports of

all the six TTs confirming that the TTs were fitted with equipment

to facilitate bottom loading and vapor recovery system conforming

to OISD RP 167 & API RP 1004 Standard. But the factual position

of this case reveals that though the petitioner had offered six TTs,

however with regard to two TTs bearing Registration

Nos.OD04P5643 & OD04P5743 in 18-40 KL capacity, no such

inspection reports were submitted while uploading the tender

documents. In such background, vide Annexure-B/1 filed by the

opposite parties; the petitioner was given an opportunity to submit

such reports by 24.09.2021 which should be valid on the closing

date of tender i.e. 14.08.2021. Accordingly, the petitioner

submitted a document dated 23.09.2021 under Annexure-C/1 on

24.09.2021. From the tender summary report under Annexure-1

uploaded on 02.12.2021, the petitioner came to know that its bid

has been rejected. When the petitioner made queries, it came to

know that the work orders have been issued in favour of the

successful bidders on 18.03.2022 and on finding out the real

reasons of rejection i.e. on account of absence of Third Party

Inspection Reports/Fabrication Certificates with regard two TTs

bearing Registration Nos.OD04P5643 & OD04P5743, it submitted

a representation on 21.03.2022 vide Annexure-4 to include its two

TTs as it has already submitted the required Certificate on

24.09.2021. It also prayed to consider its case as the above noted

two TTs are already running outside the State on existing contract

at Paradeep Terminal from 04.11.2020 for I.O.C.L. However, on

05.04.2022 vide Annexure-4/1, the prayer of the petitioner was

rejected referring to Sl. No.20 of the list of documents quoted

earlier and Clause No.21 of the tender document as indciated at

page-31 of the said documents, both of which require that the TTs

quoted in these tender should have valid PESO license and R.T.O.

registration certificate at the time of submission of the bids. There

it was made clear that though the petitioner offered six number of

TTs however, during scrutiny it was observed that in two numbers

of TTs namely Nos.OD04P5643 & OD04P5743, the petitioner had

not submitted third party inspection reports confirming that the

said ready built tank trucks were fitted with equipment to facilitate

bottom loading and vapor recovery system confirming to OISD

RP167 & API RP 1004 standard. It was also indicated in Annexure-

4/1 that though the petitioner was given an opportunity vide

Annexure-B/1 to submit the same with the clear-cut requirement

that the reports should be valid as on the closing date of the tender

i.e. 14.08.2021 and though the petitioner submitted the third party

inspection report vide Annexure-C/1 but from that document it

was clear that on the date of closing of the tender i.e. 14.08.2021,

the petitioner did not have the third party inspection reports in

respect of the above noted two TTs confirming to the above

mentioned requirements. Hence, the above two number of TTs out

of six TTs offered by the petitioner were rejected. It also drew

attention of the petitioner to the representation under Annexure-4

where it has admitted committing the mistake vis-à-vis the above

two TTs. Therefore, in such background, the petitioner did not get

any allocation of TTs and challenging such rejection, the present

writ application has been filed.

3. Mr. D. Panda, learned counsel for the petitioner at the

outset fairly submitted that the third party inspection reports

confirming that the ready built tank trucks are fitted with

equipment to facilitate bottom loading and vapor recovery system

confirming to OISD RP167 & API RP 1004 standard were not

submitted by the petitioner in respect of the TT Nos.OD04P5643 &

OD04P5743. However, he contended that as both the trucks have

already been engaged by the opposite party No.1 for bulk

transportation of petroleum products since 2020 pursuant to the

work order under Annexure-3, the opposite party should not have

rejected those two TTs. Secondly, he submitted that even as per

their direction under Annexure-B/1, the petitioner has submitted

the required third party inspection reports on 23.09.2021 under

Annexure-C/1 on 24.09.2021. In such background, also those two

TTs should not have been rejected and its case should have been

considered under the desired ratio of 2:4 as it had offered six TTs.

Thirdly, he contended that such rejection violates Clauses 1.3 &

1.4.7 to 1.4.12 of the Tender Call Notice. Lastly, he submitted that

such rejection has been done with a mala fide intention to favour

some other transporters.

4. Mr. P.K. Rath, learned counsel for the opposite parties

submitted that as per the conditions enumerated in the Tender

Call Notice under Annexure-2, Clause 1.1 made it clear that all the

TTs were subject to third party inspection and as per Sl. No.3

under Clause 1.3, all the TTs were required to submit valid R.T.O.

registration and PESO license and if these documents are not

submitted then such TTs will not be considered for evaluation. He

also submitted that Sl. No.20 under the heading "List of

Documents Required for Technical Evaluation" which forms part of

the application form, required each tenderer to submit third party

inspection reports confirming that its TTs were fitted with

equipment to facilitate bottom loading and vapor recovery system

conforming to OISD RP 167 & API RP 1004 Standard, which was

also indicated in Clause 1.1 and by putting a tick mark against

such column, the petitioner has acted in a mischievous manner as

it had not submitted such third party inspection reports in respect

of two out of six TTs. Relying upon sub-clauses (c)(d)(e) of Clause

1.12 of the Tender Call Notice and the "Instructions to Tenderers

for participating in E-Tendering" at internal pages 20 & 21 of the

Tender Call Notice, he reiterated that third party inspection reports

in respect of each of the TTs should have been submitted before

the last date which was never done in this case so far as two TTs

are concerned. Moreover though the petitioner was given an

opportunity to submit the third party inspection reports in respect

of those two vehicles by 24.09.2021 showing them to be valid as on

the last date i.e. 14.08.2021, however the same were never

supplied by the petitioner. Document at Annexure-C/1 dated

23.09.2021 submitted by the petitioner nowhere showed that those

two vehicles had valid third party inspection report as on

14.08.2021. He also submitted that the petitioner having admitted

its mistake in its representation under Annexure-4 and in view of

the detailed reasoning given in the impugned order under

Annexure-4/1, this Court should not interfere with the decision

making process of the opposite parties, which cannot be described

as arbitrary, irrational, perverse or mala fide in the facts and

circumstances of the case. In this context, he relied upon the

decisions of the Supreme Court as rendered in the case of Afcons

Infrastructure Limited Vrs. Nagpur Metro Rail Corporation

Limited and Another, (2016) 17 SCC 818 and Silppi

Constructions Contractors Vrs. Union of India and another,

(2020) 16 SCC 489. With regard to mala fide, he contended that no

specific allegation on this issue pointing fingers at specific persons

have been made in the writ petition and since the allegation

relating to mala fide is vague, the same should not be accepted.

Lastly, drawing our attention to the affidavit dated 12.09.2022 filed

on behalf of opposite parties which gives the details relating to

reservation and ranking system given at page-10 under Annexure-

F/1, he submitted that the petitioner fell under general category.

For such category, in 12-16 KL capacity, 10 TTs were required as

per Table Nos.1, 2 & 5 and for 18-40 KL capacity, 19 TTs were

earmarked via-vis the Table Nos.1, 3 & 5. In this context, he took

us through the tables and Notes attached to such tables clearly

explaining the above noted figures of 10 & 19 earmarked for two

categories of TTs. As per Table No.6, taking into account the

desired ratio in LOT-1 to be 2:4, the merit list got exhausted at Sl.

No.5 as up to that stage the TTs offered in the desired ratio of 2:4

were accommodated. With reference to Table No.7, he submitted

that conceding for a moment that even if two more TTs are allotted,

then the allocation can move up to Sl. No.6 in the ranking list and

since the petitioner occupied Sl. No.8, there was no question of

issue of any work order in its favour as by that time after rejection

of two of its TTs, all the slots of general category have been

exhausted. In this context, he submitted that though Annexure-

F/1 contains 7 Tables, as only 3 have been numbered, he prayed

that rest of the Tables be treated as Tables No.4, 5, 6 & 7 serially.

He also submitted that the allegations made by the petitioner

against successful bidders are to be rejected as those bidders have

not been impleaded as parties to this case.

5. Heard Mr. D. Panda, learned counsel for the petitioner

and Mr. P.K. Rath, learned counsel for the opposite parties.

6. From a perusal of records which includes the counter

and various affidavits filed by the opposite parties and the rejoinder

and various affidavit filed by the petitioner, it is clear that the

petitioner never submitted the third party inspection reports in

respect of two TTs Viz. OD04P5643 & OD04P5743 though the

application form required that all the TTs were subject to third

party inspection. Further, the petitioner put a tick mark against Sl.

No.20 of the Application Form without submitting the reports in

respect of two vehicles. However, since Mr. Panda has fairly

submitted that no such third party inspection reports were

submitted vis-à-vis the above noted two vehicles, we are not taking

a serious view of the matter. But non-filing of those reports clearly

made the offer of the petitioner in respect of these two vehicles,

incomplete. The plea of Mr. Panda that since those two TTs have

already been engaged by the opposite party No.1, those two TTS

should not have been rejected, cannot be accepted because as per

Clause 1.1, Serial No.3 of Clause 1.3 so also as per Sl. No.20 under

the "List of Documents Required for Technical Evaluation" etc.

submission of third party inspection reports in respect of all the

TTs was mandatorily required. Sub-Clause (c) of Clause 1.12 of the

tender documents under Annexure-2 required that the tenderer's

offer should be complete in all respects. Since such reports were

not supplied with regard to two TTs, clearly the offer of petitioner

remained incomplete. Assuming that the above noted two TTs had

the required reports by the last date i.e. 14.08.2021 however, there

is nothing to show that this was brought to the notice of the

decision making authority at any point of time vis-à-vis the Tender

Call Notice under Annexure-2 either by the last date i.e.

14.08.2021 or in response to Annexure-B/1 by 24.09.2021.

Though the petitioner could have sought clarification on this

aspect by 27.07.2021, which was the last date for clarification but

there is nothing to show that the petitioner sought for the same

prior to filing its tender documents. Further, it may be noted that

when the petitioner got an opportunity, though it submitted the

report on 24.09.2021 under Annexure-C/1 but a perusal of the

same does not show that those third party inspection reports were

valid on the last date of submission of the bid i.e. 14.08.2021. It

only shows those report to be valid till 20.08.2023 and since the

certificate under Annexure-C/1 was issued on 23.09.2021, an

ordinary interpretation of the said document would be that the

report is valid from 23.09.2021 till 20.08.2023. Therefore, the

document at Annexure-C/1 cannot be of much help to the

petitioner. Accordingly, we are not willing to accept the second

contention of Mr. Panda. All the above noted shortcomings have

been highlighted by the well reasoned rejection order under

Annexure-4/1.

7. With regard to allegation of Mr. Panda that there has

been violation of Clauses 1.3, 1.4.7 to 1.4.12 7 of the Tender Call

Notice, a perusal of the same do not reflect any violation in the

facts and circumstances as already discussed. Clause 1.3 at

Sl.No.3 rather makes it clear that legible copies of valid R.T.O.

registration of PESO license for TTs offered be submitted and

without these documents, the offer will not be considered. A

reading of Clauses 1.4.7 to 1.4.12 also does not offer much help to

the petitioner as these deal with stipulations relating to the ratio

system, the desired ratio and the ranking procedure etc. Rather the

Ratio and LOT system as explained at Clause 1.4.7 makes it clear

that tenderer is required to offer TTs in desired ratio and those TTs

falling in the desired ratio shall be considered in LOT-1 and in case

the tenderer has offered TTs, not in desired ratio then such TTs

would be considered in LOT-2 and when offers from LOT-1 do not

meet the requirement then allocation will be made from LOT-2.

Since two TTs of the petitioner were rightly rejected, the authorities

took the total TTs offered for LOT-1 in 1:2 ratio i.e. one under 12-

16 KL capacity category and two others under 18-40 KL capacity

for the purpose of LOT-1 as reflected in Table No.6 at page 10 of

Annexure-F/1 attached to affidavit dated 12.09.2022 filed by the

opposite parties. However, since the Table-6 of Annexure-F/1

clearly show that vis-à-vis the available slots of 10 in 12-16 KL

capacity category and 19 in 18-40 KL capacity category, TTs with

the desired ratio of 2:4 were available till merit list No.5 and further

since the desired slots got exhausted at Sl. No.5 and since the

petitioner stood at Sl. No.8 the petitioner did not have a chance of

getting its TTs allotted.

8. With regard to the allegation of mala fide as made by

the petitioner, since as per the settled position of law specific and

detailed allegations have not been made with supporting materials

and since against those whom allegations have been made, they

have not been made parties in person, we refuse to take cognizance

of such allegation.

9. All these discussions would clearly show that despite

requirement for submitting third party inspection reports in

respect of all the vehicles, the petitioner did not submit such

reports in respect of two vehicles by the last date and even though

it was given an opportunity thereafter, it did not submit the

document showing that by the last date, the two vehicles had such

inspections reports. Further, though vide Annexure-A/1,

27.7.2021 was indicated as the last date for clarification, there is

nothing on record to show that the petitioner made an effort to get

any clarification with regard to supply of third party inspection

reports in respect of two vehicles which according to it were already

working for opposite party No.1 pursuant the order under

Annexure-3.

For the above noted reasons, we do not find any wrong

has been committed by the opposite party No.1 in not issuing any

work order in favour of the petitioner particularly in the

background of its ranking as indicated at Table No.6 of

Annexure-F/1 enclosed with the affidavit dated 12.09.2022 filed by

the opposite party. Since the decision making process has not been

affected by arbitrariness, irrationality, perversity and mala fide, we

find no reasons to interfere in the matter. As per the decisions of

the Supreme Court rendered in the case of Afcons Infrastructure

Limited (supra) and Silppi Constructions Contractors (supra) it

has been made clear that Constitutional Courts should exercise a

lot of restraint while exercising their power of judicial review in

contractual and commercial matters and Courts must give "fair

play in the joint" to the Government and public sector undertaking

in such matters and unless a case of mala fide, arbitrariness,

irrationality and perversity is made out, the Constitutional Courts

ought not to interfere in such matters while exercising their power

of judicial review. Further it is settled in both the decisions that the

authority who floats the tender and had authored the tender

documents is the best judge as to how such documents are to be

interpreted and the employer of a project, having authored the

tender documents, is the best person to understand and appreciate

its requirements and interpret its documents. Therefore, in the

background of non-furnishing of third party inspection reports

when submission of such reports was a mandatory requirement as

per the Tender Call Notice under Annexure-2 as discussed above, it

cannot be said that the authority has committed any illegality in

rejecting the bid of the petitioner and in not awarding the work to

it.

10. For all these reasons, this writ petition is without any

merit and is dismissed hereby. No costs.

...................................

Biswajit Mohanty, J.

I agree ...................................

Savitri Ratho, J.

Orissa High Court, Cuttack The 19th October, 2022 /Prasant

 
Download the LatestLaws.com Mobile App
 
 
Latestlaws Newsletter
 

Publish Your Article

 

Campus Ambassador

 

Media Partner

 

Campus Buzz

 

LatestLaws Guest Court Correspondent

LatestLaws Guest Court Correspondent Apply Now!
 

LatestLaws.com presents: Lexidem Offline Internship Program, 2026

 

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

 
 

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

 
 
Latestlaws Newsletter