Citation : 2024 Latest Caselaw 463 Tel
Judgement Date : 5 February, 2024
HON'BLE SRI JUSTICE NAGESH BHEEMAPAKA
WRIT PETITION No. 23048 OF 2023
O R D E R:
Challenge in this Writ Petition is to the action of
Respondents 2, 3, 4 and 5 in selecting the 6th respondent as
successful bidder in the tenders issued vide NIT No. 15/2023-
24 of SE/E&M-Il/Stg-1/BTPS concerning Bowl Mills of Unit-l,
NIT No. 16/2023-24 of SE/E&M-ISUS-UBTPS concerning Bowl
Mils of Uhit-2, NIT No. 17/2023-24 of SE/E&M-Il/Stg-I/BPS
concerning Gravimetric Raw Coal Feeders in Unit-1 and NIT No.
18/2023-24 of SE/E&M-II/Stg-1/BTPS concerning Gravimetric
Raw Coal Feeders in Unit-2 of Bhadradri Thermal Power
Station, thereby in entering into agreements with the 6th
respondent's sole proprietorship Mars Engineers & Enterprises
and in issuing work orders in their favour as illegal, arbitrary,
mala fide, unreasonable, unconstitutional and against the
principles of natural justice.
2. Heard Sri. M. Pratheek Reddy, learned counsel for
petitioner, Sri. R. Pavan Reddy, learned Standing Counsel for
Respondents 2 to 5 and Sri. M. Kiran Reddy, learned counsel for
the 6th respondent.
3. In view of the urgency pleaded by both the parties,
present Writ Petition is taken up for final disposal.
4. Learned counsel for petitioner would submit that
petitioner is a company registered under the provisions of the
Companies Act, 2013, engaged in the work of executing
contracts for maintenance, care, erection and repairs. The
Company has been long associated with the 2nd respondent and
has undertaken several erection and maintenance works in the
past. It has previously undertaken the maintenance works for
Units-I and II for the financial years 2021-22 and 2022-23 at
Bhadradri Thermal Power Station (hereinafter referred to as
'BTPS'). Petitioner executed each and every work that was
assigned in the past with utmost diligence and excellence.
Petitioner participated in the following tenders in Units-I and II
of Bhadradri Thermal Power Station:
a. NIT No. 15/2023-24 of SEEM TUSt-V/BTS: Open tender for "Preventive/Periodical Maintenance works on XP-943 Bowl Mills of Unit as and when required during the year 2023-24" with the bids starting from 15.06.2023 onwards.
b. NIT No. 16/2023-24 of SE/E&M-ll/Stg-1/BPS: Open tender for "Preventive/Periodical Maintenance works on XRP-943 Bowl Mills of Unit-2 as and when required during the year 2023-24" with the bids starting from 15.06.2023 onwards.
c. NIT No. 17/2023-24 of SE/E&M=1/5tBTS: Open Tender For "Preventive/Periodical Maintenance works on Gravimetric Raw Coal
Feeders in Unit-l for the year 2023-24" with the bids starting from 16.06.2023 onwards.
d. NIT No. 18/2023-24 of SE/E&M 11/St-I/BTPS: Open tender For "Preventive/Periodical Maintenance works on Gravimetric Raw Coal "Preven in Unit-2 for the year 2023-24" with the bids starting from 16.6.2023.
Similarly, M/s Mars Engineering & Enterprises, a
sole proprietorship with the 6th respondent as its Proprietor was
also offered to participate in the said tenders. When petitioner
viewed the documents submitted by the 6th respondent on
behalf of Mars Engineers & Enterprises, it came to know that
the said sole proprietorship qualifies in no way whatsoever
under the tender document and that documents submitted by it
are only misleading, deceptive and inconsonant with the
requirements under the tender notifications. Accordingly,
petitioner was constrained to issue letter dated 03.06.2023 to
the 4th respondent explaining that the 6th respondent's
documents are all deceptive and urging the 4th respondent not
to consider M/s Mars Engineers & Enterprises for the said
tender bidding. Petitioner also submits that it issued
representation on 30.06.2023 and on other dates imploring the
respondent authorities to rectify the situation and disqualify the
6th respondent. While several assurances were given to
petitioner by the different officials working in the 2nd respondent
that situation would be remedied, no action was taken by any of
the official respondents to rectify the circumstances. Moreover,
despite best efforts, officials have refused to provide copies of
contract and work order to petitioner. However, without giving
any notice or proceedings to petitioner, the 2nd respondent has
chosen the 6th respondent's tender bids, surreptitiously entered
into contract with it and even issued work orders in its favour
under the said four tender notifications in Units I and II for
Bowl Mills and Gravimetric Raw Coal Feeders. The 6th
respondent performed certain religious rituals at the site and
began work on the same day. Having exhausted all the possible
remedies available to petitioner before the official respondents,
petitioner was constrained to file the Writ Petition questioning
the action of the 2nd respondent represented by the
4threspondent in awarding contracts and issuing work orders in
favour of the 6th respondent under the said Notices Inviting
Tender as illegal, arbitrary, unreasonable, unconstitutional and
unsustainable.
5. Learned counsel would submit that the 6th
respondent had submitted fraudulent experience documents,
experience certificates and related documents for Mars
Engineering & Erectors. Furthermore, the said experience is
outdated and irrelevant since the same concerns the years
between 2014 and 2017 which is no way contemporary for Mars
Engineers & Enterprises to use. Learned counsel also submits
that sole proprietorship cannot at all utilise the past experience
of a partnership firm that ceased to exist far long ago in 2016-
17 itself since there would then exist no complete takeover of
the firm with no portion or remnants of the experiential
contribution lost or left behind on its transition from being the
previous firm to the present sole proprietorship. Even on the e-
procurement website, slots against which experience-related
documents were to be uploaded only stipulated experience for
2020-21, 2021-22 and 2022-23. Despite the same, the 6th
respondent has submitted documents pertaining to Mars
Engineers & Erectors for the years before 2017 which are
entirely irrelevant and unacceptable. The utter lack of proximity
in time between Mars Engineering & Erectors and Mars
Engineers & Enterprises clearly demonstrates that the
experience enjoyed by the prior partnership firm cannot at all be
invoked by the 6th respondent after a lapse of over 6 years. The
6th respondent left behind such works in 2016 itself and
undertook several financial enterprises in Khammam which
have turned out to be unsuccessful. Therefore, petitioner
contends that the 6th respondent has now cleverly colluded with
the 5th respondent in tweaking the tender conditions to his
favour and achieving the tender by submitting documents that
are old, outdated and irrelevant. Learned counsel further
attributes that collusion has already become public knowledge
among all existing contractors in the region and each of them is
severely troubled and aggrieved by the said mala fide and
concerted action of Respondents 5 and 6. Therefore, for this
reason alone, selection of the 6th respondent for the said work
concerning Units-I and II of BTPS is completely unsustainable.
Learned counsel further submits that NIT requires
bidders to submit several documents, some of which are
statutory in nature such as GST and EPF registrations.
However, the 6th respondent had submitted documents for Mars
Engineering & Enterprises from October, 2022 only such as
GST registration on 16.10.2022, EPF registration on
20.10.2022, ESIC registration on 20.10.2022, Udyam
registration on 16.10.2022 and Labour License on 21.10.2022
to enable collusion between Respondents 5 and 6. Similarly,
tender document also requires bidders to submit Income Tax
Returns and the 6th respondent submitted the said returns in
his individual name i.e. Srinivasa Rao Maddula and not in the
name of Mars Engineering & Enterprises which is unsurprising
since the said entity did not even exist for the previous three
years. Further, even in his individual name, returns do not
disclose any amounts whatsoever attributable to the kind of
work required to be done under the NIT. The meagre amounts
existing in the said returns pertain only to rental income and
land proceeds. This too shows that Mars Engineering &
Enterprise has no commercial history or relevance whatsoever
for the 6th respondent to be selected in the tender for the works
in Units I and II of BTPS. He submits that most tender
documents usually require bidders to have executed similar
works for the past 3 years. Similarly, both the above said NITs
for bowl mills also require in Clause No. 27(b) that "The
contractor shall furnish their copy of Permanent Account
Number (PAN) card and copy of latest income tax returns for a
period of 3 years i.e. from 2019-20 to 2021-22 along with proof
of receipt failing which their e-tender will be summarily
rejected." As stated above, there is no way in which Mars
Engineering & Enterprises would have been able to submit such
documents for the past 3 years when it had been in existence
only from October 2023. In addition to this, the official
respondents have most illegally and arbitrarily issued a
corrigendum to the NITs modifying the said clause to say "The
contractor shall furnish their copy of Permanent Account
Number (PAN) card and copy of latest income tax returns for a
period of 1 year i.e., 2021-22 submitted along with the proof of
receipt failing which their e-tender will be summarily rejected."
This has been done to benefit and favour the 6th respondent to
the disadvantage of every other bidder that had participated.
Learned counsel would further submit that previously, a tender notification was issued concerning
Preventive/Periodical Maintenance works for Bowl Mills of Unit I
and petitioner was chosen as the successful bidder. Accordingly,
the 4th respondent issued Lr.No: SE/E&M-II/Stg-
I/BTPS/F.Doc/D/No: 301/2022 dated 08.05.2023 requesting
petitioner to commence work as per the terms and conditions of
the e-tender. However, the 4th respondent later issued another
letter vide Lr.No: SE/E&M-II/Stg-
I/BTPS/F.Doc/D.No:520/2023 dated 03.06.2023 stating that
the said e-tender for bowl mills of Unit-I was cancelled "on
administrative grounds" without any notice and that "no further
correspondence will be entertained in the matter." Thereafter, a
fresh Notice Inviting Tender was issued with No. 15/2023-24 of
SE/E&M-ii/Stg-I/BTPS with an amended condition that the
participating bidders must have a minimum of three years
"overall" experience in the same nature of works. The same is
the case with the tender regarding Gravimetric Raw Coal
Feeders in Unit-I in which petitioner first emerged successful
and then, the 4th respondent cancelled e-tender "on
administrative grounds" without any notice. This was done only
to benefit the 6th respondent who has brazenly colluded with the
5th respondent, which is a fact now known to all the contractors
involved. Likewise, in respect of Unit II, a limited tender was
issued on 17.04.2023 and Mars Engineers & Enterprises was
invited to participate in the tender. Despite the petitioner being
associated with the 2nd respondent for several years undertaking
various erection and maintenance works and for Units I & II for
2021-22 and 2022-23 at BTPS, petitioner was not even invited
to participate in the said limited tenders for the periodical
maintenance of Unit Il for 2023-24, illegally, collusively and
arbitrarily, the contract was awarded to Mars Engineers &
Enterprises although the 6th respondent does not qualify in any
way whatsoever to execute the works involved. Petitioner
represented these facts before Respondents 2 and 4, but of no
avail. These recent instances concerning Units I & II of BTPS
themselves clearly demonstrate the arbitrary, mala fide and
highly illegal and irregular manner in which contracts are
recently being awarded to the 6th respondent upon his entry into
the field.
Learned counsel would submit that in respect of
Unit IV in the month of April 2023, petitioner was offered to
participate in a single-part limited tender concerning EPC works
in Unit IV of BTPS vide NIT No.c-03/2023-24/SE/STAGE-
I/BTPS/D.No.78/22-23 dt.18.04.2023 for the work of
Preventive/Periodical Maintenance Works on Mills for the FY
2023-24". Although petitioner sent multiple representations to
the respondents stating that Mars Engineers & Enterprises
qualifies in no way whatsoever under the tender document and
that the documents submitted by it are only misleading,
deceptive and inconsonant with the requirements under the NIT
dt. 18.04.2023, the 2nd respondent represented by the 5th
respondent has chosen the 6th respondent's tender bid. Learned
counsel finally submits that it is settled law as laid down in
multiple precedents that even in contractual matters, the State
or "other authorities" are bound to act within the legal limits
and their actions are required to be free from arbitrariness and
favouritism. The procedure adopted by the State in awarding
contracts can be judged and tested against Article 14 and this
Hon'ble Court's intervention is necessary when the relevant
considerations are ignored or irrelevant considerations are
taken into account or when the tender process involves
arbitrariness or favouritism. Therefore, petitioner was
constrained to file this writ petition praying that this Hon'ble
Court may be pleased to inter alia declare the action of
Respondents 2, 3, 4 and 5 in selecting the 6th respondent as
successful bidder in the tenders issued vide NIT No. 15/2023-
23 of SE/E&M-II/Stg-I/BTPS concerning Bowl Mills of Unit-1,
NIT No.16/2023-24 of SE/E&M-II/Stg-I/BTPS concerning Bowl
Mills of Unit-2, NIT No. 17/2023-24 of SE/E&M-II/Stg-I/BTPS
concerning Gravimetric Raw Coal Feeders in Unit-1 and NIT No.
18/2023-24 of SE/E&M-II/Stg-I/BTPS concerning Gravimetric
Raw Coal Feeders in Unit-2 of Bhadradri Thermal Power
Station, in entering into agreements with the 6th respondent's
sole proprietorship Mars Engineering & Enterprises and in
issuing work orders in his favour as illegal, arbitrary, mala fide,
unreasonable, unconstitutional and against the principles of
natural justice.
In support of his contentions, learned counsel relied
upon the following judgments:
1. Meerut Development Authority v. Association of Management Studies; (2009) 6 SCC 171.
2. R.D.Shetty v. International Airport Authority of India; (1979) 3 SCC 489.
3. Mahabir Auto Stores v. Indian Oil Corp; (1990) 3 SCC 752
4. MP Power Management Company v. Sky Power Southeast Solar Pvt. Ltd;2022 Supreme (SC)
5. AG Construction Co. v. Food Corporation of India; 2021 SCC Online P&H 306.
6. Learned Standing Counsel appearing for
Respondent No.2 to 5 would submit that petitioner did not
disclose any valid grounds for grant of any relief and
approached this Court suppressing the factual aspects and
material objects. He further submits that petitioner has not
approached this Court with clean hands, therefore, the Writ
Petition need to be dismissed ab initio. Further, petitioner filed
this Petition by creating a concocted story only with an intention
to harass these respondents without having any legal right, as
such it is liable to be dismissed in limini. Learned counsel
submits that on keen observation of the averments, particularly
para 2, the ill-intension of petitioner discloses that he should be
given other works too, without following due process of law,
since he had so much of experience in several works entrusted
by the Corporation.
Learned counsel would submit that pursuant to the
tenders called for Division-Preventive/Periodical Maintenance
works on Gravimetric Raw Coal Feeders in Unit-1 for the year
2023-24 by office, the following 3 tenderers submitted in the
PQB under e-tender system within the due date. 1) M/s Krishna
Engg. Works, 2) M/s S.V. Infratech Engineers Pvt Ltd. and 3)
M/s Mars Engineers & Enterprises. After opening the
prequalification bids, documents furnished by the above 3 firms
are verified in detail and the following remarks were noticed and
the same are here with appended below.
I. In respect of M/s.Krishna Engg Works: The Labor license furnished by M/s. Krishna Engg Works is not in line with the eligibility criteria, however, they have furnished NSIC certificate along with their tender which is not in accordance with the terms and conditions of the Tender. Similarly, the bidder has not paid the requisite EMD as per the terms andconditions of the e-tender specification. They have furnished irrelevant experience documents which are not connected
II. In respect of M/s.Mars Engineers & Enterprises: Except the experience certificates furnished by them are in the name of M/s.Mars Engineers & Erectors, other documents are in consonance with the terms and conditions of the Tender.
III. In respect of M/s.S.V.Infratech Engineers Pvt Ltd: The documents in respect of experience certificates furnished by M/s.S.V.Infratech Engineers Pvt. Ltd are verified in detail and are in line with the subject work.
After opening the pre-qualification bids, the entire
docket comprising all the downloaded documents together with
sanctioned estimate is forwarded to DE/BM/Stg-I for offering
technical remarks. The DE/BM/Stg-I/BTPS has informed that
M/s Krishna Engg. works has not furnished proper experience
certificates along with their tender. Therefore, the documents
furnished by the firm i.e. M/s Krishna Engg. Works are not
eligible as per the terms and conditions of e-tenders and the
remaining two tenderers have furnished requisite experience
documents along with their tender and got eligibility to evaluate
further before the selection committee.
Learned counsel further submits that similarly e-
tender was issued for inviting tenders under open tender system
in the e-procurement platform as per the delegation of powers
Clause 1.15 (A) for Preventive/Periodical Maintenance works on
Gravimetric Raw Coal Feeders in Unit-2 for the year 2023-24. In
response to it, the three tenderers participated in the PQB
under e-tender system within the due date and time. After
opening the prequalification bids, the documents furnished by
the above firms were verified in detail and the following remarks
were noticed.
A. In respect of M/.Krishna Engg Works: The Labour License furnished by M/s. KrishnaEngg Works Is not in line with the eligibility criteria, however, they have furnished NSIC certificate along with their tender which is not in accordance with the terms and conditions of the Tender. Similarly, the bidder has not paid the requisite EMD as per the terms and conditions of the e-tender specification. They have furnished irrelevant experience documents which are not connected with the subject work,
B. In respect of M/s. Mars Engineers & Enterprises: Except the experience certificates furnished by them are In the name of M/s.Mars Engineers & Erectors, other documents are in consonance with the terms and conditions of the Tender.
C. In respect of M/s.S.V.Infratech Engineers PvtLtd: The documents in respect of experience certificates furnished by M/s.S.V.Infratech Engineers Pvt. Ltd are verified in detail and are in line with the subject work.
After opening the pre-qualification bids, the entire
docket comprising all the downloaded documents together with
sanctioned estimate is forwarded to the DE/BM/Stg-I for
offering technical remarks. The DE/BM/Stg-I/BTPS has
informed that M/s.KrishnaEngg works has not furnished proper
experience certificates along with their tender. Therefore, the
documents furnished by M/s Krishna Engg Works are not
eligible as per the terms and conditions of the e-tenders and
remaining two tenderers have furnished requisite experience
documents along with their tender and got eligibility to evaluate
further in price bid category. Likewise, TSGENCO-E&M-I-STG-I-
BPS-BM, Division-Preventive/ Periodical Maintenance works on
XRP-943 Bowl Mills of Unit-1 as and when required during the
year 2023-24, an e-tender was issued under open tender system
in the e-procurement platform as per the delegation of powers
clause No.1.15 (A). In response to the above, the following 3 Nos
tenderers were participated in the PQB under e-tender system
within the due date and time.
I. M/s. Chapa Anjali Contractor, Paloncha II. M/s.S.V.Infratech Engineers Pvt Ltd, Khammam III. M/s.Mars Engineers & Enterprises, Paloncha.
After opening the prequalification bids on
28.06.2023, all the documents furnished by the above three
firms are verified in detail and the following remarks were
noticed and the same are herewith appended below.
A.In respect of M/s. Chapa Anjali Contractor, Paloncha: The documents in respect of experience certificates and other documents furnished are not in line with the eligibility criteria. They have furnished irrelevant experience documents which are not connected with the subject work.
B.In respect of M/s.Mars Engineers & Enterprises, Paloncha:
The statutory documents in respect of eligibility criteria furnished by it are in line with the subject work. But, the experience certificates furnished by them are in the name of M/s.Mars Engineers & Erectors.
C.In respect of M/s.S.V.Infratech Engineers Pvt Ltd, Khammam: The documents and experience certificates furnished by M/s.S.V.Infratech Engineers Pvt Ltd are verified
in detail and are in line with the subject work and are acceptable.
After opening the pre-qualification bids, the entire
docket comprising all the downloaded documents together with
sanctioned estimate is forwarded to the DE/BM/Stg-I for
offering technical remarks. The DE/BM/Stg-I/BTPS has
informed that M/s Chapa Anjali Contractor, Paloncha has not
furnished proper experience certificates along with their tender
as such it is not eligible as per the terms and conditions of e-
tenders and directed that the offer may be rejected. Further, it is
also informed in their remarks that the remaining two tenderers
have furnished requisite experience documents along with their
tender and mentioned that they are eligible to evaluate further.
Learned counsel would further submit that TSGENCO-E&M-II-STG-I-BTPS-BM Division-
Preventive/Periodical Maintenance works on XRP-943 Bowl
Mills of Unit-2 as and when required during 2023-24, e-tender
was issued for inviting tenders under open tender system in e-
procurement platform as per delegation of powers clause
No.1.15 (A). In response to the above, the following tenderers
participated on 28.06.2023, all the documents furnished by
them are verified in detail and the following remarks were
noticed.
A.In respect of M/s.Chapa Anjali Contractor, Paloncha: The documents in respect of experience certificates and other documents furnished are not in line with the eligibility criteria. They have furnished irrelevant experience documents which are not connected with the subject work.
B. In respect of M/s.Mars Engineers & Enterprises, Paloncha:
The statutory documents in respect of eligibility criteria furnished by it are in line with the subiect work But the experience certificates furnished by them are in the name of M/s. Engineering &Erectors.
In respect of M/s.S.V.Infratech Engineers Pvt Ltd, Khammam: The documents and experience certificates furnished by M/s.S.V.Infratech Engineers Pvt Ltd are verified in detail and are in line with the subject work and are acceptable.
After opening the pre-qualification bids, the entire
docket comprising all the downloaded documents together with
sanctioned estimate is forwarded to the DE/BM/Stg-I for
offering technical remarks. The DE/BM/Sta-I/BTPS has
informed that M/s Chapa Anjali Contractor, Paloncha has not
furnished proper experience certificates along with their tender.
Therefore, it is not eligible as per the terms and conditions of e-
tenders and directed that the offer may be rejected. Further, it is
also informed in their remarks that the remaining two tenderers
have furnished requisite experience documents along with their
tender and they are eligible to evaluate further. Learned counsel
would submit that petitioner had also objected for considering
the Application of the 6th respondent through its letter dated
03.06.2023. In the above all tenders, M/s Mars Engineers &
Enterprises has furnished a self-declaration letter stating that
they would be entitled to make use of experience of the erstwhile
firm gained therein and requested to consider their e-tender as
per the judgments of Hon'ble Supreme Court. In order to get
more clarification, they sought help of legal expert vide letter
dated 15.06.2023 who clarified that apart from the other
aspects, pursuant to judgment passed of the Hon'ble High Court
at Delhi in Writ Petition No. 25456 of 2015 dated 02.02.2016,
the tender of the 6th respondent may be considered. The
contents of the judgment dated 02.02.2016 and the present
case are similar. In that judgment, the Hon'ble High Court
directed the official Respondents to consider the experience of
petitioner who was the managing partner of the erstwhile firm
and sole proprietor of the present firm considering that past
experience in the erstwhile firm and the present experience as a
sole Proprietor. In light of that legal positon, the 6th respondent
was considered as one of the two successful bidders initially and
was sent to the DE/BM/Stg-I for offering technical remarks
along with petitioner bid for further evaluation.
Learned counsel would specifically submit that the
6th respondent was the lowest quoted bidder when compared to
petitioner in all the above four Tenders; as such they are very
much qualified as L1. In light of above facts, the office of TS-
GENCO has requested, pending finalization of e-Tender before
the tender committee, the 6th respondent to commence their
work in all the aforementioned works as per the terms and
conditions of e-tender specification and the instructions of
Divisional Engineer/BM/Stg-1/BTPS.
Learned counsel would submit that petitioner did
not mention who are those different officials of the 2nd
respondent, who gave him several assurances that situation
would be remedied. As such mere allegation without proper
proof and only on the illusionary vision against the official
respondents is not tenable. The copies of contract and work
orders are only furnished to the contractor for whom the work is
awarded but not to the other unsuccessful bidders/contractors.
Further, as per the tender terms and conditions and the
decision taken by the tender committee, which was acted in
accordance with the law, the lowest bidder was issued work
orders for which petitioner need not be issued any notice or
proceedings. It is purely between the successful bidder and the
official respondents and petitioner being unsuccessful shall not
demand of issuance of either notice or proceedings which is
nothing but raising new trend against the policy of Tenders.
Awarding contract and issuance of work order in favour of the
6th respondent was within the terms and conditions of tenders
and also by following due process of law which was not at all
illegal, arbitrary, unreasonable, unconstitutional and
unsustainable, as alleged by petitioner.
Learned counsel would further submit that clause
'f' of serial No.27 of Tender Notice in all NITs under sub-heading
of "Statuary Requirements and Eligibility Criteria" it was clearly
mentioned that "The contractor must have minimum three years
overall experience in same nature of works". Petitioner without
understanding that clause unnecessarily raised objections and
irrelevantly alleged the respondents herein. In that clause, it is
clear that "overall experience" which does not mean that
contractor shall have current continuous three years of
experience.
Learned counsel would specifically contend that in
the Tender Notification, it was not stipulated to upload
experience for 2020-21, 2021-22 and 2022-23, as alleged,
whereas, clause (f) of Serial No. 27 and also Clause 5 under the
head of "GENERAL TERMS AND CONDITIONS for E-
PROCUREMENT TENDERS ELIGIBILITY CRITERIA" was
completely misunderstood by him. Petitioner is also not having
sufficient experience in periodical/preventive/breakdown
maintenance works for a period of three years, but it has
experience only in the field of erection works. The documents
furnished in the e-tender platform clearly shows petitioner
furnished only two years experience documents instead of three
years. However, based on the erection experience, petitioner was
considered during technical evaluation. As per TS GENCO
Standard general terms and conditions, the tenderer should
have experience in executing similar type of work, at least once
in the last six financial years including present financial year.
Further, it was submitted that either any firm or individual
contractors could participate in the tendering process; there are
no constraints for individual contractors to participate in the
bidding process. These facts are evident from the documents
submitted by petitioner himself; as such, the Writ Petition shall
be dismissed in limini.
Learned counsel would further submit that in
various TS GENCO stations, all the tender-inviting authorities
have incorporated IT return clause for a period of one year,
whereas, erroneously, it was indicated as three years for NIT
Nos.15/2023-24 & 16/2023-24, but in NIT Nos.17/2023-24 &
18/2023-24, clause indicated in the e-tenders as "latest IT
return shall be furnished along with proof of documentary
evidence". As all the above e-tenders are invited at a glance,
providing clause in two different ways mystifying the
participants. In this regard, several contractors have contacted
over phone the tender-inviting authority and requested to
amend the clause as followed by other TS GENCO stations.
Therefore, a corrigendum was issued well in advance before
opening e-tenders. Petitioner in spite of having knowledge that
the respondents have issued a e-corrigendum duly amending
the tender notice with regard to statutory requirements &
eligibility criteria for item No.27(b) prior to submission of
Tenders by the eligible contractors, filed this fictitious Writ
Petition in order to harass the respondents. However, it is well
known fact that, IT return does not count for purpose of
evaluation but only for purpose of knowing the financial status
of firm or an individual, so that it would be easy to the
Organization to recover from it or him in case any defaults
caused during the work by the L1 bidder. In the present case,
the 6th respondent submitted Income tax return for financial
year 2022-23. Commercial history of tenderer is not the
criterion in finalizing lowest bidder but the experience will only
be considered including statutory obligations. As such, the
allegation raised by petitioner that corrigendum was done to
benefit and favour of the 6th respondent is far from truth as
such the Writ Petition shall be dismissed at the admission stage
itself.
Learned counsel would submit that corrigendum
was delivered to all the open tender agencies including
petitioner on e-procurement platform, Telangana and at that
time, he did not raise any objection but now for the purpose of
obtaining interim order, raised the innocuous allegation.
Learned counsel would submit that it is true that petitioner was
successful bidder in Preventive/Periodical Maintenance works
for Bowl Mills of Unit I, on the other hand, it is not true that
the same was cancelled "on administrative grounds" on
03.06.2023 without issuing notice to petitioner herein. In fact,
on 03.06.2023 itself, petitioner had given no objection to cancel
the aforementioned tenders and requested to invite e-tenders
under open category so that other eligible contractors may
submit their tenders. Further, it is also true that the successful
tenderer i.e the 6th respondent quoted far less than the
sanctioned estimates rates. As seen from the overall percentage
quoted by L1 tenderer i.e. the 6th respondent noted as - 40.79%,
- 46.81%, -30.30 & -24.84% respectively for e-tenders invited
under open tender system vide NIT Nos.15, 16, 17 & 18/2023-
24 which is more beneficial to TS GENCO when compared with
the sanctioned estimated rates, whereas L2 firm i.e petitioner
quoted overall percentage noted as -6.5%, -6.09%, -6.5%, & -
6,3% respectively for the said e-tenders. When the cancelled e-
tenders point of view against e-tenders under limited tender
system vide NIT Nos.03, 04, 05 & 06/2022-23, the successful
tenderer i.e., petitioner offered only -3.05% & 3.23% in respect
Mills & Feeders of Unit-1, whereas another successful tenderer
ie. the 6th respondent offered -3.02% & -3.03% respectively in
respect of Mills & Feeders of Unit-2, Therefore, cancelling e-
tenders invited under limited tender system for inviting fresh e-
tenders under open tender category for obtaining competitive
prices is justified. The letter dated 03.06.2023 categorically
proves that the allegation that tenders were cancelled by the
answering respondents without issuing notices to petitioner, is
dire suppression of fact on oath before this Court as such the
Writ Petition shall be dismissed on the ground that petitioner
did not approach this Court with clean hands.
Learned counsel would submit that the allegation
that petitioner was not invited for participation in NIT No.2-
02/2023-24/SE/STAGE-II/BTPS/D.No.74/22-23 dated
17.04.2023 is not true. Petitioner misrepresented regarding
tenders mentioned in the affidavit filed by petitioner. Any of the
answering respondents have never issued NIT No.2-02/2023-
24/SE/STAGE-II/BPS/D.No.74/22-23 dated 17.04.2023. The
above tender was issued by the office of Superintending
Engineer/Stage-II/BTPS/Manuguru which is no way connected
to the present petition. Learned counsel would submit that they
came to know that Writ Petition No.19516 of 2023 was filed by
petitioner against the aforementioned tender. It is also not true
that this Court passed the interim order in the above Writ
Petition on 24.07.2023, except issuing notices to unofficial
respondents before admission. This was also misrepresented by
petitioner in this Writ Petition. Petitioner misrepresented
regarding tenders mentioned in the affidavit. Any of the
answering respondents have never issued NIT No. c-03/2023-
24/SE/ STAGE-11/BTPS/D.No.78/22-23, dated 18.04.2023.
The above tender was issued by the office of Superintending
Engineer/Stage-11/BTPS/Manuguru in respect of Unit-IV
which is no way connected to the Petition. We came to know
that Writ Petition No.19516 of 2023 was filed by petitioner
against the aforementioned tender.
Further, the contention of petitioner that
authorities acted illegally, arbitrarily and shown favouritism is
totally denied. There is no violation of Article 14 of the Indian
Constitution. The entire process of tendering is performed
legally and petitioner filed this Writ Petition with a mala fide
intention and with an ill-motive without having proper reason.
The answering respondents have acted in accordance with law
and the lowest price bidder was awarded the work as per terms
and conditions of tender notification. The tendering process was
conducted on e-procurement platform (as per Central Vigilance
Commission guidelines) and in a transparent way, duly
adhering to the rules and procedures and acted with a bona
fide, rational and legitimate way in the tendering process.
Learned counsel for Respondents 2 to 5 in support
of their contentions relied upon the following judgments:
1. N.G. Projects Limited v. Vinod Kumar Jain 1
2. Tata Motors Limited v. Brihan Mumbai Electric Supply & Transport Undertaking (Best) 2 2023 SCC Online 671.
3. WP(C).No.10240/2015 - M/s. Bharat Power Control Systems vs. Govt. of NCT of Delhi.
7. In reply to the averments made in the counter
affidavit of Respondents 2 to 5, petitioner once again reiterated
what has been stated in the writ affidavit, hence it requires no
further narration.
8. Learned Counsel for the 6th respondent would
submit that the 6th Respondent complied with Clause 27 of NIT
in all respects i.e. in regard to Clause 27(a) of the NIT, the 6th
respondent uploaded statutory documents i.e. copies of EPF,
ESI and GST. Likewise, against Clause 27(b), the 6th
respondent uploaded Pan Card and latest IT returns of
(2022) 6 SCC 127
2023 SCC Online 671
Proprietor. Against Clause 27(c), the 6th respondent uploaded
copy of labour license of Udyam Registration. Against Clause
27(d), the 6th respondent uploaded copy of registration with
Regional Provident Fund Commissioner with independent EPF
Code. Against Clause 27(e), the 6th respondent upoloaded ESI
Registration with Code. Against 27(f), the 6th respondent
uploaded P.O. copies of Mars Engineering and Erectors
(erstwhile firm) for four years. Likewise, the 6th respondent
uploaded all requisite documents for remaining three tenders
also and these documents are enough to meet the eligibility
criteria mentioned in NIT, as such, the 6th respondent stood as
L1 in all the four tenders by quoting value far less than
petitioner, as such, the 6th respondent got selected as
successful bidder, whereas, petitioner quoted 6% less in all four
tenders.
Learned counsel would submit that petitioner has
given false information regarding the documents uploaded by
the 6th respondent, who, in fact, uploaded the experience from
2014-15 to 2017-18 consecutively. The contention of petitioner
that the slots against which experience related documents were
to be uploaded only stipulated for year years 2020-21, 2021-22,
2022-23 is completely false and intended to mislead the Court
as such clause is nowhere mentioned in NIT terms and
conditions. It is submitted that the 6th respondent is the sole
proprietor for MARS ENGINEERS AND ENTERPRISES and
managing partner of erstwhile partnership firm MARS
ENGINEERING AND ERECTORS which carried out number of
works in AP GENCO and TRANSCO for the past two decades up
to the satisfaction of field engineers and acquired lots of
experience in carrying out the similar nature of works and also
been carrying out crucial works which are critical than the
subject works in XRP- 943 BOWL MILLS in BTPS at present as
sole proprietor in the name and style of MARS ENGINEERS AND
ENTERPRISES. By considering the past experience and present
status of sole proprietary firm, the sole proprietor of MARS
ENGINEERS AND ENTERPRISES can be entitled to utilize past
experience of erstwhile firm in tendering process as per above
referred construes and there is no need of experience in the
same name as the bidding firm as held by the Hon'ble Supreme
Court in New Horizon Ltd. Vs. Union of India 3 and also in
various Judgments of various Honorable High Courts. Hence, it
is evident that the 6th respondent being the sole proprietor of
MARS ENGINEERS AND ENTERPRISES is liable to use past
experience of erstwhile partnership firm MARS ENGINEERING
AND ERECTORS as the 6th respondent acted as Managing
(1995) 1 SCC 478
Partner and involved in day to day business activities and all
other technical, administrative, commercial activities on behalf
of the erstwhile firm as it is evident through Clause Nos. 10, 11,
12 of partnership deed and also considering NOC given by the
other partner to use experience gained by the firm for any
business in this sector run by them as there are only two
partners. In New Horizon Ltd. v. Union Of India, the Hon'ble
Supreme Court held at para 25 as under:
" 25. Even if it is assumed that the requirement regarding experience as set out in the advertisement dated April 22, 1993 inviting tenders is a condition about eligibility for consideration of tender, though we find no basis for the same, the said requirement for regarding experience cannot be construed to mean that the said experience should be of the tenderer in his name only. It is possible to visualize where a person having past experience has entered into a partnership and the tender has been submitted in the name of the partnership firm which may not have any past experience in its own name. that does not mean that the earlier experience of one of the partners of the cannot be taken into consideration. Similarly, a company incorporated under the companies Act having past experience can undergo reorganisation as a result of merger of amalgamation with another company which may have no such past experience and the tender is submitted in the name of the reorganized company. It would not be the purport of the requirement about experience that the experience of the company which has merged into the reorganized company cannot be taken into consideration because tender has not been submitted in its name and has been submitted in the name of the organized company which does not have experience in its name. conversely there may be a split in the company looking after a particular field of the business of the company forma new company after it. The new company, though having persons with experience in the field, has no experience in its name while the
original company having experience in its name lacks persons with experience. The requirement regarding experience does not mean that the offer of the original company must be considered because it has experience in its name though it does not have experienced persons with it and it and ignore the offer of the new company because it does not have experience in its name though it has persons having experience in the field."
Learned counsel further submits that petitioner is
taking two stands on same issue and the same is liable to be
dismissed. In reality the erstwhile firm has stopped the
activities in 2017-18 due to the policy adopted by TS GENCO by
regularising the workers working at contractors and contract
system is almost stopped for maintenance works in the existing
plants, until then the 6th Respondent had carried out numerous
works in TS GENCO by resolving day-to-day challenges in the
plants successfully and for the interest of generation in plants.
Learned counsel would vehemently submit that there is no need
to check the commercial history as nowhere NIT terms and
conditions demand it, except the interest of petitioner in wasting
the valuable time of this Court and it is clearly evident that
petitioner raised allegations regarding the above only in
frustration due to unsuccessful in bidding and due to rivalry
with the 6th respondent who stood as L1 in biddings, the same
is invented for purpose of the filing this writ petition. Learned
counsel would further submit that condition in NIT No.e-15,
e-16 which are floated on 15.06.2023, regarding IT which states
that "the IT returns of prior three years are to be uploaded" is
nowhere in the tenders floated by tendering authorities of all the
power generating stations of TS GENCO, and also in the tenders
floated by the other circles of BTPS even. Surprisingly, this
conditions is not even there in the tenders floated in the same
circle prior to these two tenders and tenders floated immediately
after these two tenders like e-17 & e-18 which are floated on
16.06.2023 (immediately next day) except in these two tenders.
The tendering authorities realized that, some irrelevant
condition regarding IT was incorporated in NIT conditions and
immediately they have corrected by issuing corrigendum on
20.6.2023. Learned counsel would finally submit that the
official respondents have not made any favouritism or benefit to
the 6th respondent as alleged by petitioner and the allegations
raised by them that the official respondents have colluded with
the 6th respondent is completely baseless, reasonless, absurd
and totally unethical and the same is invented for the purpose
of the writ petition. Learned counsel also submits that there is
no public interest and substantial proof for the allegations made
regarding mala fides and arbitraries except grudge on the 6th
respondent.
9. In reply to the averments made in the counter
affidavit of the 6th respondent, petitioner has once again
reiterated what has been stated in the writ affidavit, hence, it
requires no further narration.
10. It is an admitted fact, Respondent Nos. 2, 3, 4 and
5 selected the 6th respondent as successful bidder in the tenders
issued vide NIT No. 15/2023-24 of SE/E&M-Il/Stg-1/BTPS
concerning Bowl Mills of Unit-l, NIT No. 16/2023-24 of
SE/E&M-ISUS-UBTPS concerning Bowl Mils of Uhit-2, IT No.
17/2023-24 of SE/E&M-Il/Stg-I/BPS concerning Gravimetric
Raw Coal Feeders in Unit-1 and NIT No. 18/2023-24 of
SE/E&M-II/Stg-1/BTPS concerning Gravimetric Raw Coal
Feeders in Unit-2 of Bhadradri Thermal Power Station, thereby,
official respondents entered into agreements with the 6th
respondent's sole proprietorship Mars Engineers & Enterprises
and issued work orders in his favour. The mandatory
documents mentioned in the tender notification are for the
purpose of supporting only but not for qualification criteria
since the nature of tender invited is limited single stage
commercial bid for which no pre-qualification is required. The
same fact is known to petitioner and in the affidavit, the same
was mentioned by him. As such, the allegations levelled against
the answering respondents that respondents have not issued
any reply to the letter issued by petitioner dated 03.06.2023
wherein petitioner informed that the documents submitted by
the 6th respondent are misleading, deceptive and inconsonant
and also the 6th respondent is not eligible because the firm
owned by the 6th respondent is having sole Proprietorship. It is
pertinent to mention here that petitioner himself has knowledge
that nature of tender is only a limited one and no pre-
qualification is required. Petitioner had also objected for
considering the application of the 6th respondent through its
letter dated 03.06.2023. In the above all tenders, M/s Mars
Engineers & Enterprises furnished a self-declaration letter
stating that they would be entitled to make use of experience of
the erstwhile firm gained therein and requested to consider their
e-tender as per the previous judgments of Hon'ble Supreme
Court. In order to get more clarification, authorities have also
sought the help of legal expert vide letter dated 15.06.2023, who
clarified that apart from the other aspects and pursuant to the
judgment of the Hon'ble High Court at Delhi in Writ Petition No.
25456 of 2015 dated 02.02.2016, the 6th respondent tender may
be considered. In that judgment, the Hon'ble Delhi High Court
directed the official respondents to consider the experience of
petitioner, who was the managing partner of erstwhile firm and
sole proprietor of the present firm considering that past
experience in the erstwhile firm and the present experience as a
sole proprietor. In the light of that legal position, the 6th
respondent was considered as one of the two successful bidders
initially and was sent to the DE/BM/Stg-I for offering technical
remarks along with petitioner bid for further evaluation.
Further, this Court on perusal of the record found that the 6th
respondent was lowest-quoted bidder when compared to
petitioner in all the above four tenders. As such they are very
much qualified as L1 in the light of the aforementioned facts
and circumstances. Hence, the office of TS-GENCO has
requested, pending finalization of e-Tender before the tender
committee, the 6th respondent to commence their work in all the
aforementioned works as per the terms and conditions of e-
tender specification and as per the instructions of Divisional
Engineer/BM/Stg-1/BTPS. Interesting part is that petitioner did
not mention who are those different officials of the 2nd
respondent who gave him several assurances that the situation
would be remedied. As such, mere allegation without proper
proof and only on illusionary vision against the official
respondents is not tenable. Copies of contract and work orders
are only furnished to contractor for whom the work was
awarded but not to the other unsuccessful bidders/contractors.
Further, as per tender terms and conditions and as per decision
taken by the tender committee, which was acted in accordance
with law, the lowest bidder was issued work orders for which
petitioner need not be issued any notice or proceedings. It is
purely between successful bidder and official respondents and
petitioner being unsuccessful shall not demand issuance of
either notice or proceedings to him which is nothing but raising
new trend against the policy of tenders. Awarding of contract
and issuance of work order in favour of the 6th respondent was
within the terms and conditions of Tenders and also by
following due process of law which was not at all illegal,
arbitrary, unreasonable, unconstitutional and unsustainable as
alleged by petitioner.
11. This Courts identifies that clause 'f' of serial No.27
of Tender Notice in all NITs under sub-heading "Statuary
Requirements and Eligibility Criteria", it was clearly mentioned
that "The contractor must have minimum three years overall
experience in same nature of works". Petitioner without
understanding that clause unnecessarily raised objections and
irrelevantly alleged the respondents. In that clause, it was clear
that "overall experience" which does not mean that contractor
shall have current continuous three years of experience. In the
Tender Notification, it was not stipulated to upload experience
for 2020-21, 2021-22 and 2022-23 as alleged by petitioner,
whereas, clause (f) of Serial No. 27 and also clause 5 under the
head "GENERAL TERMS AND CONDITIONS for E-
PROCUREMENT TENDERS ELIGIBILITY CRITERIA" was
completely misunderstood by petitioner. Petitioner is also not
having sufficient experience in periodical/preventive/breakdown
maintenance works for a three years, but it has experience only
in the field of erection works. The documents furnished in e-
tender platform clearly shows petitioner has furnished only 2
years of experience documents instead of 3 years. However,
based on the erection experience, petitioner was considered
during technical evaluation of e-tenders. As per TS GENCO
Standard general terms and conditions, tenderer should have
experience in executing the similar type of work, at least once in
the last six financial years including present financial year.
There are no constraints for individual contractors to participate
in the bidding process. It was stated that in various TS GENCO
stations, all the tender-inviting authorities have incorporated IT
return clause for a period of one year, whereas, erroneously, it
was indicated as three years for NIT Nos.15/2023-24 &
16/2023-24. But in the NIT Nos.17/2023-24 & 18/2023-24, the
clause indicated in the e-tenders as "latest IT return shall be
furnished along with proof of documentary evidence". As all the
above e-tenders are invited at a glance, providing clause in two
different ways mystifying the participants. In this regard several
contractors have contacted over phone the tender-inviting
authority and requested to amend the clause as followed by
other TS GENCO stations. Therefore, a corrigendum for NIT
Nos.15/2023-24 & 16/2023-24 was issued well in advance
before opening e-tenders. Petitioner in spite of having knowledge
that respondents have issued e-corrigendum duly amending
tender notice with regard to statutory requirements & eligibility
criteria for item No.27(b) prior to submission of tenders by the
eligible contractors filed this fictitious Writ in order to harass
the respondents. According to NIT, the IT return does not count
for purpose of evaluation but only for the purpose of knowing
the financial status of the firm or an individual so that it would
be easy to the Organization to recover from it or him in case any
default caused during the work by L1 bidder. In the present
case, the 6th respondent submitted Income tax return for the
financial year 2022-23. Commercial history of tenderer is not
the criterion in finalizing lowest bidder but experience will only
be considered including statutory obligations. As such the
allegation raised by petitioner that corrigendum was done to
benefit and favour of the 6th respondent is far from truth. The
corrigendum was delivered to all the open tender agencies
including petitioner on e-procurement platform, Telangana and
at that time, petitioner did not raise any objection.
12. The other aspect is that it is true that petitioner was
successful bidder in Preventive/Periodical Maintenance works
for Bowl Mills of Unit I, whereas, it is not true that the same
was cancelled "on administrative grounds" on 03.06.2023
without issuing notice to petitioner. In fact, on the said date
itself, petitioner had given no objection to cancel the
aforementioned tenders and requested to invite e-tenders under
open category so that other eligible contractors may submit
their tenders. Further, it is also true that the successful
tenderer i.e the 6th respondent quoted far less than the
sanctioned estimates rates. As seen from the overall percentage
quoted by the L1 tenderer i.e the 6th respondent noted as -
40.79%, -46.81%, -30.30 & -24.84% respectively for e-tenders
invited under open tender system vide NIT Nos.15, 16, 17 &
18/2023-24 which is more beneficial to TS GENCO when
compared with the sanctioned estimated rates, whereas L2 firm
i.e petitioner quoted overall percentage noted as -6.5%, -6.09%,
-6.5%, & -6,3% respectively for the said e-tenders. When the
cancelled e-tenders point of view against e-tenders under limited
tender system vide NIT Nos.03, 04, 05 & 06/2022-23, the
successful tenderer i.e., petitioner offered only -3.05% & 3.23%
in respect Mills & Feeders of Unit-1, whereas another successful
tenderer ie. The 6th respondent offered -3.02% & -3.03%
respectively in respect of Mills & Feeders of Unit-2, Therefore,
cancelling the e-tenders Invited under limited tender system for
inviting fresh e-tenders under open tender category for
obtaining competitive prices is justified. The letters dated
03.06.2023, categorically prove that the allegation that tenders
were cancelled by the answering respondents without issuing
notices to petitioner, is untenable.
13. The 6th respondent contends that in view of the
judgment in New Horizon Ltd.'s case, the 6th respondent being
the sole proprietor of MARS ENGINEERS AND ENTERPRISES is
liable to use of past experience of erstwhile partnership firm
MARS ENGINEERING AND ERECTORS as the 6th respondent
acted as Managing Partner for that and involved in day to day
business activities and all other technical, administrative,
commercial activities on behalf of erstwhile firm as it is evident
through Clause Nos. 10, 11, 12 of partnership deed and also
considering the NOC given by the other partner to use
experience gained by the firm for any business in this sector run
by them as there are only two partners. In New Horizon Ltd.'s
case (supra), the Hon'ble Supreme Court held at Para 25
(extracted supra).
14. The same view was taken into consideration in
many judgments delivered by the Hon'ble High Court of Andhra
Pradesh in S. Kireetendranath Reddy Vs. A.P. Transco,
Vidyut Soudha 4, Avula Contractions Pvt. Ltd. Vs. Senior
Divisional Electrical 5, Hon'ble High Court of Madhya Pradesh
in C.K. Asati Vs. Union of India 6, Samruddha Buildcon Pvt.
Ltd. Vs. Indore Development Authority and the Hon'ble High
Court of Bombay in Sagar Lookouts Vs. Maharastra Housing
and Area 7 and M/s Ims Bhatia Transport Vs. The Union of
India 8. Therefore the contention of petitioner that the 6th
respondent is ineligible to participate in the tender process is
not tenable and accordingly, the said contention is hereby
rejected.
15. This Court also feels that petitioner unnecessarily
mounted undue pressure upon the answering respondents and
since the tendering process is lawful, no higher authorities have
shown any favouritism to the 6th respondent. Petitioner levelled
frivolous and baseless allegations against the official
respondents who acted legitimately during tender process and
petitioner had approached the Hon'ble Court by suppressing all
1999 (2) ALD 398
1999(3) ALD 105
AIR 2005 MP 96
2022 SCC Online Bom 10434
2021 SCC online Bom 3675
material facts with ill-intention to harass the respondents. It is
borne out by record, since this Court has not granted any
interim stay with respect of awarding of work, so far, the 6th
respondent had already commenced work and at this juncture
interference of this Court in any manner is unwarranted. The
same view is also countenanced by the decision of Hon'ble
Supreme Court in N.G. Projects Limited vs. Vinod Kumar
Jain, wherein the Hon'ble Supreme Court at Para 16 to 23 held
as under:
[16] In Galaxy Transport Agencies v. New J.K.
Roadways,2020SCCOnLineSC 1035 a three-judge bench again
reiterated that the authority that authors the tender document is the best person to understand and appreciate its requirements, and thus, its interpretation should not be second-guessed by a court in judicial review proceedings. It was observed as thus:
"17. In accordance with these judgments and noting that the interpretation of the tendering authority in this case cannot be said to be a perverse one, the Division Bench ought not to have interfered with it by giving its own interpretation and not giving proper credence to the word "both" appearing in Condition No. 31 of the N.I.T. For this reason, the Division Bench's conclusion that JK Roadways was wrongly declared to be ineligible, is set aside.
18. Insofar as Condition No. 27 of the N.I.T. prescribing work experience of at least 5 years of not less than the value of Rs. 2 crores is concerned, suffice it to say that the expert body, being the Tender Opening Committee, consisting of four members, clearly found that this eligibility condition had been satisfied by the Appellant before us. Without therefore going into the assessment of the documents that have been supplied to this Court, it is well settled that unless arbitrariness or mala
fide on the part of the tendering authority is alleged, the expert evaluation of a particular tender, particularly when it comes to technical evaluation, is not to be second-guessed by a writ court. Thus, in JagdishMandal v. State of Orissa, 2007 14 SCC 517, this Court noted:
"22. Judicial review of administrative action is intended to prevent arbitrariness, irrationality, unreasonableness, bias and mala fides. Its purpose is to check whether choice or decision is made "lawfully" and not to check whether choice or decision is "sound". When the power of judicial review is invoked in matters relating to tenders or award of contracts, certain special features should be borne in mind. A contract is a commercial transaction. Evaluating tenders and awarding contracts are essentially commercial functions. Principles of equity and natural justice stay at a distance. If the decision relating to award of contract is bona fide and is in public interest, courts will not, in exercise of power of judicial review, interfere even if a procedural aberration or error in assessment or prejudice to a tenderer, is made out. The power of judicial review will not be permitted to be invoked to protect private interest at the cost of public interest, or to decide contractual disputes. The tenderer or contractor with a grievance can always seek damages in a civil court. Attempts by unsuccessful tenderers with imaginary grievances, wounded pride and business rivalry, to make mountains out of molehills of some technical/procedural violation or some prejudice to self, and persuade courts to interfere by exercising power of judicial review, should be resisted. Such interferences, either interim or final, may hold up public works for years, or delay relief and succour to thousands and millions and may increase the project cost manifold. Therefore, a court before interfering in tender or contractual matters in exercise of power of judicial review, should pose to itself the following questions:
(i) Whether the process adopted or decision made by the authority is mala fide or intended to favour someone; or Whether the process adopted or decision made is so arbitrary and irrational that the court can say:" the decision is such that no responsible authority acting reasonably and in accordance with relevant law could have reached";
(ii) Whether public interest is affected.
If the answers are in the negative, there should be no interference under Article 226. Cases involving blacklisting or imposition of penal consequences on a tenderer/contractor or distribution of State largesse (allotment of sites/shops, grant of licences, dealerships and franchises) stand on a different footing as they may require a higher degree of fairness in action."
23. In view of the above judgments of this Court, the Writ Court should refrain itself from imposing its decision over the decision of the employer as to whether or not to accept the bid of a tenderer. The Court does not have the expertise to examine the terms and conditions of the presentday economic activities of the State and this limitation should be kept in view. Courts should be even more reluctant in interfering with contracts involving technical issues as there is a requirement of the necessary expertise to adjudicate upon such issues. The approach of the Court should be not to find fault with magnifying glass in its hands, rather the Court should examine as to whether the decision-making process is after complying with the procedure contemplated by the tender conditions. If the Court finds that there is total arbitrariness or that the tender has been granted in a malafide manner, still the Court should refrain from interfer20 ing in the grant of tender but instead relegate the parties to seek damages for the wrongful exclusion rather than to injunct the execution of the contract. The injunction or interference in the tender leads to additional costs on the State and is also against public interest. Therefore, the State and its citizens suffer twice, firstly by paying escalation costs and secondly, by being deprived of the infrastructure for which the present-day Governments are expected to work."
16. In the considered opinion of this court, the entire
process of tendering is performed legally and without any
arbitrariness and there is no violation of principles of natural
justice. The tendering process was conducted on e-
procurement platform (as per central vigilance commission
guidelines) and in a transparent way. The tender has only a
single part i.e., price bid and does not have a prior
prequalification or technical evaluation stages. Similarly, Mars
Engineering& Enterprises, a sole proprietorship with the 6th
respondent as its proprietor was also offered to participate in
the said tenders. The 6th respondent quoted 40% less in NIT
No.15/2023-24, likewise quoted 45% less in NIT No.16/2023-
24, and quoted 30% Less in NIT No.17/2023-24, 25% less in
NIT No.18/2023-24, whereas, petitioner quoted nearly 6% less
in all the above tenders, as such, the 6th respondent stood as
L1 and became successful bidder. The official respondents are
strictly in consonance with the rules and procedures, and
acted with a bona fide, rational and legitimate way in the
tendering process. The official respondents have acted in
accordance with law and the lowest price bidder was awarded
with the work as per the terms and conditions of the tender
notification. Further, as held by the Hon'ble Apex Court in
the N.G.Projects Limited's case, the approach of this Court
should not be to find fault with magnifying glass in its hands,
rather the Court should examine as to whether the decision-
making process is after complying with the procedure
contemplated by the tender conditions. If the Court finds that
there is total arbitrariness or that tender has been granted in
a mala fide manner, still the Court should refrain from
interfering in the grant of tender but instead relegate the
parties to seek damages for the wrongful exclusion rather
than to injunct execution of contract. The injunction or
interference in the tender leads to additional costs on the
State and is also against public interest. Therefore, the State
and its citizens suffer twice, firstly by paying escalation costs
and secondly, by being deprived of the infrastructure for
which the present-day Governments are expected to work."
17. This Court also opines that petitioner approached
this Court with unexplained delay, as such this Court does not
show any inclination to interfere in the light of the judgments of
Hon'ble Apex Court mentioned supra and also more particularly
in the matters pertaining to awarding of contracts pursuant to
tender process. This Court also opines that tender process
adopted and awarding of work to the 6th respondent is not mala
fide or intended to favour someone and the decision made by
official respondents is by acting reasonably and in accordance
with conditions stipulated in the tender document, therefore the
decisions cited by learned counsel for petitioner are not
applicable to the facts of the present case. The Writ Petition is
therefore, liable to be dismissed.
18. In the result, the Writ Petition is dismissed. No
costs.
19. Consequently Miscellaneous applications if any
shall stand closed.
--------------------------------------
NAGESH BHEEMAPAKA, J 05th February 2024
ksld
Publish Your Article
Campus Ambassador
Media Partner
Campus Buzz
LatestLaws.com presents: Lexidem Offline Internship Program, 2026
LatestLaws.com presents 'Lexidem Online Internship, 2026', Apply Now!