Wednesday, 13, May, 2026
 
 
 
Expand O P Jindal Global University
 
  
  
 
 
 

M/S. E To E Transportation ... vs Union Of India
2025 Latest Caselaw 6718 Tel

Citation : 2025 Latest Caselaw 6718 Tel
Judgement Date : 25 November, 2025

Telangana High Court

M/S. E To E Transportation ... vs Union Of India on 25 November, 2025

Author: Nagesh Bheemapaka
Bench: Nagesh Bheemapaka
       HON'BLE SRI JUSTICE NAGESH BHEEMAPAKA

             WRIT PETITION No. 21716 OF 2025

O R D E R:

Petitioner, a company registered under the

Companies Act, 2013 and classified as an MSME under

Registration ID UDYAM-KR-03-0046748, is engaged in major

railway infrastructure works and executed various projects for

Indian Railways including Respondent's zone. It is contended

that disqualification of its bid for Tender No. CSGC 365399

dated 07 February 2025 for works under South Central Railway,

is impermissible under the tender terms and conditions, and

that disqualification was issued through a non-speaking order

on the IREPS portal stating only "not fulfilled eligibility criteria"

without any opportunity of being heard. Petitioner alleges mala

fides and bias in view of past acceptance of identical documents

by the same Respondent even after providing clarifications on

the technical bid.

1.1. It is asserted that on 04.12.2024, Petitioner

Company converted from Private Limited to Public Limited and

its name changed as E To E Transportation Infrastructure

Limited, registered with the Ministry of Corporate Affairs vide

Corporate Identity Number U45201KA2010PLC052810. On

20.12.2024, Petitioner issued a formal communication titled

"TO WHOMSOEVER IT MAY CONCERN" informing all the

concerned about the change in name and legal status, clarifying

that daily operations, agreements, obligations, contracts,

certifications, empanelment's and commitments remain

unaffected, consistent with Section 18(3) of the Companies Act,

2013 which protects continuity of legal identity irrespective of

such conversion.

1.2. On 07.02.2025, February 2025, Respondent No. 3

issued an Open Tender with Two Packet System under Tender

No. CSGC 365399 for "Outdoor Signalling Works at KZJ Yard in

Connection with the 3rd Line works in KZJ-BPQ Section. It is

stated that Tender Document carried value Rs. 216,165,980.73

and earnest money Rs. 1,230,800.00 with offer validity 120 days

and bidding schedule from 01.04.2025 to 15.04.2025 at 15:00

hrs. Corrigendum No. 1 dated 01.03.2025 changed the closing

date to 31.03.2025 at 15:00 and bidding start to 17.03.2025.

Corrigendum No. 2 dated 14.03.2025 further revised the closing

date to 15.04.2025 at 15:00 and bidding start to 01 April 2025.

It is stated that Corrigendum No. 3 dated 31.03.2025 revised

EMD from Rs. 1,259,100.00 to Rs. 1,230,800.00 and advertised

value from Rs. 221,819,282.53 to Rs. 216,165,980.73. It is

stated that on 08.04.2025, HDFC Bank issued EMD Bank

Guarantee BG No. 009GT02250980012 for Rs. 12,30,800.00

corresponding to revised EMD.

1.3. Petitioner states that on 15.04.2025, Petitioner

submitted its comprehensive Techno-Commercial Bid for Tender

No. CSGC 365399, marking "Complied" under all technical

eligibility criteria and uploading multiple work completion

certificates, LOAs, BOQs, company details and the Company

status change intimation. All the requisite documents were duly

submitted and the complete checklist fulfilled. On 15.04.2025,

Respondent No. 3 issued another Tender No. CSGC 365400 for

"Comprehensive Signalling and Telecommunication Works for

Provision of Automatic Block Signalling System in Asifabad

Road-Rechni Road and Hasanparthi Road-Nekonda Sections.

On the same day, another Tender No. CSGC 365401 was issued

for "Comprehensive Signalling and Telecommunication Works

for Provision of Automatic Block Signalling System in

Errupalem-Khammam Section".

1.4. It is stated, on 17.07.2025 at 17:29 IST, Petitioner

received e mail from IREPS stating its Techno-Commercial Bid

had been declared "technically unsuitable" for "Not fulfilled

eligibility criteria" with no further detail or opportunity of

hearing. On 17.07.2025, Petitioner immediately submitted a

Clarification Letter protesting the rejection as arbitrary and

asserting full compliance with all the technical, financial and

bid capacity criteria, and highlighting past acceptance of similar

credentials by Indian Railways including an ongoing 58 Crore

contract with Respondent, and requesting re-evaluation and

specific reasons. It is stated, Petitioner reliably learnt that

disqualification was primarily due to change of company name

from E TO E Transportation Infrastructure Private Limited to E

To E Transportation Infrastructure Limited despite advance

disclosure.

2. Sri Mohammed Omer Farooq, learned counsel for

petitioner submits that Respondents acted arbitrarily because

identical documents submitted in Tender Nos. CSG C 36 5 401

and C SG C 36 5 400 were not rejected on such grounds,

including the aspect of the company's name change.

He submits further that arbitrary disqualification has a severe

cascading effect on its ongoing contracts and pending tender

evaluations, specifically Tender No. C_SG_C_36_5_401 and

Tender No. C_SG_C_36_5_400 of South Central Railway,

affecting business prospects, financial stability, and employee

livelihoods. Despite a proven track record, including an ongoing

258 Crore project with Respondent's own zone, exclusion lacks

justification and it is violative of Article 19(1)(g), and it adversely

impacts their MSME status.

2.1. According to learned counsel, Petitioner was not

given any opportunity to respond to the alleged eligibility

shortfall; rejection was via a cryptic, non-speaking order on the

IREPS portal stating only "Not fulfilled eligibility criteria. He

alleges violation of Article 14, stating that Respondent's action is

arbitrary, discriminatory and inconsistent with how similar

credentials have been accepted by multiple railway zones,

including an ongoing Rs.58 Crore contract with Respondent's

own office.

2.2. Learned counsel emphasizes that Respondent

South Central Railway, being an instrumentality of the State

under Article 12, must follow transparency, fairness, non-

discrimination and accountability in procurement, and that a

vague rejection without any specific justification violates these

constitutional standards and undermines the integrity of the

tender process.

2.3. In support of his contentions, on the aspect of

recording reasons, learned counsel relied on the judgments of

the Hon'ble Supreme Court in State of Punjab v. Bandeep

Singh 1, K.K. Alliance Pvt. Ltd. v. Union of India (W.P.No.

15464 of 2018) of Madras High Court, JBMD Enterprises v.

Sr. Dy. CGDA AN 2, Kalu Ram Ahuja v. DDA 3. Contending

that bid cannot be rejected if not complied with ancillary

conditions of tender document or for minor defects, he relied on

the judgments in Poddar Steel Corpn. V. Ganesh Engineering

Works 4, KPC Projects Ltd. v. East Coast Railway (W.P.No.

17150 of 2024) of Andhra Pradesh High Court, IVRCL

Infrastructures & Projects Ltd. v. National Highways

Authority of India 5, MDC Pharmaceuticals Ltd. v. Union of

India 6. According to learned counsel, respondent's conduct in

(2016) 1 SCC 724

2024 SCC On line Del 4281

(2008) 10 SCC 696

(1991) 3 SCC 273

2011 SCC On Line Del 1246

2022 SCC On Line Del 488

not seeking clarification amounts to violation of rights to fair

opportunity (see Texmaco Rail & Engineering Ltd. v. Union

of India 7). Learned counsel emphasizes that following the rule

of audi alteram partem is a requirement of law. In this

connection, reliance is placed on Siemens Engg. & Mfg. Co. of

India Ltd. v. Union of India8 and Banshidhar Construction

Pvt. Ltd. v. Bharat Coking Coal Limited 9.

3. In the counter-affidavit filed on behalf of South

Central Railway, it is stated, Petitioner was disqualified from

Tender No. C-SG-C-36-5-399 dated 07.02.2025 strictly as per

tender conditions because the bid was submitted in the name of

M/s E to E Transportation Infrastructure Private Limited,

though this entity had already ceased to exist after its statutory

conversion into a Public Limited Company on 04.12.2024, as

per the Ministry of Corporate Affairs. The disqualification was

supported by a Legal Opinion dated 24.06.2025 issued by the

Law Branch, Office of the Chief Administrative Officer

(Construction), South Central Railway, confirming that Private

Limited Company ceased to exist from the date of conversion.

2023 SCC On Line Cal 1908

(1976) 2 SCC 981

Manu/SC/1087/2024

Hence, the submitted bid documents did not match the

Petitioner's current legal status.

3.1. It is stated, no fundamental right of petitioner was

infringed. According to this respondent, participation in a public

tender does not give a vested right to be awarded the contract,

particularly when essential eligibility criteria are not met. Article

14 cannot be invoked by a bidder whose bid is submitted in the

name of a non-existent entity, unlike other eligible bidders.

Article 19(1)(g) is subject to reasonable restrictions, including

compliance with tender norms. This Respondent acted based on

objective legal grounds and the Legal Opinion dated 24.06.2025

clearly stating that the Private Limited Company ceased to exist

from 04.12.2024. Submission of a bid under a defunct entity

makes the bid void ab initio. The system-generated reason "not

fulfilled eligibility criteria" on IREPS is due to system format but

the internal legal scrutiny was detailed. No natural justice

violation arises because tender evaluation is a technical process

and no show-cause notice is required. Past work awards or

MSME status does not confer any vested right. Petitioner's

claims of arbitrariness and constitutional violations are denied.

3.2. It is asserted that this Writ Petition is not

maintainable because Petitioner's disqualification arose from

non-fulfilment of essential eligibility criteria; they cannot seek a

writ to force consideration of an invalid bid as they failed to

update the bid or demonstrate continuity between the old entity

and the Public Limited Company. This respondent states that

legal existence of the bidding entity is a basic requirement and

not a hyper-technical issue. They are obligated to ensure that

eligible and legally-existing entities participate. The Law

Branch's opinion dated 24.06.2025 confirms cessation of Private

Limited Company. The Respondent followed the tender

conditions and acted without mala fides. The disqualification

occurred solely because Petitioner failed to align bid documents

with its updated corporate structure.

3.3. Petitioner admitted that it converted from a Private

Limited to a Public Limited Company on 04.12.2024 under CIN:

U45201KA2010PLC052810. Such conversion results in

cessation of the Private Limited entity and creation of a new

Public Limited Company. Yet, the bid, POA, MoA & AoA, and

Board Resolution were all submitted in the name of non-

existent Private Limited Company. As per GCC and tender

conditions, valid corporate documents of the existing legal entity

must be submitted. No documents establishing continuity or

authorization from the Public Limited Company were provided.

This fundamental defect renders the bid void ab initio and

ineligible for evaluation. The disqualification was therefore,

valid.

3.4. It is further asserted, Petitioner's reliance on its

20.12.2024 "To Whomsoever It May Concern" letter and Section

18(3) of the Companies Act, 2013 is misplaced. Section 18(3)

does not exempt a bidder from complying with mandatory

tender documentation requirements. The defect arises because

the bid and foundational documents were filed in the name of a

legally non-existent Private Limited entity. The declaration does

not substitute for legally valid POA, MoA, AoA, and Board

Resolution of the Public Limited Company. No authorisation

from the Public Limited entity was furnished. Hence, Section

18(3) cannot cure the defect, and the bid was rightly rejected.

Further, Petitioner's claim of complete compliance is denied.

Although work certificates, LOAs, BOQs. and a "status change

intimation" were submitted, these did not cure the fundamental

defect: all mandatory legal documents (POA, MoA&AoA, Board

Resolution) were in the name of the Private Limited Company

that ceased to exist on 04.12.2024. As confirmed by ROC and

Legal Opinion dated 24.06.2025, the Private Limited entity was

no longer in existence. The bid therefore, did not satisfy

eligibility criteria and was non-responsive.

3.5. Respondent contends that tender evaluation is a

uniform, system-driven process. There is no requirement to

provide further individual explanations. Rejection is valid and

transparent. Earlier tenders cited by Petitioner are irrelevant

because, in those, the Private Limited entity legal-existed. Here,

the bid is filed by a non-existent entity, which is an incurable

legal defect and cannot be remedied by clarification. Natural

justice does not require show-cause notices in such technical

evaluation. The Respondent acted in accordance with tender

conditions and based on the Legal Opinion dated 24.06.2025.

The request for reconsideration is untenable. Petitioner's e mail

dated 18.07.2025 could not cure the deficiency. As post-tender

changes to cure a defective bid are prohibited, Petitioner was

not entitled to further verification. It is clarified that Letter of

Acceptance was already issued on 25.07.2025 to L1 bidder

M/s Vineela Enterprises, Hyderabad, and work has commenced,

making the Petitioner's allegations factually incorrect.

3.6. It is stated, Petitioner was neither treated unequally

nor arbitrarily and Article 14 is not attracted. All the bidders

were evaluated using the same criteria. Petitioner's reference to

other tenders (CSGC 36 5 400 and 401) is irrelevant, as those

are separate proceedings. The Respondent as an instrumentality

of the State, followed the tender terms and legal opinion. It is

agreed, public tenders must ensure transparency and best

value, but this requires strict adherence to eligibility conditions.

Allowing bidders without valid documentation reflecting their

legal status would undermine the process. The Petitioner's non-

compliant bid was rejected to maintain fairness and

consistency, serving public interest. Fundamental rights do not

override mandatory procurement compliance. Petitioner

misrepresented its legal status by submitting the bid under the

old Private Limited name despite conversion to a Public Limited

Company. This constitutes a material breach under Annexure-V

of the GCC, amounting to false representation. Consequences

include rejection, forfeiture, termination, and up to two years'

banning. The Respondents reserve the right to initiate penal

action. Hence, it is sought that Writ Petition be dismissed.

4. Heard Sri B. Jithender, learned Standing Counsel

for Central Government.

5. Upon consideration of the pleadings and material

placed on record, it is to be observed, the core issue pertains to

Petitioner's disqualification from Tender No. CSGC 365399

dated 07.02.2025, communicated on 17.07.2025, which

Petitioner contends is arbitrary, non-speaking and violative of

the constitutional guarantees under Articles 14 and 19(1)(g).

6. The case of petitioner is that they have uploaded all

the relevant documents for technical eligibility as requested in

General Conditions of Contract. Respondents themselves have

accepted similar technical credentials and documents in the

past and in other bids and they are aware of the change in

name and status of petitioner before and even at the time of

filing the bid and were possession of the necessary documents

too.

7. It is to be seen, at one time, the IREPL Portal stated

that petitioner's technical bid is disqualified for 'not fulfilling

eligibility criteria' 'technically unsuitable' which is not the case

as respondent's own admission and now, in the counter,

respondent raises a new ground alleging that the bid submitted

by petitioner is legally defective as it is submitted in the name of

a non-existent entity. This clearly shows the inconsistency of

respondents. Further, there is no provision in the tender

documents which prescribes that a change of name or status of

bidder constitutes an essential condition in the bidding process,

hence, rejection of bid of petitioner based on ancillary

conditions is against the settled position of law (see Poddar

Steel Corporation v. Ganesh Engineering Works 10 and A2Z

Maintenance and Engineering Services Ltd. v. Maharashtra

State Electricity Distribution Company Ltd. 11).

8. Further, it is also a settled position that in any bid

evaluation process, the main question to be examined is

whether the bid of the company is substantially responsive to

the requirement of the bidding documents? i.e. whether it is the

one, which conforms to all the terms, conditions and

specifications of the bidding document without material

deviation or reservation. A material deviation is also defined, to

mean one which affects in any substantial way the scope,

(1991) 3 SCC 273

2010 SCC On line Bom 1059

quality or performance of the works, limits in any substantial

way, inconsistent with the bidding documents, the employer's

rights or the bidder's obligations under the contract or whose

rectification would affect unfairly the competitive position of

other bidders presenting substantially responsive bids.

However, in the present case, it is the respondents who have

accepted similar technical credentials and documents of

petitioner and they are aware of the change in name and status

of petitioner. Petitioner contends that the legal status change

and related documents were duly disclosed. Whether the

Petitioner complied or not is a matter requiring proper

reconsideration, and outright rejection without evaluation

results in denial of fair competition. Judicial scrutiny is

warranted to ensure that the tender process remains fair to all

participants. Public procurement must adhere to the principles

of fairness, non-arbitrariness, and transparency. If the

disqualification is allowed to stand without examination, it may

undermine confidence in the tendering process.

Given that tendering processes must promote competition,

equal participation, and maximisation of public interest, an

order of disqualification that is not supported by detailed

reasoning affects the integrity of the procurement process.

9. Learned Standing Counsel for Central Government

Sri Jithender relies on the judgments in TATA Motors Limited

v. Brihan Mumbai Electric Supply and Transport

Undertaking (BEST) 12 and Silppi Constructions Contractors

v. Union of India 13 to contend that courts should exercise a lot

of restraint while exercising their powers of judicial review in

contractual or commercial matters. In TATA Motors Limited's

case the Hon'ble Supreme Court held under:

" 55. Ordinarily, a 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 unless something very gross or palpable is pointed out. The court ordinarily should not interfere in matters relating to tender or contract. To set at naught the entire tender process at the stage when the contract is well underway, would not be in public interest. Initiating a fresh tender process at this stage may consume lot of time and also loss to the public exchequer to the tune of crores of rupees. The financial burden/implications on the public exchequer that the State may have to meet with if the Court directs issue of a fresh tender notice, should be one of the guiding factors that the Court should keep in mind. This is evident from a three-Judge Bench decision of this Court in Assn. of Registration Plates v. Union of India [Assn. of Registration Plates v. Union of India, (2005) 1 SCC 679] .

(2023) 19 SCC 1

(2020) 16 SCC 489

56. The law relating to award of contract by the State and public sector corporations was reviewed in Air India Ltd. v. Cochin International Airport Ltd. [Air India Ltd. v. Cochin International Airport Ltd., (2000) 2 SCC 617] and it was held that the award of a contract, whether by a private party or by a State, is essentially a commercial transaction. It can choose its own method to arrive at a decision and it is free to grant any relaxation for bona fide reasons, if the tender conditions permit such a relaxation. It was further held that the State, its corporations, instrumentalities and agencies have the public duty to be fair to all concerned. Even when some defect is found in the decision-

making process, the court must exercise its discretionary powers under Article 226 with great caution and should exercise it only in furtherance of public interest and not merely on the making out of a legal point. The court should always keep the larger public interest in mind in order to decide whether its intervention is called for or not. Only when it comes to a conclusion that overwhelming public interest requires interference, the court should interfere."

10. He also relies on Silppi Constructions

Contractors' case (supra), wherein the Hon'ble Supreme Court

held as under:

" 25. That brings us to the most contentious issue as to whether the learned Single Judge of the High Court was right in holding that the appellate orders were bad since they were without reasons. We must remember that we are dealing with purely administrative decisions. These are in the realm of contract. While rejecting the tender the person or authority inviting the tenders is not required to give reasons even if it be a State within the meaning of Article 12 of the Constitution. These decisions are neither judicial nor quasi-judicial. If reasons are to be given at every stage, then the commercial activities of the State would come to a grinding halt. The State must be given

sufficient leeway in this regard. Respondents 1 and 2 were entitled to give reasons in the counter to the writ petition which they have done.

11. While holding, as extracted above, the Hon'ble Apex

Court in the very same judgments had also categorically held

that 'a writ court is empowered to intervene where the decision-

making process of a public authority is shown to be

unreasonable, non-transparent, or contrary to natural justice,

especially in matters of public procurement which must adhere to

the highest standards of fairness'. It is to be understood from

the above that even in contractual matters, a writ is

maintainable where the challenge is not to terms of the contract

but to the arbitrary exercise of power by a State authority. It

gains importance, in the present case, that rejection of

Petitioner's techno-commercial bid was conveyed merely

through IREPS portal and e mail without disclosing any

reasons. A non-speaking rejection order affects Petitioner's

rights and fails the test of fairness and transparency required in

tender evaluation. The prime contention of petitioner is that

disqualification was based on an alleged mismatch in

documents relating to change in legal status. When such

discrepancy relates to verifiable corporate records, the

Tendering Authority ought to have afforded a minimal

opportunity for clarification, which was not done. The absence

of such an opportunity renders the action procedurally

unreasonable. Learned counsel for petitioner relied on the

judgments stated supra; of all the judgments, Siemens Engg.

&     Mfg.   Co.    of    India     Ltd.'s     case     and      Banshidhar

Construction Pvt. Ltd.'s case             deal with the rule of audi

alteram partem. In Siemens Engineering and Mfg. Co.'s case,

it has been settled that where an authority makes an order in

exercise of a quasi-judicial function, it must record its reasons

in support of the order it makes. Every quasi-judicial order

must be supported by reasons. The rule requiring reasons to be

given in support of an order is, like the principle of audi alteram

partem, a basic principle of natural justice which must inform

every quasi-judicial process and this rule must be observed in

its proper spirit and mere pretence of compliance with it would

not satisfy the requirement of law.

12. In Banshidhar Construction Pvt. Ltd.'s case, the

Hon'ble Supreme Court observed that the government bodies /

instrumentalities are expected to act in absolutely fair,

reasonable and transparent manner, particularly in the award

of contracts for Mega projects. Any element of arbitrariness or

discrimination may lead to hampering of the entire project

which would not be in the public interest. In view of the above

settled legal position, this Court is of the view that respondent

railways have not followed the rule of audi alteram partem.

13. For the aforesaid reasons, this Court finds sufficient

reason to entertain the Writ Petition. The Writ Petition is

therefore, allowed, setting aside the disqualification of

petitioner's techno-commercial bid in respect of Tender No.

CSGC 365399 dated 07.02.2025. Respondents are directed to

permit petitioner to participate in the tender by evaluating and

reconsidering their bid on merits. No costs.

14. Consequently, Miscellaneous Applications, if any

shall stand closed.

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

NAGESH BHEEMAPAKA, J

25th November 2025

ksld

 
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