Citation : 2022 Latest Caselaw 3782 UK
Judgement Date : 24 November, 2022
Reserved Judgment
IN THE HIGH COURT OF UTTARAKHAND
AT NAINITAL
THE HON'BLE THE CHIEF JUSTICE SRI VIPIN SANGHI
AND
THE HON'BLE SRI JUSTICE RAMESH CHANDRA KHULBE
Date of hearing : 25.08.2022
Date of Judgment : 24.11.2022
WRIT PETITION (M/S) NO. 1650 OF 2021
Between:
Dinesh Chandra Patni ...... Petitioner
and
State of Uttarakhand & others ...... Respondents
Counsel for the petitioner : Mr. Abhijay Negi, learned counsel
Counsel for the respondents : Mr. Pradeep Joshi, learned Additional Chief Standing Counsel
: Mr. S.S. Chauhan, learned counsel
: Mr. Subhash Upadhyay, learned
The Court made the following:
JUDGMENT: (per Hon'ble The Chief Justice Sri Vipin Sanghi)
The petitioner has preferred the present writ
petition to assail the decision of the Executive Director,
WAPCOS Limited, i.e, respondent No. 2, vide which the
petitioner's technical bid, in respect of the tender invited
by the respondents for construction of Naugaon to
Selakot-Kane-Rikhad-Mehragaon Motor Road, Stage II,
under Package No. UT01-05 was rejected, and the
respondents proceeded to open the financial bids of
respondent Nos. 3 and 4. The petitioner also seeks a
mandamus commanding the respondent No. 2 to open
the financial bid of the petitioner, and to award the
contract to the petitioner. By way of amendment, the
petitioner also introduced the relief of quashing of the
award of the contract in favor of respondent No. 3 on
17.08.2021.
2) The case of the petitioner is that the aforesaid
construction project, with five years maintenance, was
planed to be undertaken under the Pradhan Mantri Gram
Sadak Yogana (PMGSY) in June 2020. For carrying out
of the work under the said project, the contractor had to
be appointed through a bidding process based on the
model standard bidding document as notified for the
PMGSY. On 03.07.2021, the tender in question was
published by the WAPCOS. The estimated cost of the
construction work was Rs. 900.27 lakhs, and the
estimated cost of maintenance for five years was Rs.
82.59 lakhs. The period of completion was stipulated as
nine months. The bids were open for On-line submission
till 01:00 P.M. on 28.07.2021. The bid opening was
fixed on the same day, i.e., 28.07.2021, at 03:00 P.M.
3) Under the bidding process, once the technical
bids of the bidders were opened, the rival bidders were
permitted to raise objections and point out lacunae in
the technical bids of the other competitors / bidders.
Respondent No. 3, i.e., M/s Bisht Construction, was also
one of the bidders and it raised three complaints in
respect of the petitioner's technical bid. The petitioner's
submission is that these objections were entertained,
despite the Bid Evaluation Committee declaring the
petitioner and three others, including respondent No. 3,
to be qualified in terms of Clause 22.5 of the Instructions
to Bidders (ITB). The complaints made by respondent
No. 3 qua the petitioner's technical bid were considered
by the Bid Evaluation Committee, and on that basis, the
petitioner was declared to be technically disqualified
along with one other bidder. At the end of the said
exercise, only two bidders were declared to be
technically qualified, namely, M/s Bisht Construction,
i.e., respondent No. 3, and M/s Parwatiya Construction.
The deficiencies / lacunae pointed out by respondent No.
3 in the petitioner's technical bid, and the decision taken
by the Bid Evaluation Committee on those lacunae /
complaints, are contained in the minutes of the meeting
of the Bid Evaluation Committee held on 16.08.2021. The
relevant extract of the said minutes reads as follows:
"(C) Name of the complainer : - Bisht Construction
M/s Dinesh Chandra Patni:
1 We have a Complaint regarding a uploaded On checking the bid again, it is found No. 08 the bidder has undated in Project that the information provided by the Name - Reconstruction of Kunalta M/R that bidder M/s Dinesh Chandra Patni at the Date of issue of Work Order is Page No.-8 does not match with the 21/11/2017 and Stipulated date of information given in the certificate Completion is 20/02/2017 which is not issued by the Executive Engineer. possible. Thereby the Certificate is unsatisfactory and wrong. Complaint is found correct and thus invokes the Clause 4.7(i) of ITB, Section-2 of SBD of false representation in the statement and the Complaint is hereby resolved by Dis-Qualifying M/s Dinesh Chandra Patni.
2 Also, in Page No-33 the bidder has not On checking the bid again, uploaded a relevant document since the Complaint is found correct. certificate is of another Package Bid Id. The accurate Package Id. UT0105/XXI(RP) and the bidder has shown: UT01105/XXI (RP) thereby the certificate is irrelevant and not acceptable.
3 And also, in Pg No.197, 198 the bidder has Bid is re-viewed and it is found that not sealed his signature, in the Balance bidder has not signed and stamped Sheet which make the Bidder certificate the Balance sheet of year 2020-21. unacceptable and there is difference in Signatures of owners of the firm are Financial Documents of 2018 & 2019. compulsory on Balance Sheet and Profit & Loss Statements. It is found that owner of firm M/s Dinesh Chandra Patni has not signed and stamped on Balance Sheet and Profit & Loss Statement, making the Balance Sheet as in-valid.
Also, Balance Sheet of year 2018-19 provided by bidder in his bid is incomplete. Part of form 3CD has not been uploaded by bidder after page 158 of his bid.
As per the requirement of Clause 4.2(f) of ITB of SBD, Reports on the financial standing, Profit & Loss statements and Auditor's Report for the past 03 financial years are required to be submitted by the Bidder.
As per the findings on re-view of bid, 02 years Financial Data essential for Eligibility Criteria is incomplete (FY 2018-19) and in-valid (FY 2020-21) as per the requirement and thus fails to fulfill the Eligibility Criteria as per Clause 4.2 (f) of ITB of SBD.
Complaint is found correct and hereby resolved by Dis-Qualifying M/s Dinesh Chandra Patni.
4) The petitioner submits that the lacunae
pointed out / complaints made by respondent No. 3 qua
the petitioner's technical bid were ill-founded, and the
findings recorded by the Bid Evaluation Committee on
the said complaints / lacunae, are factually erroneous.
The petitioner has dealt with each of the lacunae and the
findings returned by the Bid Evaluation Committee in its
petition.
5) Mr. Negi, learned counsel for the petitioner
submits that so far as the first complaint / lacuna
contained in the aforesaid tabulation is concerned, the
same related to the certificate produced by the petitioner
to show satisfactory completion of other similar works.
Mr. Negi submits that under Clause 4.4 A of the ITB, to
qualify for award of the contract, each bidder was
required to, in the last five years, inter alia, have
satisfactorily completed - "as prime Contractor or sub-
contractor, at least one similar work equal in value to
one-third in case of Naxal / LWE effected districts) of the
estimated cost of work (excluding maintenance cost for
five years) for which the bid is invited, or such higher
amount as may be specified in the Appendix to ITB. The
value of road work completed by the bidder under
Pradhan Mantri Gram Sadak Yojana in originally
stipulated period of completion shall be counted as
120% for the purpose of this Sub-Clause." The
aforesaid condition is found in Clause 4.4 A(b) of the
ITB.
6) The case of the petitioner is that since the
estimated cost of the work was Rs. 900.27 lakhs,
excluding the maintenance work, in terms of the
aforesaid instruction the bidders were required to
produce certificates of having satisfactorily completed as
either prime contractor, or sub-contractor, at least one
similar work equal in value of Rs. 300.09 lakhs. Mr. Negi
submits that the petitioner provided certificates of two
earlier executed similar works along with its bid. The
tabulation showing the work performed as the prime
contractor / similar nature work, which accompanied the
petitioner's bid, reads as follows :
"WORK PERFORMED AS THE PRIME CONTRACTOR / SIMILAR NATURE WORK
Project Name of Description of Value Contract Date Stipulated Actual Remark Name Employer work of no. of date date explaining contract issue of completion reason of completion for delay, work order if any
Re- Program 1. Hill Site Cutting 1219.34 144-UDRP/ 21.11.2017 20.02.2017 20.02.2019 Due to construction Manager 2. Massonary work Lac PWD/07/RD/ Variation of UDRP (R&B) including RR(1:5), 120 Dated Kunalta / Executive RR(1:3), RR Dry 14.11.2017 Motor Road Engineer ETC World Bank 3. WBM Work Division PWD 4. Bituminous Munsyari Course
5. Road Safety Work Re- Program 1. Hill Site Cutting 1468.39 109-UDRP/ 03.12.2015 09.03.2017 25.12.2017 Due to construction Manager 2. Massonary work Lacs PWD/ 09 / Variation of Jainti Pipli- UDRP (R&B) including RR (1:5), (50% 01/RD/115 Valka-Motor / E.E. World RR(1:3), RR Dry share in Dated Road Bank ETC joint 03.12.2015 Division PWD 3. WBM Work venture) Nainital R. Bituminous Course
5. Road Safety Work
7) The petitioner also provided the requisite
experience certificates issued by the employer concerned
in respect of the aforesaid works. One experience
certificate was issued by the Executive Engineer, World
Bank Division, PWD, Munsyari dated 05.07.2019, and
the second certificate was issued on 05.03.2018, again
by the Executive Engineer, World Bank Division, PWD,
Nainital. According to the experience certificate, in
relation to the first work, i.e. for reconstruction of
Kunalta Motor Road, the value of the work executed was
certified as Rs. 1219.34 lakhs with the date of start
being 21.11.2017; the stipulated date of completion
being 20.02.2019 and; the actual date of completion
being 26.05.2019. The second certificate dated
05.03.2018 was in respect of the work of reconstruction
of Jainti-Pipli-Valka Motor Road for Rs. 1468.39 lakhs
with the date of work issue being 03.12.2018; stipulated
date of completion being 09.08.2017 and; the actual
date of completion being 28.12.2017.
8) Mr. Negi submits that due to a typographical
error in relation to the work executed for reconstruction
of Kunalta Motor Road, in the tabulation filed by the
petitioner, the stipulated date of completion, and the
actual date of completion, were wrongly typed as
20.02.2017 and 20.02.2019 whereas, they should have
read as 20.02.2019 and 26.05.2019, respectively. Mr.
Negi submits that, firstly, the said minor typographical
error was inconsequential, since the petitioner had
provided the actual experience certificate dated
05.07.2019 which contains the correct dates of start of
the work; stipulated date of completion of the work,
and; actual date of completion of the work. He submits
that the bidders are not to be tested for minor
typographical errors which may creep into the
documents prepared and submitted, and which have no
material bearing on the technical bid of the bidder. He
further submits that even if the respondents took
cognizance of the complaints made by respondent No. 3
qua the typographical error of the dates in the
tabulation, at the highest, the said experience claimed
by the petitioner of reconstruction of Kunalta Motor Road
could have been ignored. He submits that since the
stipulation in the ITB was only for submission of, at
least, one earlier executed similar work, the second work
executed by the petitioner, namely, reconstruction of
Jainti-Pipli-Valka Motor Road was itself sufficient to
enable the petitioner to qualify, inasmuch as, the value
of the contract of the said work was Rs. 1468.39 lakhs,
which was well beyond Rs. 300.09 lakhs stipulated by
the respondents in Clause 4.4 A(b) of the ITB. He points
out that the work actually executed by the petitioner was
in excess of the value of the contract, i.e., Rs. 1488.32
lakhs. Mr. Negi, therefore, submits that the first reason
recorded by the Bid Evaluation Committee for rejection
of the petitioner's technical bid was completely
misplaced. He further submits that invocation of Clause
4.7(i) of the ITB, Section 2 of SBD by the Bid Evaluation
Committee was completely misplaced. The said Clause
4.7(i) reads as follows:
"4.7 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:
i) made misleading or false representations in the forms, statements, affidavits and attachments submitted in proof of the qualification requirements; and/or"
9) He submits that a typographical error in the
tabulation submitted by the petitioner could not be
classified as, either misleading, or a false representation
by the petitioner, inasmuch as, the said typographical
error was immaterial and the petitioner had provided the
experience certificates on the basis of which the
tabulation was prepared and submitted. There was
nothing for the petitioner to be gained by introducing the
typographical error in relation to the stipulated date of
completion, and the actual date of completion, in
relation to the work relating to reconstruction of Kunalta
Motor Road. For a statement to be termed as
misleading or a false representation, the same should
convey such a state of affairs, as does not exist, and
which has the effect of misleading the receiver of the
statement into taking a decision which he / she would
not have otherwise taken had the correct facts been
placed before him / her. In the present case, it would
have been evident to anyone, who would have gone
through the tabulation submitted by the petitioner, that
the dates mentioned therein qua the work experience
relating to Kunalta Motor Road work were wrongly typed
as the stipulated date of completion could possibly not
have been prior to the date of issue of the Work Order.
Moreover, the actual experience certificate containing
the correct dates was also placed on the record along
with the tabulation, leaving no scope for anyone getting
misled by the petitioner. The petitioner, therefore, could
not have been disqualified with the allegation of the
petitioner having misled or misrepresented the
respondent No. 2, only on account of a typographical
error in the tabulation submitted by the petitioner.
10) Mr. Negi submits that, similarly, the second
objection raised by the respondent No. 3, M/s Bisht
Construction, was equally merit-less. The objection was
in relation to the undertaking given by the petitioner
which reads as follows:
"If the work Namely Construction and Maintenance of Naugaon to Selakot-Kane-Rikhad- Mehragaon Motor Road Stage-II with 5 years Maintenance under PBMC. Identification No: - UT01105/XXI [RP] is awarded to us then we will establish a field laboratory in a site for spot testing and checking."
was that the identification No. typed in the said
undertaking was UT01105/XXI (RP), whereas, the
Package No. of the work under the tender was
"UT0105/XXI (RP)". Thus, it appears that due to
typographical error one extra digit '1' was typed while
typing the Package No. / Identification number. Mr.
Negi submits that since an undertaking was submitted in
response to the tender in question, it was obvious - that
the undertaking related to the work under the tender in
question. Mere introduction of one extra digit, i.e., '1'
would not tantamount to the petitioner not uploading the
relevant document / certificate / undertaking.
12) Mr. Negi submits that respondent No. 3 did
not even submit the undertaking sought by the
respondent authorities, yet the bid of respondent No. 3
has been held to be responsive. He submits that the
petitioner was much better off, since the petitioner
submitted the undertaking with a small and obvious
typographical error in the undertaking which, under the
terms of the ITB, should have been ignored as the
respondent authorities are required to assess - whether
the bid is substantially responsive, or not?
13) In relation to the third objection / lacunae -
that the petitioner-bidder has not affixed his signature in
the balance-sheet, and that there is difference in the
financial documents of 2018 and 2019, the submission of
Mr. Negi is that the balance-sheet of the petitioner, as
on 31.03.2021, submitted with the tender bears the
seal, stamp and signature of the Chartered Accountant
with the UDIN number. He submits that the petitioner
had affixed his signature wherever the name of the
petitioner occurs. Mr. Negi submits that Clause 19 in
Section 2 - Instructions to Bidders, and Standard
Bidding Document for PMGSY, provides for electronic
submission of bids. The same, inter alia, requires - "All
the documents are required to be signed digitally by the
bidders. After electronic online bid submission, the
system generates a unique bid identification number
which is time stamped. This shall be treated as
acknowledgement of bid submission".
14) Mr. Negi submits that the petitioner complied
with the aforesaid Clause and submitted a digitally
signed bid, which is considered as a duly signed
document, in law. There was, therefore, no need to
separately affix signatures manually, on each page of
the bid document by the petitioner. In this regard he
has drawn our attention to the petitioner's bid, which
shows that the petitioner had affixed the digital
signature on the document on 27.07.2021, at 05:52
P.M. Mr. Negi submits that, since the petitioner's bid
was duly digitally signed, the petitioner was issued the
bid ID, bearing No. 475740, upon submission of the bid
on 27.07.2021, at 05.54 P.M., duly acknowledging the
submission of bid.
15) Mr. Negi further relies on Clause 25.1. The
same reads as follows:
"25. Examination of Bids and Determination of Responsiveness
25.1 During the detailed evaluation of "part-I of Bids", the Employer will determine whether
each Bid (a) meets the eligibility criteria defined in Clauses 3 and 4; (b) has been properly signed; (c) is accompanied by the required securities; and (d) is substantially responsive to the requirements of the bidding documents. During the detailed evaluation of the "Part-II of Bids", the responsiveness of the bids will be further determined with respect to the remaining bid conditions, i.e., the priced bill of quantities, technical specifications and drawings.
25.2 A substantially responsive "Financial Bid"
is one which conforms to all the terms, conditions, and specifications of the bidding documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the Works: (b) which limits in any substantial way, inconsistent with the bidding documents, the Employer's rights or the Bidder's obligations under the Contract; or (c) whose rectification would affect unfairly the competitive position of other bidders presenting substantially responsive bids.
25.3 If a Bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation."
(emphasis supplied)
16) Mr. Negi submits that under the ITB, the
employer, i.e., the respondent authorities have to
examine - whether the bid submitted by the bidder is,
inter alia, "substantially responsive to the requirement of
the bidding documents". He submits that the
respondents have not stated as to how the petitioner's
bid is not considered to be substantially responsive. He
submits that a hyper technical approach adopted by the
respondents to disqualify the petitioner is not in terms of
the ITB, and the spirit of the tendering process. He
submits that the respondents by adopting a hyper
technical approach have curtailed competition, which is
the primary objective of inviting bids from qualified
bidders.
17) In response to the charge that the petitioner
did not submit the complete balance-sheet for the year
2018-19, as the Form 3CD was not submitted by the
petitioner, Mr. Negi submits that even respondent No. 3
did not submit the said Form. He submits that if, on
that ground, the petitioner's bid was considered as
incomplete, the same reasoning would apply to the bid
of respondent No. 3. The respondent authority cannot
discriminate between the two bidders, and the same
standards of evaluation have to be applied to all the
bidders. The fact that the bid of respondent No. 3 was
not considered to be incomplete on account of non-
submission of Form 3CD, shows that the respondents did
not consider the submission of Form 3CD as essential,
and its absence could not lead to consideration of the
balance-sheet, as incomplete.
18) Mr. Negi has also referred to Clause 4.2 of the
ITB, which requires the bidders to - "include the
following information and documents with their bids in
Section 2 Quantification Information unless otherwise
stated in the Appendix to ITB:
Copies of original documents defining the
constitution or legal status, place of registration, and
principal place of business; written power of attorney of
the signatory of the Bid to commit the Bidder;
(b) ...
(c) ...
(d) ...
(e) ...
(f) reports on the financial standing of the Bidder, such as profit and loss statements and auditor's reports for the past three years;
(g) ...
(h) ...
(i) ...
(j) ...
(k) ..."
(emphasis supplied)
19) Mr. Negi submits that the use of the
expression, "such as" shows that the respondents
required the bidders to submit "reports on the financial
standing of the bidder". However, the requirement of
submission of profit and loss statement, and auditor's
reports for the past three years, is only by way of
illustration, and not mandatory. There was no indication
that the Forms forming part of the balance-sheet are
also required to be submitted. He submits that there are
several Forms which form part of the balance-sheet and
Form CD is only one of them.
20) Mr. Negi relies upon the bid submitted by
respondent No. 3, which has been filed by the petitioner
along with the rejoinder affidavit. Mr. Negi submits that
respondent No. 3 did not file its auditor's report, let
alone Form 3CD. Mr. Negi, therefore, submits that the
respondent No. 3 has no legs to stand on, while claiming
that the petitioner had failed to submit Form 3CD with
the balance-sheet. In this regard he has drawn our
attention to the averments contained in paragraphs 11
and 12 of the rejoinder affidavit, which have not been
responded to by respondent No. 3. In the said
paragraphs the petitioner has, inter alia, stated as
follows:
"11. That the contents of paragraph 14 are not admitted and hence denied. It is humbly submitted that the third respondent is trying to mislead the Hon'ble Court with regard to the requirement of Form 3CD under Section 44AB of the Income Tax Act, 1961. Form 3CD was never specifically asked anywhere in the Standard Bidding Document or in the Instructions to Bidders. If all documents for the purpose of tax calculation are to be assumed as essential criteria for making any bid, then there are several other forms that any taxpayer fills for the purposes of Income Tax Act, which then assume essential qualification for every bidding document, this would be the position if the logical conclusion is drawn from the averments drawn from paragraph 14 of the counter affidavit. The auditor's report was asked for and the auditor's report was provided by the petitioner's company. Furthermore, the answering respondent, who has not even submitted his (2018-2019) report, cannot point fingers at the petitioner's bid.
12. That the contents of paragraph 15 are not admitted and hence denied. Form 3CD may be a statement of particulars, but as rightly pointed out by the answering respondent himself, it is required to be furnished under Section 44AB of the Income Tax Act. The present dispute before the Hon'ble Court is not a tax dispute, it is a dispute with regard to the arbitrary rejection of the petitioner's bid. Furthermore, just because Form 3CD is a detailed document, this alone does not makes it an essential criteria of the Standard Bidding Document. It is ironic and astonishing to note that the third respondent is making lengthy submissions about Form 3CD after having not submitted its complete Form 3CD. This can be clearly ascertained from a mere perusal of the bid submitted
by the third respondent. Paragraph 53 of the writ petition is not misleading in any way and therefore, the petitioner has not committed any fault as per the Standard Bidding Document. Petitioner has submitted more information on Form 3CD than the answering respondent. If all requirements of the IT Act are compulsory, then the answering respondent stands to strict proof to adhere all of them himself, before questioning the petitioner which he has not done."
21) Mr. Negi has placed reliance on the judgment
of the Supreme Court in Reliance Energy Ltd. and
another Vs Maharashtra State Road Development
Corporation Ltd. and others, (2007) 8 SCC 1, and in
particular, on paragraphs 36 and 37, relevant extracts
wherein, reads as follows:
"36. ..."Level playing field" is an important concept while construing Article 19(1)(g) of the Constitution. It is this doctrine which is invoked by REL/HDEC in the present case. When Article 19(1)(g) confers fundamental right to carry on business to a company, it is entitled to invoke the said doctrine of "level playing field". We may clarify that this doctrine is, however, subject to public interest. In the world of globalisation, competition is an important factor to be kept in mind. The doctrine of "level playing field" is an important doctrine which is embodied in Article 19(1)(g) of the Constitution. This is because the said doctrine provides space within which equally placed competitors are allowed to bid so as to subserve the larger public interest. "Globalisation", in essence, is liberalisation of trade. Today India has dismantled licence raj. The economics reforms introduced after
1992 have brought in the concept of "globalisation".
Decisions or acts which result in unequal and discriminatory treatment, would violate the doctrine of "level playing field" embodied in Article 19(1)(g). Time has come, therefore, to say that Article 14 which refers to the principle of "equality" should not be read as a stand alone item but it should be read in conjunction with Article 21 which embodies several aspects of life. There is one more aspect which needs to be mentioned in the matter of implementation of the aforestated doctrine of "level playing field". According to Lord Goldsmith, commitment to the "rule of law" is the heart of parliamentary democracy. One of the important elements of the "rule of law" is legal certainty. Article 14 applies to government policies and if the policy or act of the Government, even in contractual matters, fails to satisfy the test of "reasonableness", then such an act or decision would be unconstitutional.
37. In Union of India v. International Trading Co., (2003) 5 SCC 437, the Division Bench of this Court speaking through Pasayat, J. had held: (SCC p. 445, paras 14-15) "14. It is trite law that Article 14 of the Constitution applies also to matters of governmental policy and if the policy or any action of the Government, even in contractual matters, fails to satisfy the test of reasonableness, it would be unconstitutional.
15. While the discretion to change the policy in exercise of the executive power, when not trammelled by any statute or rule is wide enough, what is imperative and implicit in terms of Article 14 is that a change in policy must be made fairly and should not give the impression that it was so done arbitrarily or by any ulterior criteria. The wide sweep of Article 14 and the requirement of every State action qualifying for its validity on this touchstone irrespective of the field of activity of the State is an accepted tenet. The basis requirement of Article 14 is fairness in action by the State, and non-arbitrariness in essence and substance is the heartbeat of fair play. Actions are amenable, in the panorama of judicial
review only to the extent that the State must act validly for a discernible reason, not whimsically for any ulterior purpose. The meaning and true import and concept of arbitrariness is more easily visualised than precisely defined. A question whether the impugned action is arbitrary or not is to be ultimately answered on the facts and circumstances of a given case. A basic and obvious test to apply in such cases is to see whether there is any discernible principle emerging from the impugned action and if so, does it really satisfy the test of reasonableness."
(emphasis supplied)
22) Mr. Negi has also placed reliance on the
judgment of the Punjab and Haryana High Court at
Chandigarh in M/s Sushil and Company Vs Food
Corporation of India and others, Civil Writ Petition No.
21056 of 2014, decided on 14.01.2015.
23) Mr. Pradeep Joshi, the learned Additional Chief
Standing Counsel for the State, has defended the action
of the respondents. He has placed reliance on Clause
4.7 of the ITB, which states that even though the
bidders may meet the qualifying criteria, they are
subject to be disqualified if they have, inter alia, - "made
misleading or false representations in the forms,
statements, affidavits and attachments submitted in
proof of the qualification requirements".
24) He has drawn our attention to Clause 12.2(d)
of the ITB which, inter alia, requires the bidders to
submit original affidavit regarding correctness of the
information furnished with bid document as per Clause
4.4 B(a)(ii) of the ITB. Clause 4.4 B(a)(ii) requires each
bidder to produce - "an affidavit that the information
furnished with the bid document is correct in all
respects". He submits that the petitioner, however, did
not submit the correct information, inasmuch as, the
information provided by the petitioner in relation to the
project name 'Re-construction of Kunalta M/R',
incorrectly mentioned the date of issue of Work Order
and date of completion. The other infirmities found by
the Bid Evaluation Committee in its meeting held on
16.08.2021, in the petitioner's bid, also tantamounts to
submission of false information by the petitioner.
25) Reliance is also placed on Clause 32.5 of the
ITB which states that the bidder will not directly or
through any person or firm indulge in fraudulent
practice, which is defined to, inter alia, mean, willful
misrepresentation or omission of facts or submission of
fake / forged documents, in order to induce public official
to act in reliance thereof, with the purpose of obtaining
unjust advantage by or causing damage to justified
interest of others and / or to influence the procurement
process to the detriment of the Government interests.
26) He also places reliance on the judgment of the
Supreme Court in M/s N.G. Projects Limited Vs M/s
Vinod Kumar Jain and others, Civil Appeal No. 1846 of
2022, decided on 21.03.2022, wherein the Supreme
Court held that the interference with the awarded
contract relating to construction of roads, which is an
essential part of development of infrastructure in any
State, was wholly unwarranted.
27) In paragraph 23 of this decision, the Supreme
Court observed as follows:
"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 present-day 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 interfering 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."
28) The petition has also been opposed by
respondent No. 3, the contractor to whom the contract
has been awarded. Mr. Upadhyaya, learned counsel for
respondent No. 3, submits that the petitioner has falsely
stated in paragraph 4 of the writ petition - that the
respondent agency opened a portal to invite complaints
from any person / competitive bidder to find genuine
fault in the technical bid as put forward by other
persons. He submits that under the bidding process
itself, it was open to the other bidders to raise their
objections in relation to the bids submitted by the rival
bidders, within five days, as per Clause 22.6, which
reads as follows:
"22.6 The result of evaluation of Part-I of the Bids shall be made public on e-procurement systems following which there will be a period of five working days during which any bidder may submit complaint which shall be considered for resolution before opening Part-II of the bid."
29) In his rejoinder, Mr. Negi has again highlighted
the deficiencies in the bid submitted by respondent No.
3, which have been ignored by the Bid Evaluation
Committee of the respondent authorities. He submits
that respondent No. 3 did not submit the auditor's report
for the years 2020-21 and 2018-19; the Form 3CD filed
by respondent No. 3 was only of one page, and not the
complete Form, and; the Form 3CD submitted by
respondent No. 3 for the financial year 2014-15, was
also incomplete. Mr. Negi further submits that
respondent No. 3 provided incomplete information under
Clause 1.3.1 - "work performed as prime contractor (in
the same name and style) on construction work of a
similar nature and volume over last five years". In
particular, he referred to the work claimed to have been
performed by the respondent No. 3 under the project :
Construction of Rapah to Gangata Motor Road (Stage I &
II), wherein the date of issue of the Work Order has
deliberately been omitted from being mentioned. Mr.
Negi submits that if the same standard of examination
were to be applied to the bid of respondent No. 3, as the
respondent Nos. 1 and 2 have applied to the bid of the
petitioner, respondent No. 3 was also guilty of falsity and
misrepresentation.
30) Before we proceed further, we may notice the
relevant orders passed by this Court in this matter, from
time to time.
31) On 26.08.2021, this Court directed that both
the parties shall maintain status quo in the matter. The
petitioner moved IA No. 03 of 2021, to seek leave to
amend the writ petition on 31.08.2021, to incorporate
the plea that during the pendency of the writ petition,
respondent No. 2 has proceeded to award the contract to
respondent No. 3. Consequently, the petitioner added
the prayer for quashing of the award dated 17.08.2021
in favour of respondent No. 3, and also sought to
implead respondent No. 3, as a party to the proceedings.
The amendment application was allowed by the Court on
02.09.2021. The interim order was directed to be
continued. On 06.04.2022, this Court modified the
interim order dated 26.08.2021, while noticing the
judgment of the Supreme Court in N.G. Projects Limited
(supra). It was provided - that construction of the road
may commence and the petitioner may be compensated
by award of monetary damages, if it was found that he
was wrongly excluded from tender process. Till
17.05.2022, the matter was listed before the learned
Single Judge. Thereafter, since the matter relates to a
tender process, it was listed before the Division Bench.
On 28.07.2022, the petitioner was required to produce a
copy of its complete bid with a supporting affidavit. The
supplementary affidavit was accordingly filed by the
petitioner on 30.07.2022.
32) We heard arguments and reserved judgment
on 02.08.2022. Thereafter, we directed the matter to be
listed on 05.08.2022. On that day, we directed - that
subject to the decision that we render, the financial bid
of the petitioner be opened and the final quotation of the
petitioner as well as of the respondents be placed before
the Court. The respondents were directed to place the
result of the financial bid opening before the Court, and
the matter was adjourned to 17.08.2022. On
17.08.2022, learned counsel for respondent No. 2
sought further time on the ground that NIC has
requested further time to open the financial bid of the
petitioner. However, respondent No. 2, thereafter, filed
an affidavit explaining the difficulties in opening the
financial bid of the petitioner. On 25.08.2022, we took
note of the same. The respondents agreed that the
Court may proceed on the basis of the financial bid
produced by the petitioner before the Court. Counsel for
the petitioner stated that the petitioner would file an
affidavit along with its financial bid. The petitioner has
filed the rejoinder affidavit to the response affidavit of
respondent No. 2 on 25.08.2022. The petitioner has
filed its price bid as filed with the respondent. The
petitioner states that its bid was for Rs. 9,26,32,668.46.
The price bid of respondent No. 3 is Rs. 9,78,79,225.84
and that of respondent No. 4 is Rs. 9,85,55,628.71.
Thus, according to the petitioner, its price bid was lower
than that of respondent No. 3 by Rs. 52,46,557.38.
33) We have heard learned counsels and
considered their respective submissions, as taken note
of here-in-above. We have also considered the decisions
relied upon by learned counsels.
34) The issue that arises for our consideration is -
whether the respondent authorities were justified in
rejecting the technical bid of the petitioner for the
reasons indicated in the minutes of Bid Evaluation
Committee held on 16.08.2021.
35) There is no answer by the respondents to the
submission of Mr. Negi, in relation to the obvious and
clear errors pointed out by Mr. Negi, in the assessment
of the Bid Evaluation Committee. As rightly pointed out
by Mr. Negi, under Clause 4.4 A of the ITB, the past
experience criteria had to be met by the bidder by
establishing that in the last five years it has satisfactorily
completed, as a prime contractor or sub-contractor, at
lease of one similar work equal in value to the estimated
cost of work, for which the bid was invited.
36) Pertinently, the petitioner had given
experience certificates relating to two earlier contracts
executed by it, and there is no discrepancy found by the
respondents in relation to either the experience
certificates, or in relation to the declaration made by the
petitioner in relation to the other work, of which
experience was claimed. The said experience certificate
related to the construction of Jainti-Pipli-Valka Motor
Road, the value whereof was Rs. 1468.39 lakhs, being
fifty percent share of the petitioner in a joint venture.
The said work experience was itself sufficient for the
petitioner to qualify for the work in question since, for
qualification of work in question, the petitioner was
required to show work experience of works aggregating
to Rs. 300.09 lakhs only.
37) A mere typographical error in the tabulation
provided by the petitioner with regard to its past
experience - in relation to the date of completion of one
of the Works cannot be described as a willful mis-
declaration, or a misleading or false representation by
the petitioner. This is for the reason that the petitioner
had not only provided the information in the format
where the typographical error had crept in, but had also
provided the certificates issued by the concerned
employers with regard to the execution and satisfactory
completion of the work. There was nothing to be
achieved by the petitioner by mis-declaring the actual
date of completion, and nothing would have turned on
the same, in any event of the matter. The making of a
misleading or a false representation involves an element
of mens rea or ill-intention. Since, there was nothing to
be gained by making a mis-declaration or false
declaration, or false representation, and the petitioner
had also provided the actual work certificates, there was
no reason for the respondents to invoke Clause 4.7(i) of
the ITB, in the facts of the case. The fact that the
petitioner had provided experience certificates in respect
of two different contracts, and the other work experience
was itself sufficient to qualify the petitioner for the
tender in question, shows that the typographical error in
the statement filed by the petitioner along with its
technical bid in relation to the construction of Kunalta
Motor Road was completely unintentional, and could
certainly not be described as a misrepresentation or
false representation by the petitioner. Thus, the first
reason for disqualifying the petitioner recorded by the
Bid Evaluation Committee is arbitrary and completely
unsustainable.
38) Similarly, the second objection raised by
respondent No. 3, which was sustained by the Bid
Evaluation Committee in its evaluation done on
16.08.2021, is equally specious. The petitioner
furnished the undertaking, the relevant extract whereof
we have extracted in paragraph 10 hereinabove. The
mere typographical error in the Identification Number -
with the introduction of the extra digit '1', did not render
the undertaking unacceptable. The assessment done by
the Bid Evaluation Committee is not to test the typing
skills of a bidder's typist, who may have filled in the bid
forms, declarations and undertakings. Evaluation has to
be done by the Bid Evaluation Committee in a mature
way like commercial men, who possess commonsense,
and with a reasonable approach. To test the stand taken
by the Bid Evaluation Committee, we ask the question :
whether, if the Bid Evaluation Committee were to accept
the undertaking furnished by the petitioner with the
typographical error as contained in it, could the
petitioner have reneged from the said undertaking
subsequently on the ground that the Identification
Number mentioned in the undertaking had an extra digit
'1'? The answer is an obvious 'No'. The undertaking
was furnished by the petitioner in response to the Notice
Inviting Tender in question. Therefore, it obviously
related to the Notice Inviting Tender in question. No
commercial man of prudence would ever adopt the
unreasonable approach, as has been done by the Bid
Evaluation Committee, in the present case. It is clear
that the Bid Evaluation Committee has proceeded with a
view to pick holes in the petitioner's bid, and to
somehow oust the petitioner from further contest on the
basis of its price bid.
39) Clause 25 of the ITB itself lays down the
manner of examination of bids and determination of
responsiveness. The approach to be adopted by the Bid
Evaluation Committee, required it to examine : whether
the bid of the petitioner "is substantially responsive to
the requirement of the bidding documents"? A
substantially responsive financial bid is 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, 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. Thus,
even if the petitioner were to be required to furnish a
fresh undertaking with no typographical errors, the same
would not have resulted in the giving of an opportunity
to remove a material deviation.
40) The defects pointed out by the Bid Evaluation
Committee in the petitioner's technical bid certainly do
not impinge on the substantial responsiveness to the
requirements of the bidding documents. This is so,
because, it is not even claimed by the respondent
authorities, that the petitioner's bid does not conform to
all the terms, conditions and specifications of the bidding
documents, or that there is a material deviation or
reservation. It is not even explained by the Bid
Evaluation Committee in the minutes of its meeting
dated 16.08.2021, or even before us, as to how the
petitioner's bid could be said to be substantially non-
responsive, and why it was not substantially responsive.
Even before us, no endeavour has been made by the
respondents to show, as to what is the substantial non-
responsiveness, or material deviation or reservation in
the petitioner's bid.
41) The purpose of holding either a public auction,
or inviting bids from the public in respect of public works
is to maintain transparency, and to grant Government
largesse in a transparent manner. Its purpose is also to
inculcate more and more competition, so as to secure
the best rates for public works from eligible and
competitive bidders, as that has a direct bearing on the
public exchequer. The purpose is not to pick holes and
find fault with bidders, so as to trip them along way, and
oust them from the race. That would be the objective,
only when the employer / Bid Inviting Authority has pre-
judged the issue, and decided to favour a particular
bidder for award of the contract? The Bid Inviting
Authority is expected to act as a fair umpire, and not to
take sides in the matter of bid evaluation. Its conduct
has to be fair, reasonable and non-discriminatory.
Unfortunately, in the present case, the manner in which
the petitioner's bid was re-evaluated on the basis of the
objection raised by respondent No. 3, shows that the
respondent authorities not only acted unreasonably,
unfairly, and in a non-transparent manner, but also with
discrimination.
42) The discrimination pointed by Mr. Negi
primarily relates to the third objection on which the
petitioner's technical bid was non-suited. The third
objection of respondent No. 3, which was sustained by
the Bid Evaluation Committee on 16.08.2021, relates to;
firstly, the non-signing and non-stamping of the balance-
sheet of the year 2021. The petitioner has explained
that wherever in the bid form, the bidder's name was
mentioned; the bidder had signed and stamped the
document. The balance-sheets are prepared by the
Chartered Accountants, and the petitioner's balance-
sheet, which was provided along with the bid, was duly
sealed, stamped and signed by the Chartered
Accountant with the UDI number.
43) Moreover, the petitioner was required to
submit the electronic bid, and bid documents were
required to be signed digitally by the bidders. The
petitioner did submit a completely digitally signed bid.
Thus, in any event, it could not be claimed that the
petitioner's bid was not signed on any particular
document, such as, the balance-sheet for the year 2020-
21 by the bidder. Moreover, the discrimination resorted
to by the Bid Evaluation Committee in the matter of
evaluation of the petitioner's bid, when compared to the
bid of respondent No. 3, is also writ large. There were
the same lacunae, if not more, in the bid submitted by
respondent No. 3 as pointed out by the petitioner.
Respondent No. 3 did not file its auditor's report, let
alone the Form 3CD. Non filing of the Form 3CD by the
petitioner, along with the balance-sheet for the year
2018-19, was cited as a reason for disqualifying the
petitioner. Even respondent No. 3 had not filed the said
Form 3CD, yet respondent No. 3 was declared to be
technically qualified. The respondent authorities are
expected to maintain a level playing field in the matter
of the treatment meted out to competitors and suitors.
We have taken note of the observations made by the
Supreme Court in Reliance Energy Ltd. (supra) by the
Supreme Court, on this aspect.
44) The respondent authorities have not answered
the charge of discrimination made against them, and
have not explained as to how the bid of respondent No.
3 was held to be technically qualified. When respondent
No. 3 had not filed either the auditor's report, or the
Form 3CD with its balance-sheet, then on the same
ground, how the petitioner was non-suited. Thus, the
discrimination meted to the petitioner is writ large. The
aforesaid conduct of the respondent authorities also
shows that the non-submission of the Form 3CD was not
considered to be a material deviation or reservation by
the bidders. The financial documents submitted by
respondent No. 3 have also been shown to be
incomplete, which is cited as a ground for rejection of
the petitioner's technical bid.
45) For the aforesaid reasons, we are of the view
that the rejection of the petitioner's technical bid was
completely illegal and discriminatory. If the technical bid
of respondent No. 3 was found to be responsive, the
technical bid of the petitioner - by adopting the same
yardstick, could not have been declared non-responsive.
Thus, the exclusion of the petitioner from consideration
of its financial bid, was completely illegal. We have
already taken note of hereinabove, the fact that the
petitioner's financial bid was less than the financial bid of
respondent No. 3 - which was accepted by
Rs. 52,46,557.38. Since the contract in question has
already been awarded to respondent No. 3, and
respondent No. 3 has also been permitted to carry on
the construction work, the only relief that we can grant
to the petitioner, apart from the declarations made
hereinabove, is to compensate the petitioner for the loss
suffered by it, on account of the award of the contract to
respondent No. 3, despite its financial bid being higher
then that of the petitioner by Rs. 52,46,557.38.
46) In A.T. Brij Paul Singh Vs State of Gujarat,
(1984) 4 SCC 59, the Supreme Court interpreted Section
73 of the Contract Act, and held that damages can be
claimed by a contractor when the Government is found
to have committed breach by improperly rescinding the
contractor, and for estimating the amount of damages,
the Court should make a broad evaluation instead of
going into minute details. The Supreme Court in this
decision observed as follows:
"What would be the measure of profit would depend upon facts and circumstances of each case. But that there shall be a reasonable expectation of profit is implicit in a works contract and its loss has to be compensated by way of damages if the other party to the contract is guilty of breach of contract cannot be gainsaid. In this case we have the additional reason for rejecting the contention that for the same type of work, the work site being in the vicinity of each other and for identical type of work between the same parties, a Division Bench of the same High Court has accepted 15
per cent of the value of the balance of the works contract would not be an unreasonable measure of damages for loss of profit.
* * * Now if it is well established that the respondent was guilty of breach of contract inasmuch as the rescission of contract by the respondent is held to be unjustified, and the plaintiff-contractor had executed a part of the works contract, the contractor would be entitled to damages by way of loss of profit. Adopting the measure accepted by the High Court in the fact and circumstances of the case between the same parties and for the same type of work at 15 per cent of the value of the remaining parts of the works contract, the damages for loss of profit can be measured."
47) To the same effect is the judgment in Mohd.
Salamatullah Vs Government of A.P., (1977) 3 SCC 590.
In both these cases, 15 per cent of the contract price
was awarded as damages to the contractor.
48) The aforesaid two decisions were noticed by
the Supreme Court in Dwaraka Das Vs State of M.P. and
another, (1993) 3 SCC 500.
49) The aforesaid cases were cases, where the
contract has been awarded to the contractor, and the
rescission was found to be illegal. In the present case,
the situation is a little different. The contract has not
been awarded to the petitioner at all. The petitioner has
wrongfully been ousted from consideration, and if the
petitioner had not been so ousted, logically speaking, the
contract would have been awarded to the petitioner,
being the lowest bidder. In the light of the fact that the
contract was not yet awarded to the petitioner, we are
not inclined to adopt the same formula, as adopted in
A.T. Brij Paul Singh (supra), or in Mohd. Salamatullah
(supra), by computing the damages at the rate of 15 per
cent of the price of the contract that the petitioner may
have been awarded. Since the petitioner was not
awarded the contract and, therefore, was not required to
take any steps in pursuance thereof, we are inclined to
limit the damages for wrongful exclusion of the
petitioner in the tendering process to 05 per cent of the
price bid of the petitioner. The petitioner did not have to
undertake any preparatory work, or suffer any
mobilization expenditure. Since the price bid of the
petitioner was Rs.9,26,32,668.46, the damages at the
rate of 05 per cent of the said amount come to
Rs.46,31,633.42, which we award in favour of the
petitioner. These, damages are liable to be paid by
respondent Nos. 1 and 2 to the petitioner.
50) At the same time, respondent No. 3 cannot
seek to take advantage of its higher financial bid, when
the petitioner's financial bid of Rs.9,26,32,668.46 should
have been accepted. We, therefore, direct that the
respondent authorities shall be liable to pay to
respondent No. 3, for the contracted work, an amount of
Rs.9,26,32,668.46, and no more. The petitioner shall
also be entitled to costs quantified to Rs.25,000/- to be
paid by respondent Nos. 1 and 2.
51) The writ petition stands disposed of in the
aforesaid terms.
________________ VIPIN SANGHI, C.J.
___________ R.C. KHULBE, J.
Dt: 24th NOVEMBER, 2022 Negi
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!