Citation : 2023 Latest Caselaw 2353 UK
Judgement Date : 21 August, 2023
IN THE HIGH COURT OF UTTARAKHAND
AT NAINITAL
THE HON'BLE THE CHIEF JUSTICE SRI VIPIN SANGHI
AND
THE HON'BLE SRI JUSTICE RAKESH THAPLIYAL
WRIT PETITION (M/B) NO. 196 OF 2023
21ST AUGUST, 2023
Mukesh Tomar ...... Petitioner
Versus
State of Uttarakhand & others ...... Respondents
Counsel for the petitioner : Mr. Piyush Garg, learned counsel
Counsel for the respondents : Mr. C.S. Rawat, learned Chief Standing Counsel with Mr. Gajendra Tripathi, learned Standing Counsel for the State /
The Court made the following:
JUDGMENT: (per Hon'ble The Chief Justice Sri Vipin Sanghi)
Service on respondent No. 4 is complete.
However, none has appeared on behalf of respondent
No. 4 to defend these proceedings. Counter-affidavit
has been filed on behalf of respondent Nos. 2 and 3. We
have, therefore, proceeded to hear this petition, and we
proceed to dispose of the same.
2) The petitioner has preferred this petition to
assail its technical disqualification by the respondent
authorities in respect of the tender submitted by the
petitioner for the work, namely, construction of
boundary wall of Science City at Jhajhra, Dehradun, for
which the respondent authorities invited bids vide the
NIT dated 22.06.2023. The petitioner is also aggrieved
by the award of the work to respondent No. 4, on the
ground that the said respondent-contractor was actually
technically disqualified, and was wrongly held to be
technically qualified by the respondents.
3) The reason for petitioner's disqualification
communicated by the respondents are found in two
communications. The first communication / Office Order
dated 21.07.2023 was issued by the respondent in
respect of all the bidders, wherein respondent No. 4 was
declared to be qualified, and the other bidders, including
the petitioner, were declared to be disqualified. So far
as the petitioner is concerned, reason for disqualification
stated in the communication dated 21.07.2023 was the
following :
"Jh eqds'k rksej] fuoklh yka?kk] lgliqj] nsgjknwu (FIN‐4 ,ao going work dh lwpuk u fn;s tkus ls dkj.k )"
4) The petitioner responded to the communication on 21.07.2023 itself. Thereafter, the respondent issued another communication dated
22.07.2023, communicating further grounds for the
petitioner's disqualification. This communication reads
as follows :
"lsok esa Jh eqds'k rksej fuoklh yka?kk lgliqj nsgjknwuA fo"k; %& lkbal flVh >k>jk] nsgjknwu dh pkgjnhokjh dk fuek.kZ dk;Z (Tender Id: 2023_pwd_60333_1) dh fufonk ds lEcU/k esaA
lanHkZ %& vkidk i=kad & 'kwU;] fnukad 21-07-2023 mijksDr fo"k;d vius lanfHkZr i= dk voyksdu djsa ftlds }kjk vkifRr ntZ djrs gq,s iqu% rduhdh foM dk eqY;kadu djrs gq,s Lo;a dks lQy ?kksf"kr djus gsrq fuosnu fd;k x;k gSA ftlds dze esa voxr djkuk gS fd fo"k;d dk;Z dh rduhdh foM fnukad 12-07-2023 dks fufonk lfefr ds lEeq[k v/kksgLrk{kjh ds dk;kZy; es [kksyh x;h FkhA ftlesa vkidh foM dk rduhdh ewY;kadu djus ds mijkUr FIN-4 ,ao Ongoing work dh lwpuk u fn;s tkus ds dkj.k vkidks izkbl foM [kksyus gsrq ik= ugh ik;k x;k FkkA vkids }kjk fd;s x;s vuqjks/k ij iqu vkidh fCkM dk rduhdh ewY;kadu djus ij ik;k x;k fd vkids }kjk Litigation history 100 #i;s ds Notorized Stamp Paper ij izLrqr ugh fd;k x;k gS ,ao FIN-1 esa Current Asset Rs.27.23 Lakh -
Current liabilities Rs.27.45 = -0.22 Lakh _.kkRed vkrh gSA
vr% iqu% vkidh fCkM dk rduhdh ewY;kadu ds mijkUr Hkh vkidks izkbZl fCkM [kksyus gsrq ik= ugh ik;k x;kA"
5) From the above, it would be seen that the
petitioner's initial disqualification was on the ground that
the petitioner had not provided information in Form FIN-
4 regarding ongoing works. The said Form reads as
under :
"Form FIN-4 : Current Contract Commitments / Works in Progress
Bidder (or each JV partner) should provide information indicated below
in order to calculate the aggregated financial resources requirement,
which requirement equals the sum of : (i) the Bidder's (oreach JV
partner's) current commitments on all contracts that have been
awarded, or for which a letter of intent or acceptance has been received,
or for contracts approaching completion, but for which an unqualified,
full completion certificate has syet to be issued and (ii) financial
resources requirement for subject contract as determined by the
Employer. Bidder must also disclose any other financial obligations that
could materially affect the implementation of subject contract if such
contract were to be awarded to the Bidder.
Financial Resources Requirement
No. Name Employer's Contract Remaining Outstanding Monthly Financial Contract Contact Completion Contract Contract Resources (Address, T Date Period in Value (B) Requirement (B / A) Fax) months (A)
A. Cumulative Financial Resources Requirement for Current Contract INR..........
Commitments B. Financial Resources Requirement for Subject Contract INR..........Lakh (Employer to specify) [Insert amount equal to 10% of the estimated cost]
Financial Resources Requirement (Sum of A and B) INR.........
1. Remaining contract period to be calculated from 28 days prior to bid submission deadline.
2. Remaining Outstanding Contract Value to be calculated from 28 days prior to the bid submission deadline (INR equivalent based on the foreign exchange rate as of the same date).
3. Each JV partner must meet 100% of 1 month of its own current works commitment.
4. All partners combined must meet 100% of this requirement. Each Partner and One Partner must meet specified percentage values in Section 3, sub-clause 2.3.3.
Attached :
An undertaking certifying that information on all current contract commitments has been provided and the information provided is correct.
6) The case of the petitioner is, that the
petitioner had filled in the said Form as "Nil", since the
petitioner was not performing any other contract and,
therefore, had no financial commitment. All the
resources of the petitioner were available to carry out
the contract in question, if awarded to the petitioner.
The respondents state that the petitioner had not filled
in the last column, against entry in row "B" - financial
resources requirement for subject contract (employer to
specify). The petitioner had left the last column blank,
where the petitioner was expected to "(insert amount
equal to 10% of the estimated cost)".
7) To this, the submission of the petitioner is that
the petitioner had provided the statement of financial
resources in Form FIN-3, and the petitioner had also
provided the net worth certificate, which reads as
follows:
NET WORTH CERTIFICATE
NAME OF APPLICANT MUKESH TOMAR - VILLAGE MATOGI, LANGHA, VIKAS NAGAR, DEHRADUN
Financial Information NET WORTH for Previous 5 Years (INR)
2021-22 2020-21 2019-20 2018-19 2017-18 2016-17
Information from Balance Sheet
Total Assets 60,74,188 41,50,591 36,01,284 64,92,982 26,56,684 14,95,518
Total Liabilities 27,44,770 14,63,927 14,04,698 43,92,675 6,38,226 32,568
Networth 33,29,418 26,86,664 21,96,586 21,00,307 20,18,458 14,62,950
8) The petitioner had also provided the financial
data -which has been filed by the respondent, along with
their counter-affidavit, as duly certified by petitioner's
Chartered Accountant, which reads as follows :
NAME OF APPLICANT MUKESH TOMAR - VILLAGE MATOGI,
LANGHA, VIKAS NAGAR, DEHRADUN
Name of Banker : PUNJAB NATIONAL BANK
Address of Banker : CHAKRATA ROAD, MAIN MARKET, VIKAS NAGAR, DEHRADUN
Telephone : 8800519981 Contact name and title : BARU SINGH RAWAT (Senior Manager)
Facsimile : N.A. Email : [email protected]
Financial Previous five years information
2021-22 2020-21 2019-20 2018-19 2017-18 2016-17
Rs. In lacs Rs. In lacs Rs. In lacs Rs. In lacs Rs. In lacs Rs. In lacs
Information fromBalance Sheet
Total Assets 60.74 41.51 36.01 64.93 26.57 14.96
Total Liabilities 27.45 14.64 14.05 43.93 6.38 0.33
Networth 33.29 26.87 21.97 21.00 20.18 14.63
Current Assets 27.23 21.09 25.16 48.44 10.06 11.33
Current Liabilities 27.45 14.64 14.05 43.93 6.38 0.33
Profits Before Tax 9.68 9.94 5.98 9.32 11.36 6.78
Profits after Taxes 8.36 8.90 5.98 8.37 10.20 6.78
(emphasis supplied)
9) Mr. Garg submits that the respondents appear
to have adopted a hyper-technical approach, merely
because the petitioner had not inserted the amount
equal to 10% of the estimated cost in the last column
against row "B" - financial resources requirement for
subject contract (employer to specify)", even though
that information was provided by the petitioner in Form
FIN-3, as well as by way of the petitioner's net worth
certificate, duly certified by the petitioner's Chartered
Accountant. Since the petitioner was not performing any
other contract, it was clear that all its resources, as
stipulated in column FIN-3, and which also emerged
from the net worth certificate, were available for
execution of the contract, if awarded to the petitioner.
10) Mr. Garg further submits that the respondents
shifted their stand when the petitioner represented on
21.07.2023, by stating that the petitioner had not
provided the litigation history on notarized stamp paper
of Rs.100/-, and also that the current asset minus
current liability of the petitioner was to the tune of
Rs. - 0.22 lakhs.
11) In this regard, the submission of Mr. Garg is
that there is no clause in the tender, which requires the
bidders to provide the litigation history on notarized
stamp paper of Rs.100/-. Mr. Garg has drawn our
attention to clause 10 of the 'Invitation for Bids', which
reads as follows :
"10. The bids must be accompanied by the following Documents in Original-
(i) A bid security in The name of Executive Engineer, Construction Division, PWD, Dehradun, in accordance with ITB 18.2 for this contract, (ii) Rs.100/- Stamp Paper with Rs.1/- Revenue Ticket affixed and signed on it, for the validity of rates of the Bidder for the validity period of 60 Days, (iii) Demand Draft in the name of Executive Engineer, Construction Division, PWD, Dehradun of the amount of bidding document, payable at Dehradun (iv) Copy of Contractor Registration as per Tender Notice, (v) Notarized Affidavit (on stamp paper of Rs.100/-) in the prescribed format/language given in the bidding document, regarding correctness of information furnished with the bid document, (vi) Bidder must submit an affidavit regarding site visit and examine the site of work on Rs. 10/- Stamp paper duly notarized. Visit of site of work shall be mandatory as per clause 7.2, Section-I (instructions to Bidders). These documents must be delivered to the office of Superintending Engineer, 9th Circle, PWD, Dehradun on or before 1500 hours on 12/07/2023. Bids will be opened at 1530 hours on the same day in the presence of bidders or authorized representatives."
12) The said clause nowhere specifies that the
litigation history is to be furnished on a stamp paper of
Rs.100/-. In contra-distinction, clauses (i), (v) and (vi)
of the aforesaid clause clearly state that the information
is required to be provided on stamp paper of Rs.100/-.
The petitioner further submits that upon receiving the
communication dated 22.07.2023, the petitioner
enquired from the respondent - as to where the
requirement of providing the litigation history on stamp
paper of Rs.100/- has been stipulated in the tender, to
which the petitioner received no response. The stand
taken by the respondents in their counter-affidavit is
only that, since the petitioner is a contractor, he should
be aware of the said requirement. Thus, the
respondents admitted that in the tender document itself,
there was no such requirement.
13) Mr. Garg further submits that the respondents
have completely misdirected themselves in taking into
account the current assets minus current liabilities
figure. He avers that the form in which the information
was sought itself provided that the total assets; total
liabilities, and; the net asset, is required to be provided,
which in the petitioner's case has constantly been rising
from 2016-2017 onwards, as duly certified by the
petitioner's Chartered Accountant. We have already
extracted hereinabove the financial data provided by the
petitioner as duly certified by the petitioner's Chartered
Accountant, which has been filed by the respondents
themselves along with their counter-affidavit. The row
containing the net worth of the petitioner, year after
year, has been highlighted by us.
14) Mr. Garg submits that so far as respondent
No. 4 is concerned, the said respondent has been
wrongly held to be technically qualified, inasmuch as,
the said respondent had not provided the bid security in
terms of Clause 10(i), which provides that bid security in
the name of the Executive Engineer, Construction
Division, P.W.D., Dehradun, in accordance with ITB 18.2
had to be provided for the contract.
15) Clause 18, insofar as it is relevant, reads as
follows :
"18. Bid Security
18.1 Unless otherwise specified in the BDS, the Bidder shall furnish as part of its bid, a bid security as specified in the BDS, in original form. The amount and currency of the Bid Security shall be as specified in the BDS.
18.2 The bid security shall be, at the Bidder's option, in any of the following forms:
(a) an unconditional bank guarantee;
(b) a Fixed Deposit Receipt; or
(c) an irrevocable letter of credit; or
(d) a cashier's or certified check;
all from a reputable bank from India. In the
case of a bank guarantee, the bid security shall be submitted either using the Bid Security Form included in Section 4 (Bidding Forms) or in another substantially similar format approved by the Employer prior to bid submission. In either case, the form must include the complete name of the Bidder. The bid security shall be valid for twenty-eight days (28) beyond the original validity period of bid, or beyond any period of extension if requested under ITB 17.2
18.3 Any bid not accompanied by a substantially complaint bid security in accordance with ITB 18.2, shall be rejected by the Employer as nonresponsive."
16) The above would show that the bidders could
provide the fixed deposit receipt towards bid security
from a reputable bank from India. However, the bid
security had to be in the name of the Executive
Engineer, Construction Division, P.W.D., Dehradun.
17) Mr. Garg points out that the fixed deposit
receipt provided by respondent No. 4 was a fixed deposit
issued by Bank of India, Sevla Kalan Branch dated
12.07.2023, in the name of respondent No. 4, i.e., M/s
Dev Construction, for an amount of Rs.3,87,000/-. The
same was neither in the name of the Executive Engineer,
Construction Division, P.W.D., Dehradun, nor was any
lien marked in favour of the Executive Engineer,
Construction Division, P.W.D., Dehradun, in the said
fixed deposit.
18) Mr. Garg points out that the respondents had
themselves stated in their communication dated
22.07.2023, that the bid evaluation had taken place on
12.07.2023. In their counter-affidavit, the respondent
authorities have now stated that they had sent a
communication to the Bank of India for verification of
the said fixed deposit and the pledge created in favour of
the Executive Engineer, Construction Division, P.W.D.,
Dehradun, on 14.07.2023, i.e., after the examination of
the technical bids of the bidders, wherein respondent No.
4's bid was held to be responsive. Mr. Garg submits that
even the certificate issued by the bank on 14.07.2023,
filed by the respondents to their counter-affidavit as
Annexure-4, does not certify that the fixed deposit
submitted by respondent No. 4 was pledged in favour of
the Executive Engineer, Construction Division, P.W.D.,
Dehradun.
19) He submits that, in any event, what is relevant
is - as to how, the Technical Evaluation Committee could
have assumed that the said fixed deposit was pledged in
favour of the Executive Engineer, Construction Division,
P.W.D., Dehradun, when it examined the documents
submitted by respondent No. 4 on 12.07.2023. The
communication issued by the bank on 14.07.2023 to the
Executive Engineer, Construction Division, P.W.D.,
Dehradun, reads as follows :
"To,
Executive Engineer Construction Division P.W.D. Dehradun
"Sub: Verification of F.D.R.
With refer to captioned subject your letter no : 201/FDR/(02 C) dt 14.07.2023 regarding the FDR No- 705745110001756 amount of Rs.3,87000/- (Three lac Eighty seven thousand only) dt 11-07-2023 & PLEDGE in favour of Executive Engineer Construction Division P.W.D., Dehradun A/c-Dev construction.
We confirm that said FDR was issued by our system dt on 11-07-2023 on request of M/s Dev Construction.
This certificate is issued to your for your record.
Sd/-
Sr. Branch Manager"
20) Another submission raised by the petitioner is
that the respondent No. 4, even otherwise, does not
have the requisite past experience to implement the
contract in question.
21) Clause 2.4 of the tender document deals with
the aspect of experience. Clause 2.4.1 deals with
'general construction experience', in respect whereof the
form EXP-1 had to be filled. In respect of the specific
construction experience under Clause 2.4.2, information
had to be provided with regard to - "(a) Contracts of
Similar Size and Nature". Mr. Garg has drawn our
attention to the communication issued by the
respondents on 17.05.2023, after the pre-bid meeting
held with the bidders. In the pre-bid meeting, the
respondents had sought to clarify - as to what is the
meaning of similar nature of work experience, and as to
what type of works shall be considered, by stating "work
related to building work or boundary wall related civil
work shall be considered for similar nature of works".
The experience certificate had to be furnished and duly
signed by the competent authority as per prescribed
format. Form EXP-2 contains the following foot-note in
this regard :
"Attach copies of certificates of accreditation for the project listed above. These certificates should be furnished & duly signed by competent authority as per prescribed format (vide G.O. No. 2153/III(2)/19-75 (lkekU;)2000, dated 03-06-2019) attached with this section as Annexure-1. If not furnished in prescribed format for required amount the bidder shall be non- responsive."
(emphasis supplied)
22) The certificate of completion of work itself had
to be in the form Annexure-1, which too had to be
issued by the Executive Engineer of the concerned
Division. Mr. Garg points out that respondent No. 4
provided the experience certificate issued by DC(ENGR)
8th Battalion ITBP dated 20.06.2023, which related to
the work "Construction / Up-gradation of Helipad at
Geldung Post of 8th Battalion ITBP". Mr. Garg submits
that the said work did not fall within the meaning of
"work of similar nature", as clarified by the respondents
themselves in the pre-bid meeting. He further points
out that the respondent No. 4, on its own, issued a self-
certificate in relation to the very same work by stating,
under the heading : "Description of the similarity in
accordance with criteria 2.4.2(a) of Section 3",
"Excavation, Pitching PCC 10, PCC 25 WALL RR, HILL
CUTTING".
23) Self-certified statement of respondent No. 4
was meaningless, as the said certificate had to be issued
by the competent authority. Mr. Garg submits that the
respondents have ignored the said serious deficiency in
the bid of respondent No. 4, while holding respondent
No. 4 to be technically qualified.
24) In response, Mr. Rawat has drawn the
attention of the Court to the averment contained in para
7 of the counter-affidavit, wherein it is stated that the
process of bid evaluation was started on opening of the
technical bid on 12.07.2023. The affidavit states that
after technical bid examination by the Technical Tender
Committee on 21.07.2023, only respondent No. 4 was
found to be eligible for opening of the financial bid. Mr.
Rawat submits that, therefore, the technical evaluation
of the bid was completed on 21.07.2023, and not on
12.07.2023. It was merely started on 12.07.2023. Mr.
Rawat submits that, by that date, the bid security
provided by respondent No. 4 had been got verified from
the Bank of India, which had issued the certificate dated
14.07.2023.
25) In relation to the past experience of
respondent No. 4, Mr. Rawat has drawn attention of the
Court to the stand taken by the respondents in para 16
of their counter-affidavit. Para 16 of the said affidavit,
insofar as it is relevant, reads as follows :
"Accordingly, as per the aforesaid clause the work carried out by the respondent no. 4 in respect to construction work of helipad was completed satisfactorily by respondent 4, thus for the aforesaid reason the respondent no. 4 was found qualified for
Technical bid. In this connection copy of the work certificate is being annexed herewith and marked as Annexure CA-6 to this affidavit."
26) Annexure C.A.-6 is the self-certificate issued
by respondent No. 4 M/s Dev Construction, as taken
note of hereinabove. We reproduce the said certificate
hereunder :
FORM EXP -2(a) : Specific Construction Experience
Contract of similar size and nature
Contract No. ITBP/SHQ(DDN)/Const/E Contract Construction / Up -gradation of Helipad ngr/2019-19 dated Identification 24-05-2019 at Geldung Post of 8th Bn ITBP.
Award date :
29-07-2021 28-07-2022
Role in contract Contractor Management
Contractor
Total contract amount Rs.26300000/-
if partner in JV or
subcontractor, specify Percent of total : Amount : N/A
participation of total N/A
contract amount
Employer's name Assistant Commandant
Address 8th BN ITBP GAUCHAR UTTARAKHAND
Telephone
Email
Description of the similarity in accordance with criteria 2.4.2(a) of section 3
EXCAVATION, PITCHING PCC10, PCC25, WALL RR, HILL CUTTING
27) In response to our query - as to how the
Technical Evaluation Committee could have looked into
the self-certificate issued by respondent No. 4, Mr.
Rawat has no answer.
28) We have considered the rival submissions of
the parties in the light of the record.
29) The stand taken by the respondents shows
that they have been shifting their position from time to
time. The initial reason given by them for the
petitioner's disqualification was that the petitioner had
not provided information regarding the ongoing work in
Form FIN-4. The petitioner responded to the said
disqualification by informing the respondents that the
petitioner had filled the said form as 'Nil', on account of
the fact that the petitioner was not performing any
works at the relevant point of time. Upon receiving the
said communication, the respondents shifted their stand,
and claimed that the petitioner had not provided the
litigation history on rupees hundred notarized stamp
paper, and that the current assets of the petitioner were
in the negative, i.e., -0.22 lakhs. This was not the stand
taken by the respondents in the initial communication
declaring the petitioner to be disqualified. When the
petitioner enquired, as to where is the requirement for
the petitioner to provide the litigation history on rupees
hundred stamp paper, the respondents did not answer
the said query. The stand taken by them in their
counter-affidavit is that the petitioner - being a
contractor, should be aware of this requirement. Once
such a requirement has not been stipulated in the tender
document, there was no question of the petitioner being
disqualified for not submitting the litigation history on
stamp paper of rupees hundred. This ground of
rejection taken by the respondents is, therefore,
completely erroneous. So far as the ground taken with
regard to the current assets being in the negative is
concerned, the petitioner has rightly pointed out that
there is no requirement for a bidder to have positive
current net assets. What is stipulated - as a
requirement, is the positive net worth, and the petitioner
had provided information with regard to the petitioner's
net worth which can be seen to be rising, year after
year, from 2016-17 to 2021-22. Therefore, even this
ground taken by the respondents is wholly
unsubstantiated and of no avail.
30) During the course of his arguments, Mr. Rawat
has submitted that the petitioner had not filled in row 'B'
of Form FIN-4 in rupee, to indicate the availability of
financial resources for the subject contract. It was for
the petitioner to show that it had the financial resources
of 10% of the estimated cost available. On this aspect,
the submission of Mr. Garg is that, since the petitioner
had declared that the petitioner was not carrying on any
other contract, and the petitioner had also provided its
net worth, it was clear that the entire net worth of the
petitioner was available as the financial resources for the
subject contact.
31) The purpose of evaluation of a bid is to
examine the bid in a meaningful and intelligent way. It
is fair and reasonable to assume that those entrusted
with the task of evaluating bids received in response to a
public tender, are persons with reasonable intelligence
and experience. It is fair to assume, that they are aware
of the fact that the purpose of the entire bidding
exercise, is to select the competent and qualified bidder
who has offered the best financial quotation, for
executing the work under the tender. It is not merely a
superficial examination of the bids, without any
application of mind, that the bid evaluation authority is
expected to undertake. The authority cannot, on its
own, imagine, guess, or estimate the information that
the bidder is required to provide. The authority is not
expected to undertake a long drawn exercise to
calculate, or deduce the information, that the bidder is
obliged to provide. At the same time, the authority
cannot turn a blind eye to the information provided by
the bidder along with its bid, and ignore the information
called for, and provided by the bidder. The endeavour of
the authority examining the bids should be to increase
competition, rather than to curtail the same, by
disqualifying bidders on hypertechnical grounds. The bid
evaluation authority is also expected to act fairly, and
without any biases or prejudices for, or against any of
the bidders. The conduct of such an authority cannot be
arbitrary, or discriminatory.
32) In the present case, the respondents have
done just that. Only respondent No. 4 was held to be
technically qualified, while all others were disqualified,
removing all competition. A little careful scrutiny of the
petitioner's technical bid would have disclosed to the
respondents, that the petitioner had the financial
resources to carry out the contract in question. The
petitioner had provided its duly certified statement of net
worth. It had also stated that it was not carrying on any
other contract. Thus, its resources - equivalent to its
net worth, could be considered as available for execution
of the contract.
33) We may now move on to examine the case of
the petitioner that respondent No. 4 was not technically
qualified, and the respondents have erred in declaring
the bid of respondent No. 4 to be technically qualified.
The technical bids were opened on 12.07.2023, and the
petitioner and other bidders were held to be disqualified
on the same day. Respondent No. 4 was, however,
declared to be technically qualified. Only thereafter, the
respondents proceeded to address a communication to
the bank of respondent No. 4. Therefore, we have to
see whether the declaration of respondent No. 4 as
technically qualified on 12.07.2023 was justified, or not.
Admittedly, respondent No. 4 had provided - towards
bid security, one fixed deposit receipt in its own name.
Admittedly, no lien was marked on the said fixed deposit
in favour of the Executive Engineer concerned. How
then, the respondents could have accepted the said bid
security, which was in the name of respondent No. 4,
has not been explained. Even the communication relied
upon by the respondents - received from the Branch
Manager of the bank of respondent No. 4 of 14.07.2023,
is neither here, nor there. The said communication
merely verifies the creation of the fixed deposit by
respondent No. 4 of the amount of Rs.3,87,000/- on
11.07.2023. The said certificate does not confirm that
any pledge was created in favour of the Executive
Engineer, Construction Division, P.W.D. A careful
perusal of the said communication shows that the first
paragraph merely reproduces the letter sent by the
respondents to the bank. The confirmation is only in
respect of the issuance of the fixed deposit on
11.07.2023 on the request of M/s Dev Construction. It
nowhere states that lien has been marked on the said
fixed deposit in favour of the Executive Engineer, as
aforesaid. Moreover, the said communication was issued
on 14.07.2023, whereas the examination of the bids /
documents by the Technical Evaluation Committee, and
the declaration of respondent No. 4 as technically
qualified, had already been done on 12.07.2023. If the
respondents would not have favoured respondent No. 4,
they would have rejected its bid, like they rejected all
other bids, on 12.07.2023 itself. Clearly, the said fixed
deposit receipt provided by respondent No. 4, in his own
name, could not have served as a valid bid security for
the tender in question. On that ground, the bid of
respondent No. 4 was liable to be rejected as technically
disqualified on 12.07.2023 itself. The submission of Mr.
Rawat that the process of bid evaluation was started on
12.07.2023, and it was concluded on 21.07.2023 is
neither here, nor there. This is for the reason that
respondent No. 4 had already been declared to be
technically qualified on 12.07.2023.
34) We also find merit in the submission of Mr.
Garg that respondent No. 4 did not have the past
experience of doing similar works, as clarified by the
respondent themselves in the pre-bid meeting. From
the counter-affidavit filed by the respondents, it is clear
that they have proceeded to consider the self
certification provided by respondent No. 4 with regard to
its past experience. This action of the respondents is
also clearly contrary to the terms of the tender, which
required that the certificate of past experience had to be
issued by the competent authority. On this ground as
well the technical bid of respondent No. 4 was liable to
be rejected.
35) From the above discussion, it emerges that
the respondents have not been fair and transparent in
the matter of evaluation of the bids received by them in
response to the tender in question. It appears to us,
that the respondents acted in a premeditated mind to
favour respondent No. 4, despite the fact that the said
respondent was technically disqualified for various
reasons, as already taken note of hereinbefore.
However, the respondent authorities overlooked the
technical disqualification of respondent No. 4, and
proceeded to award the contract to it. When it came to
examination of the petitioner's technical bid, the
respondents adopted a much stricter standard, than the
standard adopted while examining the bid of respondent
No. 4. The conduct of the respondent authorities is
clearly discriminatory.
36) In matters of award of public contracts, it is
well settled that the State is obliged to act in a
transparent and fair manner. The State cannot be seen
to be acting with a bias in favour of, or against, any
party. The endeavour of the State should always be to
pick up the most competent and financially suitable
bidder to do the public work in question. In the present
case, the conduct of the respondents has led to failure of
justice, and their conduct is not in public interest, which
lies in ensuring that a competent and financially suitable
bidder is selected to execute the public works.
37) For the aforesaid reasons, we allow this writ
petition and quash the award of the tender to
respondent No. 4. The respondents may proceed to take
further decision with regard to the award of the contract
to the petitioner, or to cancel the tender process, and
reinitiate the same. The writ petition is allowed with
costs of Rs.50,000/- to be paid by the respondent
authorities to the petitioner.
________________ VIPIN SANGHI, C.J.
________________ RAKESH THAPLIYAL, J.
Dt: 21st AUGUST, 2023 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!