Siemons Punjab Communication
Networks Private Ltd & ANR Vs. Union of India & Ors. [2008] INSC 1884
(6 November 2008)
Judgment
IN THE SUPREME COURT
OF INDIA CIVIL APPELLATE JURISDICTION CIVIL APPEAL NO. 6515 OF 2008 (Arising
out of SLP(C) No. 15224 of 2007) Siemens Public Communication Networks ....
Appellants Pvt. Ltd. & Anr.
Versus Union of India
& Ors. .... Respondents
DR. ARIJIT PASAYAT,
J.
1.
Leave
granted.
2.
Challenge
in this appeal is to the judgment of a Division Bench of the Delhi High Court
dismissing the writ petition filed by the appellants. In the writ petition they
had inter alia prayed for issuance of directions to the respondents 1 and 2 to
award the contract in respect of tender No.
DRTS/AREN/Jan-2005
floated by Bharat Electronics Limited-respondent No. 2 on behalf of Union of
India-respondent No. 1 in favour of appellant No.1. They further prayed for
directions to restrain respondents 1 and 2 from negotiating with any other
bidder except appellant No.1 on the ground that it is the lowest bidder of the
said tender.
3.
The
factual position in a nutshell is as follows.
Respondent No. 2,
Bharat Electronics Ltd. was nominated by respondent No. 1, Ministry of Defence,
Government of India, as the prime contractor for Indian Army's modernization
plan for Technical Communication System (in short the `TCS'). Respondent No. 2
floated a Request for Proposal (RFP) for procurement of Digital Radio Trunking
System (in short the `DRTS'), also popularly known as Terrestrial Trunked Radio
(in short the `TETRA') which is a major component in the TCS Programme of the
Indian Army, vide Tender No. DRTS/AREN/Jan-2005. In the RFP floated by respondent
No. 2 for the DRTS, the vendors were called upon to make firm technical and
commercial proposals for the supply and transfer of technology of DRTS to
respondent No. 2 for incorporating in their solution to Indian Army. It was
specified that the commercial offers should be for quantities of 80 systems as
per Bill of Material enclosed with
The technical
specifications detailed the components of the DRTS by splitting them into 9
sub-systems. The tender also stipulated that the licensed manufacture of DRTS
shall be undertaken by respondent No. 2 through a Transfer of Technology (in
short the `ToT') for both hardware and software by executing a ToT Agreement
between the vendor and respondent No. 2.
In terms of the
tender document, the evaluation, trials and completion of the contract was
proposed to be carried out in five phases spread over a period of time. Phase-I
comprised a Preliminary Evaluation of Vendor Proposal and technical analysis,
including presentations to be made by the vendors as also clarifications to be
provided on questions raised during the presentations and subsequent analysis
to the Technical Evaluation Committee (in short the `TEC') for being
shortlisted for the Phase-II evaluations. Phase-II evaluations comprised the
visits of the empowered technical team to assess the vendor system at the
vendor premises to assess the technical capability, encryption, implementation,
confirmation of essential parameters and suitability of equipment as per RFP,
demonstration of system capability, mock up installation at the location of the
vendors and vendors found qualified by the above criteria were to be
shortlisted for Phase-III evaluation.
Phase-III evaluation
required the vendors to offer three systems for user trials; one of them was to
be installed in a shelter provided by respondent No. 2, which was to be
followed by user trials to be conducted by an evaluation team from the Indian
Army. The vendors were also required to give a written undertaking that their
systems will meet all the requirements of technical and environmental
evaluations, maintainability evaluation trials etc. to be conducted in Phase-V.
Phase-IV comprised
opening of the commercial offers of such of the vendors whose systems were
shortlisted after Phase-III by a Committee in the presence of the tenderers and
further negotiations were to be made only with the lowest bidder (L1) as
determined by the Committee. Final Phase-V came into play after placement of
order when the successful tenderer was required to supply the three systems.
On 8th February,
2005, a pre-bid meeting was held by respondent No. 2 where the prospective
bidders were apprised of the contents and basic requirements of the tender. In
March 2005, eight bidders, including appellant No.1 submitted their bids in response
to the RFP. Phase-I evaluation was carried out by the TEC which shortlisted six
bidders for Phase-II evaluation. Phase-II evaluation was carried by the
Empowered Technical Committee (in short the `ETC'), which after visiting the
factory sites of the six qualified bidders, including appellant No.1
recommended three vendors, namely, petitioner No. 1, respondent No. 3 (/M/s.
Selex Communications SpA (M/s. Selex) and M/s. Thales Land & Joint Systems
(M/s. Thales) for Phase-III evaluation. In Phase-III evaluation, field trials,
maintainability evaluation trials, EMI/EMC testing and discussions on
feasibility etc. were held and further evaluation trials were carried out.
After approval of the Technical Committee's report, all the three bidders as
referred to hereinabove, qualified for Phase-IV evaluation and clearance was
accorded for the next phase of evaluation. In Phase-IV, commercial bids were
opened on 23rd January, 2007 in the presence of the representatives of all
three bidders and the prices of the main items as per their commercial bids
were read out. The total price of the three bidders worked out as under :
(i)M/s. Siemens
(appellant No. 1) 16,100,969 Euros (ii)M/s. Selex (Respondent No. 3) 25,775,048
Euros (iii)M/s. Thales(Respondent No .4) 22,781,769 Euros However, as the
proposals of the bidders comprised various details contained in the enclosures
to the bid, they were informed that a comprehensive evaluation would be carried
out by the Expert Committee for arriving at L1 bidder and that any further
interaction would only be held with L1 bidders. An Evaluation Committee was
constituted and the bids of the said three bidders were analyzed. By letter
dated 1st February, 2007, the Evaluation Committee asked for certain
clarifications in the form of queries from all the three bidders including
appellant No. 1. In the meeting dated 7th February, 2007 with the said three
bidders they gave their clarifications to the queries raised by respondents No.
1 and 2. As a result, the Evaluation Committee completed its evaluation of the
bids of the said three bidders and on 10th February, 2007 finalized the total
package cost for each of the three bidders working out a comparative statement
containing the details as per the scope of the RFP.
According to appellants,
since respondent No.2 was not announcing the name of L-1 tenderer, they wrote
to the respondents on 16.2.2007 inter alia stating that though the price bid
had been opened more than three weeks back the name of L-1 had not yet been
announced. On the basis of read out price of all the three bidders on
23.1.2007, the appellant No. 1 had emerged as the lowest bidder and was,
therefore, entitled to be intimated the results of the tender. Grievance was
made that they did not get any response from the respondent No. 2 and,
therefore, they sent a reminder on 22.2.2007. Finally, by letter dated
23.2.2007 a response was received from respondent No. 2 acknowledging their
representation but the outcome of the tender was not intimated. Therefore, the
writ petition was filed. The prayers, as set out in the writ petition have been
noted above. In essence the appellants wanted respondent No. 2 to award the
tender in their favour being the lowest bidder. Counter-affidavits were filed.
During the course of the hearing of the writ petition, a preliminary objection
was raised regarding non-impleadment of two other bidders and they were
impleaded on the oral request of the appellants.
7 Stand of
respondent No. 2 was that the writ petitioner's price is not based on the actual
package cost to meet the complete requirement of RFP, in view of the short
falls while working out the actual package cost based on the assumption of
number of quantities and items which the writ petitioners had ignored and the
details were given in Annexure R-5.
It was stated that
the Evaluation Committee has not violated any norms while preparing the report
and holding M/s. Selex as L-1 bidders .
It was further stated
that conditions of the tender were not violated and all the guidelines as per
CVC were followed scrupulously while arriving at a package price considering
the complete requirement of RFP and there is no genuine grievance of the writ
petitioners giving rise to any cause of action in their favour. The writ
petitioner has indulged in deliberate distortion and contortion of facts and
misrepresented the settled law in this regard.
4.
The
appellants disputed the above position and it was stated that the appellant No.
1's bid was the lowest of the 3 technical qualified bidders whose commercial bids
were opened and appellant No. 1 was being ousted by adding an imaginary price
of EU 11 billion to its bid, which the appellants never quoted and addition to
its bid was unwarranted and amounted to artificially loading the bid. It was in
essence stated that so far as Item No. 11 is concerned, a wrong view was taken
on the basis of absurd reasoning. The addition of EU 11 billion to the bid of
the appellants on account of Item No. 11 has resulted in increasing its total
bid to EU 28 billion which, on the face of it, is absurd.
5.
Further
the stand of respondent No. 2 was that the appellants could have sought
necessary clarification in this regard, as was done by them in the case of
other issues raised on 7.2.2007.
6.
In
the course of arguments the appellants stated that they were willing to provide
software for 1200 users for the price quoted in the bid, i.e., for EU 8977.34.
The respondents, as noted above, disputed the factual scenario as narrated by
the appellants and they specifically stated that different stands have been
taken at different points of time by the writ petitioners to suit their own
purpose. Therefore, there was no scope for interference considering the limited
scope of judicial review, particularly when, no malafides have been alleged or
pleaded. The High Court by the impugned judgment dismissed the writ petition.
7.
In
support of the appeal, stands taken before the High Court were reiterated. With
reference to the figures indicated in the bid documents, it was submitted that
a confusion was being created about the nature of the bid. It was clearly the
intention of the appellants to indicate the price for 100 units. The unit base
is 1 for 100 and that is how the appellants have understood the matter and had
accordingly put the figure. It was submitted that there is a great price
variation and in the greater public interest the bid offered by the appellants
should be accepted and even they are willing to supply 1200 units at the price
quoted for 1 unit, i.e., EU 8977.34.
8.
Learned
counsel for the respondents on the other hand submitted that the appellants
with their eyes open had quoted the figures and at different points of time
have taken totally varying stands. Initially, they had stated the quantity to
be "as required" and the unit price in EU to be 8977.34. The total
price was left blank. At that point of time the quantity was not known and that
a similar indication was made by each of the bidders. All the bidders
understood the required quantity to be 1200.
Interestingly the
appellants had indicated the quantity to be 1 and had quoted the total price at
EU 8977.34. They further submitted that the High Court rightly noted that had
the respondent No. 2 proceeded on the basis of the rates furnished by the
appellants in the composite bid schedule in the column (total price EU).
Nothing could have precluded the appellants from turning around later on, and
seeking to bind respondent No. 2 down to the rates as offered by it for a
single unit in the original, the same being part of the original tender
documents. It is also submitted that the variation in figures is not
exorbitantly high, as is being projected by the appellants.
9.
It
would be appropriate to first deal with the scope of power of judicial review,
more particularly, in the matter of tenders before we take note of various
conclusions arrived at by the High Court.
10.
Another
(2005) 3 SCC, 138, it was observed as follows:
11.
"The
principles which have to be applied in judicial review of administrative
decisions, especially those relating to acceptance of tender and award of
contract, have been considered in great detail by a three-Judge Bench in Tata
observed that the principles of judicial review would apply to the exercise of
contractual powers by Government bodies in order to prevent arbitrariness or
favouritism. However, it must be clearly stated that there are inherent
limitations in exercise of that power of judicial review. Government is the
guardian of the finances of the State. It is expected to protect the financial
11 interest of the State. The right to refuse the lowest or any other tender
is always available to the Government. But, the principles laid down in Article
14 of the Constitution have to be kept in view while accepting or refusing a
tender. There can be no question of infringement of Article 14 if the
Government tries to get the best person or the best quotation. The right to
choose cannot be considered to be an arbitrary power. Of course, if the said
power is exercised of that power will be struck down.
After an exhaustive
consideration of a large number of decisions and standard books on
Administrative Law, the Court enunciated the principle that the modern trend
points to judicial restraint in administrative action. The Court does not sit
as a court of appeal but merely reviews the manner in which the decision was
made. The Court does not have the expertise to correct the administrative
decision. If a review of the administrative decision is permitted it will be
substituting its own decision, without the necessary expertise, which itself
may be fallible. The Government must have freedom of contract. In other words,
a fairplay in the joints is a necessary concomitant for an administrative body
functioning in an administrative sphere or quasi-administrative sphere.
However, the decision must not only be tested by the application of Wednesbury
principles of reasonableness but must be free from arbitrariness not affected
by bias or actuated by mala fides. It was also pointed out that quashing
decisions may impose heavy administrative burden on the administration and lead
to increased and unbudgeted expenditure.
SCC 445 it was held
as under :
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
"18.
While exercising the power of judicial review, in respect of contracts entered
into on behalf of the State, the Court is concerned primarily as to whether
there has been any infirmity in the "decision making process." By way
of judicial review the Court cannot examine the details of the terms of the
contract which have been entered into by the public bodies or the State. Court
have inherent limitations on the scope of any such enquiry. But at the same
time the Courts can certainly examine whether "decision making
process" was reasonable rational, not arbitrary and violative of Article
14 of the Constitution.
19. If the contract
has been entered into without ignoring the procedure which can be said to be
basic in nature and after an objective consideration of different options
available taking into account the interest of the State and the public, then
Court cannot act as an appellate authority by substituting its opinion in
respect of selection made for entering into such contract."
13.
In
Raunaq International Ltd. v. I.V.R. Construction Ltd. (1999 (1) SCC 492) it was
observed that the award of a contract, whether it is by a private party or by a
public body or the State, is essentially a commercial transaction. In arriving
at a commercial decision, considerations which are of paramount importance are
commercial considerations, which would include, inter alia, the price at which
the party is willing to work, whether the goods or services offered are of the
requisite specifications and whether the person tendering is of ability to
deliver the goods or services as per specifications.
14.
The
law relating to award of contract by State and public sector corporations was
discussed in 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.
AIR 2007 SC 437,
while summarizing the scope of judicial review and the interference of superior
Courts in the award of contracts, it was observed as 14 under :
"67. We are not
oblivious of the expansive role of the superior courts on judicial review.
68. We are also not
shutting our eyes towards the new principles of judicial review which are being
developed;
but the law as it
stands now having regard to the principles laid down in the aforementioned
decisions may be summarized as under :
i) If there are
essential conditions, the same must be adhered to;
ii) If there is no
power of general relaxation, ordinarily the same shall not be exercised and the
principle of strict compliance would be applied where it is possible for all
the parties to comply with all such conditions fully;
iii) If, however, a
deviation is made in relation to all the parties in regard to any of such
conditions, ordinarily again a power of relaxation may be held to be existing;
iv) The parties who
have taken the benefit of such relaxation should not ordinarily be allowed to
take a different stand in relation to compliance of another part of tender
contract, particularly when he was also not in a position to comply with all
the conditions of tender fully, unless the court otherwise finds relaxation of
a condition which being essential in nature could not be relaxed and thus the
same was wholly illegal and without jurisdiction.
v) When a decision is
taken by the appropriate authority upon due consideration of the tender
document submitted by all the tenderers on their own merits and if it is
ultimately found that successful bidders had in fact substantially complied
with the purport and object for 15 which essential conditions were laid down,
the same may not ordinarily be interfered with.
(vi) The contractors
cannot form a cartel. If despite the same, their bids are considered and they
are given an offer to match with the rates quoted by the lowest tenderer,
public interest would be given priority.
(vii) Where a
decision has been taken purely on public interest, the Court ordinarily should
exercise judicial restraint."
India and Others, (2006)
10 SCC 1, at paragraphs 56, 57 and 77, it was observed as follows :- "56.
One of the points that falls for determination is the scope for judicial
interference in matters of administrative decisions. Administrative action is
stated to be referable to broad area of Governmental activities in which the
repositories of power may exercise every class of statutory function of
executive, quasi-legislative and quasi-judicial nature. It is trite law that
exercise of power, whether legislative or administrative, will be set aside if
there is manifest error in the exercise of such power or the exercise of the
power is manifestly arbitrary (See State of U.P. and Ors. v. Renusagar Power
Co. and Ors. (AIR 1988 SC 1737). At one time, the traditional view in England was
that the executive was not answerable where its action was attributable to the
exercise of prerogative power. Professor De Smith in his classical work
'Judicial Review of Administrative Action' 4th Edition at pages 285-287 states
the legal position in his own terse language that the relevant principles
formulated by the Courts may be broadly summarized as follows. The authority in
which discretion is vested can be compelled to exercise that discretion, but
not to exercise it in any particular manner. In general, discretion must be
exercised only by the authority to which it is committed. That authority must
genuinely address itself to the matter before it; it must not act under the
dictates of another body or disable itself from exercising discretion in each
individual case. In the purported exercise of its discretion, it must not do
what it has been forbidden to do, nor must it do what it has not been
authorized to do. It must act in good faith, must have regard to all relevant
considerations and must not be influenced by irrelevant considerations, must
not seek to promote purposes alien to the letter or to the spirit of the
legislation that gives it power to act, and must not act arbitrarily or
capriciously. These several principles can conveniently be grouped in two main
categories: (i) failure to exercise a discretion, and (ii) excess or abuse of
discretionary power. The two classes are not, however, mutually exclusive.
Thus, discretion may be improperly fettered because irrelevant considerations
have been taken into account, and where an authority hands over its discretion
to another body it acts ultra vires.
57. The present trend
of judicial opinion is to restrict the doctrine of immunity from judicial
review to those class of cases which relate to deployment of troupes, entering
into international treaties, etc. The distinctive features of some of these
recent cases signify the willingness of the Courts to assert their power to
scrutinize the factual basis upon which discretionary powers have been exercised.
One can conveniently classify under three heads the grounds on which
administrative action is subject to control by judicial review. The first
ground is illegality the second irrationality, and the third procedural
impropriety.
These principles were
highlighted by Lord Dip lock in Council of Civil Service Unions v. Minister for
the Civil Service (1984 (3) All.ER.935), (commonly known as CCSU Case). If the
power has been exercised on a non-consideration or non-application of mind to
relevant factors, the exercise of power will be regarded as manifestly
erroneous. If a power (whether legislative or administrative) is exercised on
the basis of facts which do not exist and which are patently erroneous, such
exercise of power will stand vitiated. (See Commissioner of Income-tax v. Mahindra
and Mahindra Ltd.(AIR 1984 SC 1182). The effect of several decisions on the
question of jurisdiction have been summed up by Grahame Aldous and John Alder
in their book Applications for Judicial Review, Law and Practice thus:
"There is a
general presumption against ousting the jurisdiction of the Courts, so that
statutory provisions which purport to exclude judicial review are construed
restrictively. There are, however, certain areas of governmental activity,
national security being the paradigm, which the Courts regard themselves as
incompetent to investigate, beyond an initial decision as to whether the
Government's claim is bona fide.
In this kind of
non-justiciable area judicial review is not entirely excluded, but very
limited. It has also been said that powers conferred by the Royal Prerogative
are inherently unreviewable but since the speeches of the House of Lords in
Council of Civil Service Unions v. Minister for the Civil Service this is
doubtful. Lords Diplock, Scaman and Roskili appeared to agree that there is no
general distinction between powers, based upon whether their source is
statutory or prerogative but that judicial review can be limited by the subject
matter of a particular power, in that case national security. May prerogative powers
are in fact concerned with sensitive, non-justiciable 18 areas, for example,
foreign affairs, but some are reviewable in principle, including the
prerogatives relating to the civil service where national security is not
involved. Another non-justiciable power is the Attorney General's prerogative
to decide whether to institute legal proceedings on behalf of the public
interest.
77. Expression of
different views and discussions in dif- ferent meetings really lead to a
transparent process and transparency in the decision-making process. In the
realms of contract, various choices were available. Com- parison of the
respective merits, offers of choice and whether that choice has been properly
exercised are the deciding factors in the judicial review."
17. While arriving at
the aforesaid conclusions, this Court took note wherein at paras 77 and 94, it
was noted as follows :
"77. The duty of
the court is to confine itself to the question of legality. Its concern should
be :
1. Whether a
decision-making authority exceeded its powers?
2. Committed an error
of law,
3. committed a breach
of the rules of natural justice,
4. reached a decision
which no reasonable tribunal would have reached or, 5. abused its powers.
Therefore, it is not
for the court to determine whether a particular policy or particular decision
taken in the fulfillment of that policy is fair. It is only concerned with the
manner in which those decisions have been taken. The extent of the duty to act
fairly will vary from case to case. Shortly put, the grounds upon which an
administrative action is subject to control by judicial review can be
classified as under:
(i) Illegality : This
means the decision-maker must understand correctly the law that regulates his
decision- making power and must give effect to it.
(ii) Irrationality,
namely, Wednesday unreasonableness.
(iii) Procedural
impropriety.
The above are only
the broad grounds but it does not rule out addition of further grounds in
course of time. As a matter of fact, in R. v. Secretary of State for the Home
Department, ex Brind, Lord Diplock refers specifically to one development,
namely, the possible recognition of the principle of proportionality. In all
these cases the test to be adopted is that the court should, "consider whether
something has gone wrong of a nature and degree which requires its
intervention."
94. The principles
deducible from the above are:
(1) The modern trend
points to judicial restraint in administrative action.
20 (2) The court
does not sit as a court of appeal but merely reviews the manner in which the
decision was made.
(3) The court does
not have the expertise to correct the administrative decision. If a review of
the administrative decision is permitted it will be substituting its own
decision, without the necessary expertise which itself may be fallible.
(4) The terms of the
invitation to tender cannot be open to judicial scrutiny because the invitation
to tender is in the realm of contract. Normally speaking, the decision to
accept the tender or award the contract is reached by process of negotiations
through several tiers. More often than not, such decisions are made
qualitatively by experts.
(5) The Government
must have freedom of contract. In other words, a fair play in the joints is a
necessary concomitant for an administrative body functioning in an
administrative sphere or quasi-administrative sphere. However, the decision
must not only be tested by the application of Wednesbury principle of
reasonableness (including its other facts pointed out above) but must be free
from arbitrariness not affected by bias or actuated by mala fides.
(6) Quashing
decisions may impose heavy administrative burden on the administration and lead
to increased and unbudgeted expenditure.
Construction (I) Ltd.
And Others (1997) 1 SCC 738, it was held as follows :
"10. Therefore,
though the principle of judicial review cannot be denied so far as exercise of
contractual powers of government bodies are concerned, but it is intended to
prevent arbitrariness or favouritism and it is exercised in the larger public
interest or if it is brought to the notice of the Court that in the matter of
award of a contract power has been exercised for any collateral purpose. But on
examining the facts and circumstances of the present case and on opinion that
non of the criteria has been satisfied justifying court's interference in the
grant of contract in favour of the appellant. We are not entering into the
controversy raised by Mr. Parasaran, learned senior counsel that the High Court
committed a factual error in coming to the conclusion that respondent no. 1 was
the lowest bidder and the alleged mistake committed by the consultant in the
matter of bid evaluation in not taking into account the customs duty and the
contention of Mr. Sorabjee, learned senior counsel that it has been conceded by
all parties concerned before the High Court that on correction being made
respondent no. 1 was the lowest bidder. As in our view in the matter of a
tender a lowest bidder may not claim an enforceable right to get the contract
though ordinarily the concerned authorities should accept the lowest bid.
Further we find from the letter dated 12th July, 1996, that Paradip Port Trust
itself has come to the following conclusion :- "the technical capability
of any of the three bidders to undertake the works is not in question.
Two of the bids are
very similar in price. If additional commercial information which has now been
provided by bidders through Paradip Port Trust, had been available at the time
of assessment, the outcome appear to the favour award to AFCONS."
22 Strong reliance
has been placed by learned counsel for the appellants on the observations of
this Court in the case of W.B. State 451, more particularly para 31.
19. It is no doubt
true that while considering the matter in a broader perspective, larger public
interest has to be kept in view but at the same time the other relevant factors
noted by this Court in the said judgment, as reflected in paragraphs 6, 23, 24,
28, 31 and 34, need to be noted.
"6. Mr.Bhaskar
P.Gupta, the learned senior counsel appearing for respondent No.10, submitted
that the unit rate given by respondent Nos.1 to 4 was an essential term which
would be evident from Clauses 14, 27 and 29 of the ITB, so permitting them to
correct the bid would tantamount to modifying the essential term of the bid and
as such the High Court ought not to have directed the appellant to permit
correction of bid documents and further to consider their bid along with the
other bids.
23. The
mistakes/errors in question, it is stated, are unintentional and occurred due
to the fault of computer termed as a repetitive systematic computer
typographical transmission failure. It is difficult to accept this contention.
A mistake may be unilateral or mutual but it is always unintentional. If it is
intentional it ceases to be a mistake. Here the mistakes may be unintentional
but it was not beyond the control of respondents 1 to 4 to correct the same
before submission of the bid. Had they been vigilant in checking the bid
documents before their submission, the mistakes would have been avoided.
Further, correction of such mistakes after one and a half month of opening of
the bids will also be violative of Clauses 24.1,24.3 and 29.1 of ITB.
24. The controversy
in this case has arisen at the threshold. It cannot be disputed that this is an
international competitive bidding which postulates keen competition and high
efficiency. The bidders have or should have assistance of technical experts.
The degree of care required in such a bidding is greater than in ordinary local
bids for small works. It is essential to maintain the sanctity and integrity of
process of tender/bid and also award of a contract. The appellant, respondents
1 to 4 and respondents 10 and 11 are all bound by the ITB which should be
complied with scrupulously. In a work of this nature and magnitude where
bidders who fulfil pre-qualification alone are invited to bid, adherence to the
instructions cannot be given a go-bye by branding it as a pedantic approach
otherwise it will encourage and provide scope for discrimination, arbitrariness
and favouritism which are totally opposed to the Rule of law and our
Constitutional values. The very purpose of issuing Rules/instructions is to
ensure their enforcement lest the Rule of law should be a casuality. Relaxation
or waiver of a rule or condition, unless so provided under ITB, by the State or
its agencies (the appellant) in favour of one bidder would create justifiable doubts
in the minds of other bidders, would impair the rule of transparency and
fairness and provide room for manipulation to suit the whims of the State
agencies in picking and choosing a bidder for awarding contracts as in the case
of distributing bounty or charity. In our view such approach should always be
avoided. Where power to relax or waive a rule or a condition exists under the
Rules, it has to be done strictly in compliance with the Rules. We have,
therefore, no hesitation in concluding that adherence to ITB or Rules is the
best principle to be followed, which is also in the best public interest.
28. In the instant
case, we have also noted that the mistakes in the bid documents of respondent
Nos.1 to 4 even though caused on account of faulty functioning of computer,
could have been discovered and notified by the said respondents with exercise
of ordinary care and diligence. Here, the mistakes remained in the documents
due to gross negligence in not checking the same before the submission of bid.
Further Clauses 24 and 27 of ITB permit modification or withdrawal of bids
after bid submission but before the dead line for submissions of the bids and
not thereafter. And equity follows the law. Having submitted the bid they did
not promptly act in discovering the errors and informing the same to the
appellant. Though letters were written on 25- 10-1999, and 17-12-1999, yet the
real nature of errors/mistakes and corrections sought were not pointed out till
23-12-1999 when representation was made after interim direction of the High
Court was given on 21-12- 1999. Indeed it appears to us that they improved
their claim in the representation. In our view the said respondents are not
entitled to rectification of mistakes/error for being considered along with the
other bidders.
31. The submission
that remains to be considered is that as the price bid of respondents 1 to 4 is
lesser by 40 crores and 80 crores than that of respondents 11 and 10
respectively, public interest demands that the bid of respondents 1 to 4 should
be considered. The project undertaken by the appellant is undoubtedly for the
benefit of public. The mode of execution of the work of the project should also
ensure that the public interest is best served. Tenders are invited on the
basis of competitive bidding for execution of the work of the project as it
serves dual purposes. On the one hand it offers a fair opportunity to all those
who are interested in competing for the contract relating to execution of the
work and on the other hand it affords the appellant a choice to select the best
of the competitors on competitive price without prejudice to the quality of the
work. Above all it eliminates favouritism and discrimination in awarding public
works to contractors.
The contract is,
therefore, awarded normally to the lowest tenderer which is in public interest.
The principle of awarding contract to the lowest tenderer applies when all
things are equal. It is equally in public interest to adhere to the rules and
conditions subject to which bids are invited. Merely because a bid is the
lowest the requirements of compliance of rules and conditions cannot be
ignored. It is obvious that the bid of respondents 1 to 4 is the lowest of bids
offered. As the bid documents of respondents 1 to 4 stands without correction
there will be inherent inconsistency between the particulars given in the
annexure and the total bid amount, it cannot be directed to be considered along
with other bid on the sole ground of being the lowest.
34. For the reasons
abovementioned, though the impugned order of the High Court insofar as it
relates to quashing of letter of the appellant dated 18-12-1999 falls within
the purview of judicial review, yet the direction to the appellant to permit
correction of errors by Respondents 1 to 4 in their bid documents and consider
their bid along with other bid, goes far beyond the scope of judicial review,
as elucidated by this Court in Tata Cellular. In the result, we uphold the
impugned order of the Division Bench insofar as it relates to quashing of
communication and letter dated 18-12-1999 and set aside that part of the
impugned order giving direction to the appellant to permit Respondents 1 26 to
4 to correct bid documents and to consider their bid after correction along
with other bids. The appeal is thus allowed in part. On the facts and in the
circumstances of this case we leave the parties to bear their own costs."
20. This Court
emphasized that in international competitive bidding which postulates keen
competition and high efficiency, the bidders should have assistance of
technical experts because the degree of care required in such a bidding is
greater than in ordinary local bids for small works.
224, the scope of
limited power of judicial review in tender and award of contracts was also
lucidly stated in paragraph 19 as follows :- "19. Judicial review of
administrative action is intended to prevent arbitrariness, irrationality,
unreasonableness, bias and malafides. Its purpose is to check whether choice or
decision is made 'lawfully' and not to check whether choice or decision is
'sound'. When the power of judicial review is invoked in matters relating to
tenders or award of contracts, certain special features should be borne in
mind. A contract is a commercial transaction. Evaluating tenders and awarding
contracts are essentially commercial functions. Principles of equity and
natural justice stay at a distance. If the decision relating to award of
contract is bona fide and is in public interest, courts will not, in exercise
of power of judicial review will not be permitted to be invoked to protect
private interest at the cost of public interest, or to decide contractual
disputes. The tenderer or contractor with a grievance can always seek damages
in a civil court.
Attempts by
unsuccessful tenderers with imaginary grievances, wounded pride and business
rivalry, to make mountains out of molehills of some technical/procedural
violation or some prejudice to self, and persuade courts to interfere by
exercising power of judicial review, should be resisted. Such interferences,
either interim or final, may hold up public works for years, or delay relief
and succour to thousands and millions and may increase the project cost
manifold. Therefore, a court before interfering in tender or contractual matters
in exercise of power of judicial review, should pose to itself the following
questions :
(i) Whether the
process adopted or decision made by the authority is mala fide or intended to
favour someone.
OR Whether the
process adopted or decision made is so arbitrary and irrational that the Court
can say: 'the decision is such that no responsible authority acting reasonable
and in accordance with relevant law could have reached.' (ii) Whether public
interest is affected. If the answers are in the negative, there should be no
interference under Article 226. Cases involving black-listing or imposition of
penal consequences on a tenderer/contractor or distribution of state largesse
(allotment of sites/shops, grant of licences, dealerships and franchises) stand
on a different footing as they may require a higher degree of 28 fairness in
action."
22. After having
taken note of the parameters for exercise of power of judicial review, the
conclusions arrived at by the High Court need to be noted. The High Court has
elaborately dealt with the factual position and inter alia observed as
follows:- "35. In the instant case, it may be noted that it is not denied
by any of the parties that at the time of floating the tender, no separate
quantities were furnished to the vendors in respect of item No. 11. Thus all
the bidders were in the same state as regards the required quantity by
respondent No. 1. While petitioners inserted the words "As Required"
in the column of "Quantity"
against the said
item, respondent No. 3 inserted the figure "1" in the column of
"Quantity" and respondent No. 4 left the column of
"Quantity" as blank. However, unit price was entered in the column
"Unit Price" by each of the vendors. This was at the time of
submitting the bid documents. The next relevant stage arrived on 23rd January,
2007 when the commercial bids were opened in the meeting held where the three
successful vendors, namely, petitioner No. 1 and the respondents No. 3 and 4
were called. At that stage, respondent No. 2 for the first time declared the
quantity of Vehicular Mobile Terminals as 1200 in number, based on the
requirement given by the Indian Army to whom the systems were to be ultimately
supplied by it. Thus the bids of each of the vendors became public on 23rd
January, 2007. Once the bids became public, there was no question of
changing/adding/ altering/modifying the same by any of the parties."
23. It needs to be
noted that after opening of the bids, the Expert Committee was required to
carry out a comprehensive evaluation for arriving at the L1 bidder. The
Evaluation Committee while undertaking the said process, analyzed the bids of
each of the vendors and sought clarifications from all the three vendors
wherever felt necessary and also held meetings with each of them to enable them
to furnish their clarifications. In so far as appellant No. 1 was concerned, a
meeting was held on 7th February, 2007, on which date, only two queries were
raised on it, neither of which related to Item No. 11. However, appellant No. 1
while responding to the two queries raised by respondent No. 2, gave a written
reply under cover of letter dated 7th February, 2007 where at the end of the
response, it noted as below :
"Separate
pricing sheets of FF, SKD and CKD which is breakup of the composite Price
Schedule are enclosed for your ready reference.
Enclosed please find
the composite price schedule as well for ready reference in line with RFP
requirements."
30 In the composite
price sheet in respect of Item No.11, as indicated in the statement referred to
in the High Court's judgment appellant No. 1 endorsed the figure "1"
in the column of "Quantity", and while filling in the price in the
column of "Unit Price Euro" as also "Total Price Euro",
inserted the figure, "8,977.34". The said composite price statement
was at variance with the original Bill of Materials submitted by the appellant
No. 1 in respect of item No.11 for the reason that in the original Bill of
Materials, in the column of "Quantity" the appellant had indicated
"As required" and the column of "Total Price Euro" was left
blank by it. The appellant have placed heavy reliance on the composite price
schedule to state that there was no corelation of the quantity of 1200 given
for Vehicular Mobile Stations, as specified in Item No4.1, with item No.11 to
state that the quantity against item No.11 was never declared and further, that
at best the respondent No.2 could have bound the appellant No.1 down to the
price indicated in the column "Total Price Euro" indicated in the
composite price schedule, but it could not have multiplied the rate given in
the "Unit Price" with the figure of 1200 which had resulted in
absurdity.
24. As rightly noted
by the High Court, the aforesaid submission, as any reference to or reliance
upon the said composite price schedule submitted after opening of the
commercial bids of all the vendors on an earlier date, is impermissible. Had
respondent No.2 taken the composite price schedule into consideration in
respect of item No.11, it would have created justifiable doubts in the minds of
respondents No. 3 and 4 and defeated the rule of transparency and fairness on
the part of respondent No. 2, as it would have amounted to improving the bid
made originally by appellant No. 1, by supplying details upon ascertaining the
rates quoted by the others. It was not as if the respondent No. 2 had asked any
of the vendors to furnish a composite price bid to it on 7.2.2007. Specific
queries were put forward by respondent No. 2 to each of the three bidders
wherever clarifications were required qua particular items in the Bill of
Materials submitted and other aspects of the bid. No query was raised by the
respondent No. 2 on the appellant No. 1 in respect of item No.11. Hence, the
question of taking into consideration the clarifications given thereon by
appellant No. 1 did not arise.
25. Thus, while
taking note of the changes made by appellant No. 1 in respect of item No.11 in
the composite price schedule, as against the original Bill of Materials
submitted, the former was not taken into consideration by the Committee.
Instead, the Committee made a point to observe in its analysis that no
technical explanation was given by the appellant as to why the quantity had
been changed by appellant No. 1 from "As required" to "1"
while the "Unit Price" and "Total Price" was kept as the
same in the composite price schedule. Thus the Committee multiplied the unit
price furnished by appellant No. 1 with the figure 1200 to arrive at the total
price, and the same method was uniformly adopted for the other two bidders.
Looking at it from another angle, had the respondent No. 2 proceeded on the
basis of the rate furnished by the appellants in the composite price schedule
in the column, "Total Price Euro", then nothing could have precluded
them from turning around later on, and seeking to bind respondent No. 2 down to
the rates as offered by it for a single unit in the original Bill of Materials,
the same being a part of the original tender documents. Thus, respondent No. 2
cannot be faulted for strictly adhering to the rates furnished by appellant No.
1 in its original bid documents.
26. The plea of
petitioner No. 1 that the software at item No.11 had no connection or
relationship with Vehicular Mobile Stations as specified in items No. 4.1 and 7
is also not acceptable inasmuch as for the Vehicular Mobile Stations to be
operational and functional, they have to be attached to PC with software to
enable a sending/receiving party to send/receive any speech/image, to/from
another vehicular mobile. Thus all the three items mentioned at items No. 4, 7
and 11 were inter-connected and inter-related and only upon being integrated
they be used for the DRTS. In any case, nothing material would turn on this for
the reason that originally, prices were quoted by all the three bidders for
item No.11 on a unit rate basis.
The figure of 1200
cropped up much later. It is the common case of all the parties that commercial
offers were to be made by all the bidders for quantities of 80 systems as per
the Bill of Materials enclosed with the RFA.
As no quantity was
disclosed for item No.11 in the Bill of Materials, none of the bidders quoted
rates for any specific quantity, but did so only for a single unit. Thus the
unit rate quote remained the deciding factor for the Committee, while finally
analyzing the bids.
27. The contention of
the appellants that they had a license for the software under which one software
unit would serve 100 units of Vehicular Mobile Terminals and as a result, the
total requirement of software unit was only 12(12x100 = 1200) and not 1200
(1x1200=1200), is misconceived and without any basis for the reason that a
perusal of item No. 11 of the Bill of Materials submitted by the appellants
does not show that any such remarks were made there for. In fact, the remarks
column in the said Bill of Materials was left blank. Had such been the
intention of appellant No. 1, nothing prevented it from indicating so in the
remarks column. This conclusion is further fortified by the fact that remarks
were specifically given by appellant No. 1 in the remarks column of the Bill of
Materials in respect of other items, wherein it made observations to indicate
wherever the price of a particular item was included in another item or where
the price quoted in respect of an item was exclusive of certain other items.
Thus, if appellant No. 1 wanted to offer the price of one unit which as per its
contention, was good to serve 100 users, then the same should have been so
indicated in the Bill of Materials.
There being no such
indication in the original bid documents, respondent No. 2 could not have been
expected to assume on its own that appellant No. 1 possessed a license which
permitted to use the software mentioned at item No.11 for serving 100 units.
Nor can respondent No. 2 be blamed for using the multiplying factor of 1200 to
arrive at the total price of units required under item No.11.
28. The appellants
have also not been able to establish that respondent No.2 adopted a pick and
choose policy or discriminated against appellant No.1. Respondent No. 2 dealt
with all the three bidders with an even hand as the same method was adopted for
arriving at the total price of materials specified in item No.11 in respect of
all the three bidders. It is not the case of the appellant that they had not
quoted the said price as that of a single unit. There is nothing on record by
way of any remarks in the bid document to effect that the said price of a
single unit was to hold good for 100 units on the ground that appellant No. 1
was granted a software license which catered to 100 users at one time. A basic
distinction has to be drawn between a case where against an item, no rates or
prices or quantities are quoted, and those where some rate is quoted. Appellant
No.1 having quoted a rate on a unit basis in respect of item No.11, respondent
No. 2 had no option but to make the said rate the basis for arriving at the
total price.
29. Accepting the
interpretation as sought to be given by the appellants would amount to
re-writing the entries in the bid document and reading into the bid document,
terms that did not exist therein. An international bidding of such a nature
being highly competitive, is also expected to be extremely precise. The
technical nature of the subject matter of the contract itself postulated
assistance of technical experts and thus, a very high degree of care and
meticulous adherence to the requirements of the bid was inherent in such a
bidding. On its part, respondent No. 2 was under an obligation to not only
maintain a great degree of transparency and fair dealing on its part, but was
also expected to maintain the sanctity and integrity of the entire process.
Thus it was incumbent upon respondent No. 2 to ensure that no different
yardstick were adopted for any of the vendors and at the same time, to ensure
that there was not the remotest possibility of discrimination, arbitrariness or
favouritism.
30. There was no scope
for respondent No. 2 to read into the documents, terms and conditions which did
not exist in the bid documents.
The appellants have
also not levelled any personal allegations of malafides or favouritism against
respondent No. 2.
31. The approach of
the High Court is in the right direction and the factual position obtaining has
also been noted in detail and the conclusions have been arrived at.
32. The matter can be
looked at from a different angle. As noted in the case of Reliance Airport
Developers (P) Ltd. (supra) at para 77, if two views are possible and no
malafides or arbitrariness is alleged or shown, there is no scope for
interference with the view taken by the authorities in inviting tenders.
33. As was noted in
the case of Asia Foundation & Construction Ltd. (supra) though the
principle of judicial review cannot be denied so far as exercise of contractual
powers of government bodies are concerned, but it is intended to prevent
arbitrariness or favouritism and it is exercised in the larger public interest
or if it is brought to the notice of the Court that in the matter of award of a
contract power has been exercised for any collateral purpose.
34. On examining the
facts and circumstances of the present case, we are of the view that none of the
criteria has been satisfied justifying Court's interference in the grant of
contract in favour of the appellants. When the power of judicial review is
invoked in the matters relating to tenders or award of contracts, certain
special features have to be considered. A contract is a commercial transaction
and evaluating tenders and awarding contracts are essentially commercial
functions. In such cases principles of equity and natural justice stay at a
distance. If the decision relating to award of contracts is bonafide and is in
public interest, Courts will not exercise the power of judicial review and
interfere even if it is accepted for the sake of argument that there is a
procedural lacuna.
35. In the instant
case, as has been rightly contended by the learned Addl. Solicitor General
appearing for Union of India, the contract is in respect of sensitive Army
equipments which are urgently needed. It cannot be held that the process
adopted or decision made is so arbitrary or irrational that no responsible authority
acting reasonably or in accordance with the relevant law could not have taken
such a decision. The inevitable conclusion is that the appeal is devoid of any
merit and deserves dismissal, which we order. However, there shall be no order
as to costs.
36. Appeal dismissed.
.......................................................J.
(Dr. ARIJIT PASAYAT)
........................................................J.
(C.K. THAKKER)
.......................................................J
Back
Pages: 1 2