Glodyne Technoserve
Ltd. Vs. State of M.P. & Ors.
J U D G M E N T
ALTAMAS KABIR, J.
1.
Leave
granted.
2.
The
Appellant is a Public Limited Company which claims to have an annual turnover of
almost Rs.750 crores and has been carrying out large scale infrastructure projects
for various State Governments in India, including Maharashtra and Bihar, where bio-metrics
of millions of people are required to be collected to ensure identification of the
population which is targeted as beneficiaries of various Government Welfare Schemes,
such as the National Rural Employment Guarantee Scheme. The Appellant Company has
been holding ISO 9001:2000 Certificate for the highest quality standards in respect
of the services rendered by it. The Appellant Company claims to have carried out
a pilot project in respect of 10 shops in the State Government Public Distribution
System in Bhopal.
3.
On
12th December, 2009, the Government of Madhya Pradesh in the Department of Food,
Civil Supplies and Consumer Protection, hereinafter referred to as "FCS",
issued a Request for Proposal, hereinafter referred to as "RFP", for
the appointment of a vendor for District Mechanism for Public Distribution
System, hereinafter referred to as "PDS". The last date for
submission of bids was 7th January, 2010, which was subsequently extended till
17th February, 2010.
4.
The
RFP, as it stood at the time when the bids were invited, included Section 3.1 which,
inter alia, provides that the bidder/one partner in the consortium must possess
a valid certification in the Capability Maturity Model (CMM level 3 or above). In
addition, the bidder/all partners of consortium (in case of consortium) should have
an active (valid at least till June, 2010) ISO 9001:2000 certificate which had to
be submitted as qualifying documents.
5.
Subsequently,
on 18th January, 2010, the pre-qualification (Eligibility Criteria) provided in
the RFP was changed and the corrigendum, as far as it relates to Section 3.1,
was amended so that the bidder/one partner in the consortium had to possess a valid
certification in the Capability Maturity Model (CMM level 3 or above). In case of
consortium, the partner developing the software application should have CMM level
3 certification and the bidder/lead partners of the consortium (in case of
consortium, should have an active (valid at least till June, 2010) ISO 9001:2000
certification at the time of submission of the bid. The documents to be submitted
along with the bid remained the same. Vide the corrigendum dated 18th January, 2010,
Section 7 which provided for the Bidder Check List, was also altered. Prior to
its amendment, Section 7.1.1 provided that the Company/one partner in the consortium
(in case of consortium) should have an active ISO 9001:2000 certification at
the time of submission of the bid, and it was also provided that a copy of the
Quality Certificate or documentation of the quality policy were required to be provided
along with the bid document. It was also submitted that in case the certificate
was issued for renewal, the bidder should ensure that the renewed certificate
was made available at the time of signing of the contract. It was mentioned that
in case the same was not provided, the Department may consider initiating the Award
of the contract with the second lowest bidder. The criteria relating to the documents
to be submitted as qualifying documents included a copy of the quality certificate/documentation
of quality policy. The corrigendum dated 18th January, 2010, amended the said provision
to indicate that the bidder/one partner in the consortium must possess a valid certification
in the Capability Maturity Model (CMM level 3 or above), in case of consortium the
partner developing the software application was required to have CMM level 3 certification.
It was further stated that the bidder/lead partners of the consortium (in case of
consortium) should have an active (valid at least till June, 2010) ISO
9001:2000 certification at the time of the submission of the bid. The documents
to be submitted along with the bid remained unchanged.
6.
The
question for decision in this case is whether, on account of the corrigendum whereby
the provisions of Section 3 of the Tender documents and Section 7 of the Bidder's
Check List were amended, the appellant was, disqualified from consideration, in
view of the fact that along with the Tender documents it had filed, through inadvertence
or otherwise, a copy of the ISO 9001:2000 certificate of the previous year, instead
of the current year, although, it did have the said valid ISO 9001:2000 certificate
at the time of making of the bid.
7.
The
case of the Appellant depends almost entirely on the submission that on the date
of submission of the Bid, it had a valid and active ISO 9001:2000 certification,
but that through inadvertence the expired certification of the previous year had
been filed along with the bid papers.
8.
Mr.
Harish N. Salve, learned Senior Advocate, appearing for the Appellant Company,
submitted that even if no ISO 9001:2000 certification was filed along with the
bid documents, it would have made no difference and the submission of the bid
would have been fully valid in view of Section 7.1.1, which consists of the Bidder's
Check List and indicates what were the requirements for a valid bid and what supporting
documents were to be submitted along with the bid papers. Referring to Clause 9
of the aforesaid Section, which deals with Quality Certification, Mr. Salve pointed
out that the requirement of the said Clause was that the Company/one of the partners
of the consortium (in case of consortium) should have an active ISO 89001:2000 certification
at the time of submission of the Bid. Mr. Salve submitted that the said condition
was duly satisfied by the Appellant who had such a valid and active ISO 9001:2000
certification when the bid documents were filed.
9.
Mr.
Salve submitted that, although, one of the conditions of the Tender document
required that the Quality Certification and the documentation of the quality policy
were to be provided along with the bid documents as supporting documents, Clause
9 also provided that in case the certificate was due for renewal, the bidder should
ensure that the renewal certificate was made available at the time of signing of
the contract. In case the same was not provided, the department could consider negotiating
the award of contract with the second lowest bidder. Mr. Salve submitted that it
would be clear from the said condition that it was not absolutely necessary for
the valid ISO 9001:2000 certification to be filed along with the bid documents and
that they could be filed before the agreement was ultimately signed. Mr. Salve once
again reiterated that despite having such a valid certificate, through inadvertence
the previous year's certificate had been enclosed with the bid documents. It was
urged by learned Counsel that this is not a case of a tenderer not having a
valid certification, as required, but a case of not filing it with the bid documents,
despite having the same. Mr. Salve urged that in view of Clause 9 of Section
7.1.1, the Appellant's bid documents had been wrongly rejected at the Technical
Bid stage, without even considering the Financial Bid which had been submitted
by it.
10.
In
addition to the above, Mr. Salve submitted that after the Financial Bids, except
that of the Appellant, were opened, the Appellant came to learn that its offer
was about 200 crores less than the second-lowest tenderer to whom the contract was
ultimately given and that by awarding the contract to the second lowest tenderer,
the State of Madhya Pradesh was incurring a loss of such a huge amount.
11.
Mr.
Salve urged that the aforesaid position would be further strengthened from
Section 3 of the Request for Proposal which contained the pre-qualification (eligibility)
criteria relating to technical, operational, functional and other requirements.
Mr. Salve submitted that Clause 3 of Section 3.1 provides that the bidder/one
partner in the consortium must possess a valid certification in the Capability Maturity
Model, which condition had been duly satisfied, and that all the partners of the
consortium (in case of consortium) should have an active (valid at least till
June, 2010) ISO 9001:2000 certification, at the time of submission of the bid. Mr.
Salve submitted that all those documents to be submitted as qualifying documents,
included the Quality Certificate and ISO 9001:2000 certificate, and if the said
condition is read with the conditions contained in Clause 9 of Section 7.1.1 of
the RFP, it would be seen that the requirement of a valid ISO 9001:2000 certification
on the date of submission of the Bid documents was duly satisfied in the
Appellant's case.
12.
Mr.
Salve also referred to the correspondence between Shri Naveen Prakash, the representative
of the Wipro Consulting Services, which had been appointed a consultant for the
selection of suitable candidates, and Shri Sandeep R. Chalke, who was the Chief
Executive of QAL International Certification (India), which was the repository of
information relating to such certificates. Mr. Salve pointed out that Shri
Naveen Prakash had sent an E-mail to Shri Sandeep R. Chalke, requesting information
as to whether Glodyne Technoserve Ltd., the Appellant herein, had a valid ISO 9001:2000
certificate at the relevant point of time. It was pointed out that in reply, Shri
Chalke informed Shri Naveen Prakash on 10th April, 2010, that the certificate
of the Appellant as on the current date was active and valid till 18th November,
2010, and would continue to be valid thereafter if the reassessment was conducted
on or before 18th November, 2010. Mr. Salve submitted that Shri Naveen Prakash,
as the representative of the consultant, was present at every meeting of the Committee
which had been set up to oversee the Tender process and on the date when the
Appellant's bid was rejected on account of non-compliance with Clause 9 of Section
7.1.1 of the RFP, he had knowledge of the fact that the Appellant had a valid and
active ISO 9001:2000 certification which would expire only on 18th November, 2009,
unless continued after reassessment.
13.
Mr.
Salve referred to the affidavit affirmed by Shri Ajit Kesari, the Commissioner-cum-Director,
Food, Civil Supplies and Consumer Protection, Government of Madhya Pradesh, Bhopal,
on 8th July, 2010, which clearly indicated that the Respondents concerned had due
notice of the fact that the Appellant held an active ISO 9001:2000 certificate which
was valid till 18th November, 2009. Mr. Salve submitted that the information received
by Shri Naveen Prakash from Shri Sandeep R. Chalke was forwarded to Shri Ajit Kesari
by E-mail on 4th December, 2010, although, in the affidavit affirmed by Shri
Kesari it was sought to be stated that the same had not been sent to the official
E-mail address of the Director, Food, Government of Madhya Pradesh, nor to each
Committee Member and was sent to his personal E-mail address for information only.
Mr. Salve urged that whether it was sent to the Director's official E-mail address
or his personal E-mail address, the fact remains that Shri Ajit Kesari had
knowledge that the Appellant was in possession of a valid and active ISO 9001:2000
certificate at the time of submission of the Bid documents.
14.
Mr.
Salve also referred to the reply of Wipro Ltd. to the writ petition filed by the
Appellant and pointed out that the manner and circumstances in which Shri Naveen
Prakash had obtained the information that the Appellant Company held a valid ISO
9001:2000 certificate had been spelt out in Paragraph 5 of the said reply, which
duly corroborated the fact that the same information had been passed on to Shri
Kesari.
15.
In
support of his aforesaid submissions, Mr. Salve firstly referred to the decision
of a Three-Judge Bench of this Court in Tata Cellular Vs. Union of India [(1994)
6 SCC 651], which laid down certain tests in regard to the right of the Courts to
intervene in a Tender process. This Court, inter alia, held that while the Court
does not normally interfere with the Government's freedom of contract, invitation
of Tender and refusal of any Tender which pertain to policy matters, when such
a decision or action is vitiated by arbitrariness, unfairness, illegality or irrationality,
then such decision can be looked into by the Court since the test was as to whether
the wrong was of such a nature as to require intervention. In this regard, the
Court laid down the areas of scope of judicial review in paragraph 69 of the judgment.
For the sake of convenience, paragraph 69 of the said judgment is extracted
hereinbelow : "69. A tender is an offer. It is something which invites and
is communicated to notify acceptance. Broadly stated, the following are the requisites
of a valid tender :
1. It must be
unconditional.
2. Must be made at the
proper place.
3. Must conform to the
terms of obligation.
4. Must be made at the
proper time.
5. Must be made in the
proper form.
6. The person by whom
the tender is made must be able and willing to perform his obligations.
7. There must be reasonable
opportunity for inspection.
8. Tender must be made
to the proper person.
9. It must be of full
amount."
16.
Mr.
Salve urged that the Bid documents submitted by the Appellant fully satisfy the
aforesaid tests and the rejection of the Appellant's bid was unlawful and cannot
be sustained.
17.
In
this regard Mr. Salve also referred to the decision of this Court in New Horizons
Limited & Anr. Vs. Union of India & Ors. [(1995) 1 SCC 478], which set out
the circumstances in which the Court could lift the veil to ascertain the true
nature of a decision which had been taken in order to satisfy itself that the same
was not unjust and was not opposed to the interest of revenue. Reference was
also made to the decision of this Court in Reliance Energy Ltd. & Anr. Vs. Maharashtra
State Road Development Corpn. Ltd. & Ors. [(2007) 8 SCC 1], which was essentially
a decision in regard to the right of every participant to a level playing field
in respect of Government contracts and the extent of judicial review by the
Court under Articles 32, 226 and 136 of the Constitution, in cases of illegality,
irrationality, procedural impropriety and Wednesbury unreasonableness.
18.
Mr.
Salve urged that the rejection of the Appellant's Technical Bid for the reasons
mentioned above, was not supported by the terms and conditions of the RFP and even
the amendments effect to the Bidder's Response Form containing Clause 7.1.1 that
was changed by the Corrigendum issued on 18th January, 2010, did not alter the position.
He urged that the judgment of the Division Bench of the High Court, impugned in
this Appeal, was liable to be quashed.
19.
Appearing
for the State of Madhya Pradesh, the learned Attorney General submitted that primarily
four issues fall for the determination in the present case, namely, (i) What is
the relevance of Section 7 of the Request For Proposal as far as this Court
case is concerned? (ii) Does this case involve a mere mistake and is such a mistake
fatal as far as the Appellant's bid documents are concerned? (iii) What is the significance
of Shri Navin Prakash's attempts to obtain clarification about the Appellant having
a valid ISO 9001 Certificate on the date of submission of bid documents? and (iv)
Even assuming that the Appellant possessed a valid ISO 9001 Certification, was the
same produced before the Respondents? Referring to Clause 3.1 of the RFP
relating to Pre-qualification (Eligibility Criteria), the learned Attorney General
submitted that both the CMM Certificate and the ISO 9001:2000 Certificate were listed
as documents to be submitted as qualifying documents and that the criteria set out
in the said form would have to be read accordingly. In any event, the Bidder's Check
List was completely changed by the Corrigendum which was subsequently issued.
20.
The
learned Attorney General submitted that the provisions of the RFP which had been
initially provided were subsequently altered which had the effect of replacing
the provisions relating to Pre-qualification (Criteria Eligibility) contained in
Section 3 of the Request For Proposal and Section 7.1 containing the proforma of
the Bidder's Response Form. The learned Attorney General submitted that the Appellant
could not, therefore, rely any longer on the terms and conditions indicated in the
un-amended RFP since the provisions of Sections 3 and 7 stood substituted by the
subsequent Corrigendum. In this regard, the learned Attorney General referred to
the unamended provisions of Section 7.1 comprising the Bidder's Response Form wherein
in paragraph 9, it has been indicated as follows :- "9. Qualify Certification
- The Company/one of the partners of Consortium (in case of Consortium) should have
an active ISO 9001:2000 certification at the time of submission of the bid. A copy
of the Quality Certificate or documentation of the Quality Policy needs to be
provided along with the bid document. In case the certificate is due for
renewal, the bidder should ensure that the renewed certificate is made available
at the time of signing of contract. In case the same is not provided, the Department
may consider negotiating the award of contract with the L2 bidder." The aforesaid
paragraph indicates that a copy of the Quality Certificate/document of quality policy
would have to be submitted along with the bid documents, with the relaxation
that in case the quality certificate was due for renewal, the bidder should
ensure that the renewed certificate was made available at the time of signing of
the contract. The learned Attorney General submitted that although a good deal
of reliance had been placed by Mr. Salve on the said provisions, the same was altered
by the first corrigendum, which in paragraph 8 of the Bidder Information Sheet indicates
as follows :- "8. Bidder should have active ISO 9001:2000 Certification at
the time of submission of Bids. Copies of the certificates or briefs on Quality
policy & System being followed to be provided. In case the certificate is due
for renewal, the bidder should ensure that the renewed certificate is made available
at the time of signing the contract. In case the same is not provided, the Department
may consider negotiating the award of contract with the L2 Bidder."
21.
The
learned Attorney General then contended that even the said provision was replaced
by a fresh corrigendum, wherein in paragraph 3 of the provision relating to
"Turnover" it was differently provided as follows:- "3. The Bidder/one
partner in the consortium must possess a valid Certification in the Capability Maturity
Model (CMM Level 3 or above). In case of consortium, the partner developing the
Software Application should have CMM Level 3 Certification. The Bidder/Lead Partners
of consortium (in case of Consortium) should have an active (valid at least
till June 2010) ISO 9001:2000 certification at the time of submission of the
bid."
22.
The
learned Attorney General urged that once the provisions relating to the Bidder's
Response Form contained in Section 7.1 stood substituted by the Corrigendum and
the provision relating to Quality Certification stood altered omitting the relaxation
given regarding filing of documents with the tender papers, it was no longer open
to the Appellants to rely on the unamended Form.
23.
The
learned Attorney General also submitted that Shri Navin Prakash had collected the
information regarding the ISO 9001 Certification of the Appellant Company on
his private initiative and not under the instructions of the Tender Advisory Committee.
Furthermore, the said information was not divulged by him at the meeting which was
held at 2.15 p.m. on the same day when the said information was received. Referring
to the Disqualification Clause contained in paragraph 4.11.6 in the Request For
Proposal, the learned Attorney General pointed out that the proposal of the
bidder was liable to be disqualified if, inter alia, the bid received from him was
in incomplete form or not accompanied by the bid security amount or by all
requisite documents. He also referred to paragraph 5.2 under Section 5 which deals
with proposal evaluation and lays special emphasis on the provisions under
technical evaluation which set out that the said bid would be rejected if it did
not meet the pre-qualification criteria. The learned Attorney General submitted
that there was no provision at the time of technical evaluation for relaxation
of the pre-qualification criteria.
24.
In
support of his aforesaid submission, the learned Attorney General firstly referred
to the decision of a Three-Judge bench of this Court in Siemens Public Communication
Network Pvt. Ltd. vs. Union of India & Ors. [(2008) 16 SCC 215], wherein while
considering the decision making process of the Government or its instrumentality
in awarding contracts, it was held that such process should exclude the
remotest possibility of discrimination, arbitrariness and favouritism and the same
should be transparent, fair, bona fide and in public interest. It was also held
that it is not possible to re-write entries in bid documents and read into the
bid documents terms that did not exist therein.
25.
Reference
was also made to another decision of this Court in Ram Gajadhar Nishad vs.
State of U.P. [(1990) 2 SCC 486], wherein it was held that the effect of non-compliance
of a mandatory condition in a Tender notice was fatal and the fact that the Appellant's
Tender was not opened, accordingly, did not call for interference under Article
136 of the Constitution.
26.
The
learned Attorney General lastly referred to the decision in Sorath Builders vs.
Shreejikrupa Buildcon Ltd. & Anr. [(2009) 11 SCC 9], where similar views
had been expressed in relation to the acceptance of the lowest bid by the
Respondent No.2 University, despite the fact that such bidder had failed to furnish
pre-qualification documents within the specified time. This Court held that the
judgment of the High Court setting aside the decision of the University was
improper as the said tenderer was itself to blame as it was late in submitting
the required documents by three days and the Respondent No.2 University was
justified in not opening the tender submitted by it. This Court observed that the
lowest tenderer could not make any grievance as the lapse was due to his own fault.
This Court noticed that of the three bidders who had responded to the tender
notice, one stood disqualified at the threshold and the lowest tenderer stood disqualified
for having filed the requisite documents three days late. In effect, the Appellant
in the said case ultimately turned out to be sole bidder and his bid was accepted,
being the lowest among all the eligible bids.
27.
Referring
to the decision in the Tata Cellular case (supra), cited on behalf of the Appellant
Company, the learned Attorney General pointed out that the said case was not a
case of omission, but of breach of the mandatory condition of filing certain
documents which were required to be filed.
28.
The
learned Attorney General submitted that the order of the High Court impugned in
the present appeal did not suffer from any infirmity which required any
interference by this Court.
29.
The
submissions made by the learned Attorney General were reiterated by Mr. Paras Kuhad,
appearing for the Respondent No.4, HCL Construction Ltd, which was impleaded as
a Respondent by this Court on 3rd August, 2010. Mr. Kuhad submitted that having
regard to the fact that a Corrigendum had been issued by which the provisions
of paragraphs 3.1 and 7.1 had been completely substituted, it was no longer
open to the Appellant to place reliance on the same since the said provisions
no longer existed. Mr. Kuhad contended that the submissions made on behalf of the
Appellant Company with regard to the conditions in the Bidder's Response Form and
the Bidder's Check List, as it stood prior to the Corrigendum having been
issued, was devoid of substance and the same had been made only to be rejected.
30.
Mr.
Kuhad pointed out that once the work had been entrusted to the Respondent No.4,
it had taken various steps in establishing the District Mechanism for Public Distribution
System in Madhya Pradesh. It was urged that in that regard steps had been taken
for Data Digitization Application Development, Preparation of Pre-Enrolment Data,
Training and Certification of Operators, Establishment of Enrolment Camps, Biometric
Enrolment of Beneficiaries, Data Transfer to UID, Generation of Aadhaar/UID
Number and Mapping of EID number to UID number. Mr. Kuhad urged that the steps
which were yet to be completed related to the loading of the data to the server
and for preparation of the Ration Cards and for issuance of the same and also Food
Coupons printing and distribution and retrieval thereof. It was submitted that at
this advanced stage, it would be highly inequitable if the public distribution supply
project in Madhya Pradesh was interfered with.
31.
Replying
to the submissions made on behalf of the Respondents, Mr. Shyam Divan, learned Senior
Advocate, urged that the Corrigendum which was issued by the Respondents was
not a replacement, as had been contended both by the learned Attorney General as
well as Mr. Kuhad, but an addition to what was already in existence. Mr. Shyam Divan
reiterated the submissions made by Mr. Salve that 0the clause relating to filing
of certificate of registration even at the stage of signing of the agreement was
valid and capable of being acted upon. Mr. Divan contended that the only change
which was effected by the Corrigendum in regard to the Bidder's response clearly
indicated that the Corrigendum related only to the introduction of Lead Partners
in case of Consortium and that in case of a Consortium, the partner developing the
software application should have CMM Level 3 Certification. It was submitted
that in any event, in the absence of clarity, the benefit should go to the Appellant
and its bid ought not to have been rejected at the Technical bid stage.
32.
Having
considered the submissions made on behalf of the respective parties, we are inclined
to accept the submissions made by the Attorney General that the introduction of
the Corrigendum completely changed the provision in the Bidder's Response Form
relating to submission of the Quality Certificate in the form of an active ISO 9001:2000
certification. In any event, the appellant's contention based on clause 9 of Section
7.1.1 of the RFP as it stood prior to corrigendum is misconceived. The said clause
9 specifically provided: ".....A copy of the Quality certificate or documentation
of the Quality policy needs to be provided along with the bid document. In case
the certificate is due for renewal, the bidder should ensure that the renewed certificate
is made available at the time of signing of contract. In case the same is not provided,
the Department may consider negotiating the award of contract with the L2
bidder."The above provision obliges a tenderer to produce along with the bid
document a copy of the Quality certificate which is valid and active on the date
of submission of the bid and it does not enable a bidder to withhold the copy of
such Quality Certificate. Where the Quality certificate will be expiring
shortly and is due for renewal, the bidder is also obliged to produce the renewed
certificate at the time of signing of the contract. The appellant claimed to have
a valid and active ISO 9001:2000 certificate at the time of submission of the bid,
but did not produce a copy of the said certificate along with the bid document.
33.
The
submissions made on behalf of the Appellant proceeds on the basis that it was entitled,
almost as a matter of right, not to submit the documents required to be submitted
along with the bid documents on the supposition that, even if such documents were
valid and active, they could be submitted at the time of signing of the Memorandum
of Understanding. The Appellant had a valid and active ISO 9001:2000
certification which it did not submit along with the Bid documents, may be due
to inadvertence, but whether such explanation was to be accepted or not lay within
the discretionary powers of the authority inviting the bids. The decision taken
to reject the Technical Bid of the Appellant cannot be said to be perverse or arbitrary.
We need not refer to the decisions cited by the learned Attorney General or the
Appellant in this regard, as the principles enunciated therein are
well-established.
34.
Even
the question as to whether Shri Naveen Prakash of the consultant agency had obtained
information that the Appellant had a valid and active ISO 9001:2000 certification
and had passed on such information to Shri Kesari, does not make any difference,
since the same was never asked for or placed before the Tender Advisory Committee
constituted for the purpose of scrutinizing the Bids despite the presence of
Shri Naveen Prakash at the meeting of the Advisory Committee at 2.15 p.m. on
the same day.
35.
We
are not, therefore, inclined to entertain the appeal, which is dismissed, but without
any order as to costs.
................................................J.
(ALTAMAS KABIR)
................................................J.
(CYRIAC JOSEPH)
New
Delhi
Dated:
4.4.2011
Back
Pages: 1 2