Supreme Court of India (Division Bench (DB)- Two Judge)

Appeal (Civil), 4248 of 2017, Judgment Date: Mar 09, 2017


                                                                  REPORTABLE

                        IN THE SUPREME COURT OF INDIA
                        CIVIL APPELLATE JURISDICTION

                     CIVIL APPEAL  NO(S). 4248  OF  2017
                  (Arising out of SLP (C) No. 6695 of 2017)


CHHATTISGARH STATE INDUSTRIAL DEVELOPMENT
CORPORATION LTD AND ANR.                                      ..Appellant(s)

                                   VERSUS

M/S AMAR INFRASTRUCTURE
LTD. AND ORS.                                                ..Respondent(s)

                                    with

                    CIVIL APPEAL  NO(S). 4251   OF  2017
                  (Arising out of SLP (C) No. 7723 of 2017)

                                  O R D E R


1.    Leave granted.

2.    The appeals have  been  preferred  by  Chhattisgarh  State  Industrial
Development Corporation  Ltd.  (in  short,  'the  CSIDC')  and  M/s.  Raipur
Construction Pvt. Ltd. being aggrieved  by  the  judgment  and  order  dated
14.02.2007 passed by the High Court of Chhattisgarh  in  Writ  Petition  (C)
No.1053 of 2016 thereby allowing the same and quashing  the  contract  given
to M/s. Raipur Construction Pvt. Ltd. by the CSIDC with respect to the  work
of “upgradation of infrastructure i.e.  roads,  drainage  system  and  water
supply in Sirgitti under  Modified  Industrial  Infrastructure  Up-gradation
Scheme (MIIUS) at Sirgitti, Bilaspur.”

3.    Tender was floated by the CSIDC on 3.11.2015 for  the  aforesaid  work
within the stipulated time period of 18  months  and  tenders  were  invited
online, to be submitted by 12.01.2016.

4.     A writ petition bearing WP(C) No.227 of 2016, was  filed  challenging
the notice inviting tenders issued by the CSIDC and the same  was  dismissed
vide order dated 2.2.2016 by the High Court of Chhattisgarh, Bilaspur.   The
online bids were submitted.  The CSIDC opened the  tenders  for  determining
whether the bidders satisfied the  pre-qualification  criteria.  Based  upon
the information supplied by  the  bidders,  the  CSIDC  prepared  charts  of
technical evaluation documents in the form of Annexures 'A' 'B' 'C' and  'D'
which were signed by the Chief Executive  Engineer  and  placed  before  the
Tender Evaluation Committee in its meeting held on  03.03.2016.   The  CSIDC
filed a Technical Evaluation Sheet as Annexures  R-4/3  and  5/3  which  was
placed before the Technical Evaluation Committee whereas the  petitioner  in
the High Court  i.e.  M/s.  Amar  Infrastructure  Ltd.  filed  the  document
“Annexure P-4” as technical evaluation document.

5.    It is pertinent to  mention  here  that  the  documents  of  technical
evaluation filed by CSIDC were signed by  the  Executive  Engineer  and  the
document filed by M/s. Amar Infrastructure Pvt. Ltd. as  Annexure  P-4  does
not bear signatures of any official.

6.    On 3.3.2016, Tender Evaluation Committee  considered  the  matter  and
had drawn the minutes which is signed by Mr. S. Rajgire, Executive  Engineer
Division-IV, Mr. G.V.S.P. Rao,  Deputy  Manager  (Accounts)  and  Mr.  Abdul
Shakil, Chief Engineer. Two bidders namely; M/s. Arcons Infrastructure  Pvt.
Ltd.,  Chhindwara  and  M/s.  Raipur  Construction  Pvt.  Ltd.  were   found
qualified. It has been opined by the Evaluation Committee that they  fulfill
all the requisite qualifications.  Hence, it  was  resolved  unanimously  to
open the financial bids of the aforesaid two bidders.   The  financial  bids
were ultimately opened on  5.3.2016.   The  bid  submitted  by  M/s.  Raipur
Construction Pvt. Ltd. was ranked as L-1 as compared to that of M/s.  Arcons
Infrastructure Pvt. Ltd. Chhindwara whose bid was ranked as L-2.  Ultimately
the bid L-1 of M/s. Raipur Construction  Pvt.  Ltd.  had  been  accepted  on
8.7.2016 and work order  had  been  issued  by  the  CSIDC  to  M/s.  Raipur
Construction Pvt. Ltd.

7.    The petitioner/respondent herein,  namely,  M/s.  Amar  Infrastructure
Ltd. was disqualified on the ground that  its  construction  experience  was
not  found  as  per  the  requisite   criteria   indicated   in   experience
certificate, quantity of DLC (M-10) i.e. 3194 cum submitted  under  the  key
activities of construction experience of requisite  quantity  of  work  done
was  not  in  accordance  with  the  nomenclature  of  PWD  SOR.    In   the
nomenclature of DLC in SOR there was no M-20 type of concrete, as  such  the
amount of DLC as presented in the certificate had been rejected.

8.    It is pertinent to mention that  Writ  Petition  No.664  of  2016  was
filed before the High Court of Chhatisgarh at Bilaspur by M/s.  B.B.  Verma,
who was also one of the unsuccessful bidders, against the CSIDC and  others.
In the said writ petition, the CSIDC had filed  its  reply  dated  14.3.2016
and had submitted the document dated  3.3.2016  i.e.  the  chart  containing
technical evaluation in which the aforesaid facts were mentioned.  The  writ
petition preferred by M/s. B.B. Verma was ultimately dismissed by  the  High
Court of Chhatisgarh vide order dated 15.03.2016.

9.    However, M/s. Amar  Infrastructure  Ltd.  filed  a  representation  on
1.4.2016  not  against  the  successful  bidder  but  against  M/s.   Arcons
Construction Pvt. Ltd. to the effect that it had  been  found  eligible  for
opening financial bid despite not having a Hot Mix –Plant.  After  the  writ
petition in question was filed on 8.4.2016 in  the  High  Court,  reply  was
filed by the CSIDC on 7.7.2016.

10.   The High  Court,  considering  the  discrepancy  in  the  document  of
technical evaluation  which  was  filed  by  the  M/s.  Amar  Infrastructure
Limited and the one filed by the CSIDC,  had  vide  order  dated  28.07.2016
directed the Superintendent of Police, Raipur to depute an  independent  and
competent officer from the Cyber Crime Cell of the State Police to  inspect,
examine and analyse the data available on the computer of the CSIDC  and  to
determine the following points:

“1.   What was the initial bid document e-filed by Respondent No.6.
2.    Whether in the tender document submitted by respondent no.6, the  list
of plant and machinery contained hot mix plant or  not?  Whether  said  list
was certified by the authorised signatory or not?
3.     The  concerned  Officer  will  after  examining  the  documents  also
determine whether  the  document  Annexure-P/4  has  been  prepared  on  the
computer of the CSIDC or not?
4.    The officer shall  also  intimate  the  date  of  preparation  of  the
document Annexure R4,5/3 filed by the CSIDC and clearly  intimate  when  the
document was  initially prepared and  if  any  changes  were  made  to  this
document then on what date. Report be  submitted  to  this  Court  within  a
period of 6 weeks from today.”

11.   Pursuant to the order, the report was  filed  in  the  High  Court  on
9.11.2016. The report  submitted  by  the  Cyber  Crime  Cell  is  extracted
hereunder:

       “In  the  compliance  of  above  command,  three  hard   disks   were
confiscated and tested from the computers of CSIDC by the  Cyber  Specialist
Police headquarters, Raipur and a document  was  received  by  the  help  of
chips.  After testing following results were obtained:

Information related to point no.01 is attached in page 115.

2.    Information related to point no.02 is attached  on  115  page  and  on
page no. 57 a list  of all documents in e-tender created through  respondent
no.6 are present which does not contain any mentioning  of   hot  mix  plant
and in this list a seal of company and signature is used  in  the  place  of
authorised signatory.
3.    According to the compliance of information on point no.3  and  no.4  a
hard disk was confiscated from computer no.3  which  has  a  description  as
follows:

(A)of Hitachi Company S/R no. 0138264JPT3MAOCOA, 30 G.B.
(B)of HC Company S/R No. 0A33535BS19570C7A, 164G.B.
(C)of Western Digital Company S/R No.WCAYUA915673, 164 G.B.
Confiscated Hard disk was tested by Cyber Crime Expert.
The information of point no. 03 and 04 of the Test report is as follows:

Point No. (3) – Document Annexure P/4 is created on the computer  of  CSIDC,
which is located in the Computers' Hitachi Company hard disk who's  S/R  No.
is OA 39264JPT3MAOCOA, 320  G.B.  in  the  file  named  Annexure  -Bb,  Last
modified Date -06.03.2016.  Time :-4.46 P.M. the found file is  of  80  K.B.
which contain 08 pages.  The information related to annexure: P/4 was  found
in the page nos.6,7,8.

The information related to point no. (4) is found in the  file  Annexure  -A
Last modified Date : 14.01.2016 Time 12.33 P.M. which  was  located  in  the
CSIDC hard disk of Hitachi Company who's serial  no.  is  0A39264JPT3MAOCOA,
320 G.B.  According to which document Annexure  R-4,  5/3  is  presented  in
respected court which is a “Technical Evaluation” chart and  in  the  column
of tender form price in the column no.2 of the tender form, the D.D.  number
deposited by the companies taking place in tender is  clearly  mentioned  as
well the name of the banks are clearly mentioned.   But  the  file  obtained
from the hard disk “technical evaluation” chart who is named as Annexure  R-
4, 5/3 contains only the D.D. No and does not  contain  any  bank  name,  in
this way, both files have differences in them.

      The information related to “Technical Evaluation” Chart  Annexure  “B”
is located in the file named Annexure -B, Last modified  Date  :  04-07-2016
time-02.08 P.M. which is situated in the Hitachi  Company  Hard  disk  who's
S/R No. is 0A39264JPT3MAOCOA, 320 G.B. the sixe of the file is 24  K.B.  and
contains 02k pages.  The attachment for Supreme  Court  and  file  found  in
Hard disk have no differences.

      The information related to “Technical Evaluation” Chart  Annexure  “C”
is located in the file named Annexure -C,  Last  modified  Date:  04.07.2016
time – 02.09 P.M. which is situated in the Hitachi Company Hard  disk  who's
S/R no. is 0A39264JPT3MAOCOA, 320 G.B. the size of the  file  is  29.7  K.B.
andk contains 02 pages.  The attachment for Supreme Court and file found  in
Hard disk have no differences.


            The perusal of Document Test reports  (I/pages)  and  C.D.'s  as
well as chips concluded by the Cyber Cell Specialist is submitted.

      Attachment : As per above points.”

12.   The report was filed on 11.11.2016 and the High Court has  found  that
the document which were placed on record; one filed by the CSIDC  and  other
filed by the appellant were substantially  different  with  respect  to  the
fact whether Hot Mix Plant was owned  by  M/s.  Arcons  Infrastructure  Pvt.
Ltd. and also that modification had been made in the document  on  4.7.2016.
Thus, the High  Court  had  opined  that  L-2  tenderer  basically  was  not
qualified to participate and had been made to qualify  for  opening  of  its
financial bid in order to give  the  contract  anyhow  or  somehow  to  M/s.
Raipur Construction Pvt. Ltd. It concluded that M/s.  Arcons  Infrastructure
Pvt. Ltd. was illegally included in the qualified list  of  bidders  by  the
Technical Evaluation Committee in its meeting dated 3.3.2016, and thus,  the
contract granted to M/s. Raipur Construction Pvt. Ltd. has been quashed  and
at the same time further police investigation has been ordered so as to  fix
the responsibility for the manipulations made in the document filed  by  the
CSIDC and/or by M/s. Amar Infrastructure Ltd.

13.   Aggrieved thereby the appeals have been preferred in this Court.

14.   Mr. Mukul Rohatagi, learned  Attorney  General  alongwith  Mr.  Apoorv
Kurup, Mr. A.C. Boxipatro and Mr. Ashish Kumar Sinha,  appearing  on  behalf
of the appellants submitted that there is no manipulation in  the  Technical
Evaluation Bid Sheet and pre-qualification criteria was  fulfilled  by  both
the tenderers whose financial bids were opened.  Owning Hot  Mix  Plant  was
not a mandatory condition and thus it could not be said that  the  technical
evaluation was illegal in any manner whatsoever. The financial bids  of  the
qualified tenderers were required to be opened and Hot Mix Plant was not  in
the list of plant and equipments which were necessary  to  be  possessed  to
qualify at the pre-qualification stage.

15.   It was also submitted by the learned Attorney General  that  the  High
Court has unnecessarily doubted the documents of Technical Evaluation  Sheet
placed on record by the CSIDC.  It had been filed within seven days  of  the
finalisation of the financial bid in  the  High  Court  of  Chhattisgarh  at
Bilaspur in the writ application which was  preferred  by  M/s.  B.B.  Verma
which was dismissed on 15.3.2016 relying upon the very same documents  which
have been filed by the CSIDC in the  instant  writ  application  also.   The
document which has been filed by M/s. Amar Infrastructure Pvt. Ltd.  is  not
signed by anybody and even if taken to be an assessment  made  with  respect
to the entire tender documents  by CSIDC, hot mix plant  being  not  a  pre-
requisite and essential to be possessed for opening of  the  financial  bid,
the reasoning employed by the High Court that L-2 was got qualified only  in
order to ensure that financial bid of L-1 could be opened so that  it  would
not be left as the only tenderer, whose financial bid then  could  not  have
been opened being only bidder in the fray and re-tendering would  have  been
necessitated, falls down.

16.   Mr.  Garvesh  Kabra,  learned  counsel  appearing  on  behalf  of  the
respondent ingeniously submitted that other tenderer had  been  disqualified
namely; M/s. Anil Buildcon (I) Pvt. Ltd. on the basis of not possessing  the
requisite  ‘concrete  paver’  and  it  is  apparent  from   the    Technical
Evaluation Sheet filed by the respondent as P-4 that the L-2  tenderer  M/s.
Arcons Infrastructure Pvt. Ltd. did not possess Hot Mix Plant  at  the  time
of submitting the tender which fact was noted in  the  requisite  column  of
the evaluation sheet (P4).  He has also submitted that it was  necessary  to
submit all the documents alongwith the  tender  forms  including  what  were
mentioned in Schedule D Section V.  Thus, it was submitted  by  the  learned
counsel that there had been manipulation made at the instance of  the  CSIDC
as Technical Evaluation Sheet  filed  by  CSIDC  does  not  tally  with  the
technical evaluation document  filed  by  the  petitioner  before  the  High
Court.  It appears that manipulation  had  been  done  in  the  document  as
observed by the High Court on 4th July, 2016.  The High  Court  has  rightly
disqualified L-2, and thus it became necessary to invite the fresh  bids  as
per the prevailing norms.  Consequently, the order had been  passed  by  the
High Court, keeping in view the report of the Cyber Crime  Cell.   Hence  no
case for interference is made out in the appeals.  The order passed  by  the
High Court is on proper consideration.

17.   In order to appreciate the  rival  submissions,  it  is  necessary  to
consider  the  tender  document  itself  and  the  requirements   for   pre-
qualification. Whether having Hot Mix Plant was necessary qualification?  In
the tender document, list is given, the same is extracted as under :

“(a) Only Schedule A and Section 1 of Schedule D are to be filled  &  signed
by the tenderer
(b) All  the  certificates  as  per  pre  qualification  criteria  shall  be
appended with relevant forms of schedule “D”.
1.    PART ONE (CSIDC  F-I)-(Attached  herewith,  to  be  submit  along  the
tender)

(a) Press notice & corrigendum
(b) Detailed NIT

Part(b)

(a) Schedule A
(i)  Cost Abstract
(ii) Bill of Quantities
(b)  Schedule B- NIL
(c)  Schedule C-NIL
(d)  Schedule D
Section 1....Technical tender forms
(i)  Letter of Technical Tender
(ii) Tenderer's Information Sheet
(iii)Annual Turnover
(iv) Specific Construction Experiences
(v)  Declaration
(vi)Check list for Technical tender evaluation

Section II. Scope of work
Section III. Technical specifications of work

Section IV. Special conditions of contract
Section V. List of approved makes.”
                                       (emphasis added by us)
18.    The  tender  inviting  notice  requires  certain  documents   to   be
mandatorily submitted online. The list of  the  documents  as  contained  in
para 1 of the tender notice is extracted hereinbelow:
“It is mandatory to submit the following online:

(A)Details of Earnest money in FD (in favour of M.D.C.S.I.D.C. Raipur)  from
any nationalised bank.

(B) Valid registration of CT/ VAT and VAT clearance certificate/  it  return
acknowledgment.

(C ) Letter of technical tender.

(d) Tender's information sheet.

(E) Specific Construction Experience.

(F) Construction Experience in key activities.

(G)  List  of  key  plants  &  equipment  certificate,  available  with  the
bidder/lease or rented. (List enclosed).

(H) Declaration check list for technical tender evaluation.

(I) All desired document should be attested by Notary.

(J) All desired document scan copy submitted to Online  should  also  to  be
submitted  physically  by  post  in  separate  envelope.    Any   additional
documents which are not submitted online but submitted physically  will  not
be accepted.

(K) PAN No. details.

(L) Copy of valid registration in CGPWD/Central/State/Semi  Govt.  Of  India
or PSU of appropriate clause.

(M) Tenderer has to submit audited balance sheets of  their  financial  turn
over/accounts along with profit & Loss account for the any  three  (3)  year
out of last five (5) years.

(N)  The contractor shall submit list of works which are in hand.

(O)  Affidavit in Original should be in  prescribed  format  regarding  that
given all the informations  are  true  must  be  attached  on  Rs.100/-  Non
judicial stamp paper.”
                                    (emphasis added by us)
19.   It is apparent that list of plant and machinery  as  “available”  with
the bidder, on lease or rented, was to be enclosed. It is apparent that  L-2
did not mention that Hot Mix Plant was available with  it.   It  has  to  be
considered whether Hot Mix Plant was necessary for opening of the  financial
bid.

20.    The  detailed  notice  inviting  tenders  required  a  tender  to  be
submitted in three envelopes in the following manner:

|“Submission of |1. Tender documents to be  submitted in  |
|Tender         |three envelopes  marked A,B & C on line  |
|Documents      |as per mentioned key dates on portal of  |
|               |https://csidc.cgeprocurenment.gov.in     |
|               |Envelope A    will contain earnest money |
|               |                                         |
|               |Envelope B   technical qualification/    |
|               |details required for qualification as per|
|               |NIT and other details                    |
|               |                                         |
|               |Envelope C  shall have     financial     |
|               |offer.                                   |
|               |2. For technical qualification,          |
|               |eligibility criteria an earnest money the|
|               |document submitted on line shall only be |
|               |treated as final submission of document. |
|               |Any physical submission of extra paper/  |
|               |document shall not be taken for          |
|               |consideration for Technical              |
|               |qualification/                           |
|               |eligibility criteria.                    |
|PLACE  AND DATE| The tenders shall be opened at  the     |
|OF  OPENING OF |office of Managing Director,  CSIDC,     |
|TENDER         |First Floor, Udyog  Bhawan, Ring Road no.|
|               |1,  Telibandha, Raipur 9C.G.) as         |
|               |mentioned in key dates.  After  that     |
|               |Envelop (C) of only eligible             |
|               |applicants will be opened on the same day|
|               |or any suitable date of the qualified    |
|               |tenderers only.                          |

21.   In tabular form the originally scheduled dates were given for  opening
the envelopes which is extracted hereinbelow :

|Seq. |CSIDC Stage       |Supplie|Start Date & |Expiry Date &|Envelops    |
|No.  |                  |r Stage|Time         |Time         |            |
|7.   |Open Envelope -A  |       |01/01/2016   |02/01/2016   |Technical   |
|     |(PQ Technical &   |       |from 10.00   |from 17.00   |Envelope    |
|     |Commercial Detail)|       |A.M.         |P.M.         |            |
|8.   |Evaluation and    |       |01/01/2016   |02/01/2016   |Technical   |
|     |Shortlisting of   |       |from 10.00   |from 17.00   |Envelope    |
|     |Envelope-A        |       |A.M.         |P.M.         |            |
|9.   |Open Envelope-C   |       |04/01/2016   |04/01/2016   |Price Bid   |
|     |(Price Bid)       |       |from 10.00   |from 17.00   |Envelope    |
|     |                  |       |A.M.         |P.M.         |            |
|10.  |                  |Fill   |04/01/2016   |04/01/2016   |Price Bid   |
|     |                  |Negotia|from 17.01   |from 17.02   |Envelope    |
|     |                  |ted    |A.M.         |P.M.         |            |
|     |                  |Rates  |             |             |            |
|11.  |Evaluation and    |       |04/01/2016   |08/01/2016   |Price Bid   |
|     |Shortlisting of   |       |from 17.03   |from 17.04   |Envelope    |
|     |Envelope-C        |       |A.M.         |P.M.         |            |
|12.  |Tender Award      |       |08/01/2016   |12/01/2016   |Technical   |
|     |                  |       |from 17.05   |from 17.06   |Envelope    |
|     |                  |       |A.M.         |P.M          |Price Bid   |
|     |                  |       |             |             |Envelope    |

22.   Tender was to be submitted in three envelopes ‘A’,’B’ & ‘C’.  Envelope
‘A’  to  contain  earnest  money.  Envelope   ‘B’   to   contain   technical
qualifications/ details required for qualification  as  per  NIT  and  other
details. Envelope ‘C’ to contain financial offer.

23.   Pre-qualification criteria has been dealt with  in  Clause  2  of  the
detailed NIT. The same is extracted as below:
“2. Pre-Qualification criteria: To  be  eligible  under  the  contract,  the
intending tenderer should meet the following mandatory criteria:


2.1 Financial Criteria
Average Annual Turnover: As per C.G. Govt.  PWD  Circular  No.  F21-7/T/2017
dated 02/03/2015 achieved in “any one financial  year”a  financial  turnover
in  mentioned  clauses  of  civil   engineering   construction   works)   of
construction work of at least 60%(Sixty percent)of the  probable  amount  of
contract for which bid  has  been  invited  i.e.  INR  26.64  Crores(Audited
balance sheet duly signed by CA should be enclosed).

(b) satisfactory completed at least one similar work equal in value  of  50%
(Fifty per cent)of the portable amount i.e. INR 22.20 Crores of contract  as
one date of submission  of  financial  offer  (Audited  balance  sheet  duly
signed by CA should be enclosed).

2.2   Technical Criteria
|A     |Intending tenderer shall be registered contractor |
|      |with any Central/State/Semi Government of India or|
|      |PSU in Class A-Unlimited or registered contractor |
|      |in single registration system of C.G.P.W.D. in    |
|      |appropriate class                                 |
|      |AND                                               |
|B     |Intending tenderer should have completed          |
|      |satisfactorily following works during last five   |
|      |years i.e. after 06.10.2010 in any Government/Semi|
|      |Government or public Sector undertaking as below: |
|      |(a) One similar work costing nor less than INR    |
|      |35.52 Crore each                                  |
|      |OR                                                |
|      |(b) two similar work costing not less than INR    |
|      |22.20 Crore each                                  |
|C     |Construction experience in Key activities (May be |
|      |complied by specialist  Subcontractors Employer   |
|      |shall require evidence of subcontracting agreement|
|      |from the Bidder. Specialist Sub contractor is a   |
|      |specialist enterprise engaged for highly          |
|      |specialised processes which cannot be provided by |
|      |the main contractor)                              |
|      |                                                  |
|      |Requirement                                       |
|      |Submission Requirements                           |
|      |                                                  |
|      |For the above or other contracts executed during  |
|      |the period stipulated in 2.1 above a minimum      |
|      |construction experience in the following key      |
|      |activities                                        |
|      |Earth work                                        |
|      |33400 Cum                                         |
|      |                                                  |
|      |Granular Sub Base Grading                         |
|      |20300 cum                                         |
|      |                                                  |
|      |Dry Lean Cement Concrete                          |
|      |5100 cum                                          |
|      |                                                  |
|      |Cement Concrete Pavement (M-30 & above grades)    |
|      |10200 cum                                         |
|      |                                                  |
|      |Wet mix mecadam                                   |
|      |2500 cum                                          |
|      |                                                  |
|      |Dense graded bituminous amacadam and by Bituminous|
|      |concrete                                          |
|      |3000 cum                                          |
|      |                                                  |
|      |R.C.C. open drain  (M-20 grade)                   |
|      |7500 RM                                           |
|      |                                                  |
|      |D.I.pipeline various dia of class K-9             |
|      |4265 RM                                           |
|      |                                                  |
|      |Octagonal pole with LED light fitting 120 watt    |
|      |75 Nos.                                           |
|      |                                                  |
|      |                                                  |
|      |In form, Schedule-D(v) Construction Experience in |
|      |key activities                                    |
|      |                                                  |
|      |                                                  |

a.    For the purpose value of executed works and financial  turnover  shall
be bought to current costing level by enhancing the actual value of work  at
the rate of 10% per annum (compounded annually), calculated  from  the  date
of completion to last date of receipt of applications for tenders.

b.    Ongoing project/part project experience shall not  be  considered  for
evaluation.

c.    For the benefit of the intending tenderers a check  list  is  enclosed
at schedule D (Section 1)  for  the  documents  to  be  submitted  alongwith
tender.

d.     If  tenderer  qualifies  on  the  basis  of  experience  of  one/more
components of scope of work, in such circumstance, a tenderer shall have  to
employ sub vendor who has experience in execution  of  that  component,  for
which tenderer does  not  have  experience.  That  sub  vendor  should  have
successfully completed work in any central/State Government/PSU  in  respect
of particular component as below:

(i)   One completed work of 80% of the value of that component; OR

(ii)  Two completed work of 50% of  the  value  of  that  component  in  the
central/State Government Department/ PSU Certificate.

(a)   All  tenderers  should  submit  the  valid  registration  certificate.
Comercial tax certificate, balance sheet with profit and loss statement  for
at least three years.

(b)   The tenderer shall also submit  satisfactory  completion  certificates
in support of each quoted experience alongwith work order. The  satisfactory
completion certificate should be signed by an officer not below the rank  of
Executive Engineer concerned in case of Government department  or  the  rank
of  General Manager in case of Public Sector as the case may be.

(c) all the documents to be submitted shall be duly notarized.”


24.   It is apparent from the pre-qualification criteria that for  acquiring
eligibility the intended tenderer has to  meet  the  financial  criteria  as
specified in Clause 2.1, technical criteria as per  Clause  2.2(A)  and  the
construction experience in key activities  as  provided  in  Clause  2.2  of
doing a  contract  of  requisite  nature.  Clause  2.2(B)  required  similar
construction work should have  been  completed  satisfactorily  within  five
years, costing not less than INR 32.52 crores or two similar  works  of  INR
22.20  crores  each  and  Clause  2.2(C)  provided  with  respect   to   the
construction experience in key  activities  requirement  for  the  above  or
other contracts executed during the period stipulated in clause  2.1  above,
a minimum construction experience in the key activities as provided in  form
Schedule D Section I(v) relating to construction experience.

25.   Schedule D Section I(v) referred to in the pre-qualification  criteria
is also extracted below:
      “D(v): Construction Experience in key Activities.

      Fill up one (1) form per contract.
|Contract      |Name of work      |                      |
|No..... of....|                  |                      |
|Award Date    |                  |                      |
|Award Date    |                  |Completion date       |
|              |                  |                      |
|              |                  |                      |
|              |                  |                      |
|              |                  |                      |
|              |                  |                      |
|Role in       |Contractor        |Sub contractor        |
|contract      |                  |                      |
|              |                  |                      |
|Total contract|                  |                      |
|amount        |                  |                      |
|Employer's    |                  |                      |
|name          |                  |                      |
|Address       |                  |                      |
|Telephone/fax |                  |                      |
|no.           |                  |                      |
|E-mail        |                  |                      |
|              |Description of the|                      |
|              |work executed     |                      |
|              |                  |                      |

Note: Attach copies of the work order and satisfied completion  certificates
in support of each quoted experience. The completion certificate  should  be
signed by the officer not below the rank of concerned Executive Engineer  in
case of Government Department or in the rank of General manager in  case  of
Public Sector/private sector as the cases may be.

                            Signature of tenderer
                            Date_______________”


26.   Check list was given in Schedule D Section 1(v) for the  documents  to
be submitted along with tender. The same is extracted hereunder :
|Name of the Agency                                       |
|S.No.|Document     |Details       |Enclosed as annexure  |
|     |             |              |page No.              |
|     |             |              |from                to|
|     |             |Bar cutting   |1 No.                 |
|     |             |machine upto  |                      |
|     |             |40 MM dia     |                      |
|     |             |Cutting pumps |3 Nos.                |
|     |             |Pan Mixer of  |2Nos.                 |
|     |             |not less than |                      |
|     |             |0.5 cum       |                      |
|     |             |Plate         |2Nos.                 |
|     |             |vibrators of  |                      |
|     |             |one ton       |                      |
|     |             |capacity      |                      |
|     |             |Minimum       |L =200 mt Ht          |
|     |             |shuttering    |                      |
|     |             |material to   |0.30m                 |
|     |             |provided by   |L= 200mt Ht           |
|     |             |the contractor|1.00 m                |
|     |             |(good quality |                      |
|     |             |steel plates  |                      |
|     |             |inc steel     |                      |
|     |             |propose etc.) |                      |
|     |             |Fixed from or |1 No.                 |
|     |             |slip  from    |                      |
|     |             |paver         |                      |
|     |             |Water Tankers |1 No.                 |
|     |             |(10-12KL)     |                      |
|     |             |Tipper/trucks |6Nos.                 |
|     |             |Soil compactor|1 No.                 |
|     |             |8-10 tones)   |                      |
|     |             |Concrete saw  |1 No.                 |
|     |             |Generator (250|1 No.                 |
|     |             |KVA)          |                      |
|     |             |              |                      |
|     |             |Vibratory     |1 No                  |
|     |             |roller (8-10  |                      |
|     |             |Tones)        |                      |
|     |             |Motor Grader  |1 No                  |
|     |             |(Clearing/Spre|                      |
|     |             |ading/GSB/100 |                      |
|     |             |Cum/ hour)    |                      |
|     |             |Mechanical    |1 No                  |
|     |             |paver for CC  |                      |
|     |             |Road fixed    |                      |
|     |             |form          |                      |
|     |             |Mechanical    |1 No                  |
|     |             |paver for BT  |                      |
|     |             |Road          |                      |

Note: the above check list only  provides  for  those  documents  which  are
mandatory  for  the  tender  pre  qualification  criteria.   Tenderers   are
required to append, other  documents  also  with  the  technical  tender  as
required in the detailed NIT or elsewhere in the Part One (CSIDC F-1)”
                                                   (Emphasis supplied by us)
27.   It is pertinent to mention here that in said list of  mandatory  plant
etc. necessary for pre-qualification criteria, the  Hot  Mix  Plant  is  not
mentioned.  Thus,  it  was  not  a  pre-requisite  to  qualify  for  opening
financial bid.

28.   Apart from that, when we peruse the list of minimum plant,  equipments
and shuttering provided in clause 51 of  the  contract  document,  18  items
have been mentioned in which again the Hot Mix Plant  is  not  mentioned  in
the list of “Minimum plant equipment and Shuttering”. The list contained  in
Clause 51 of tender documents is extracted hereunder:
|“Sr.  |Particulars                          |Quantity      |
|No.   |                                     |(As required) |
|1.    |Computerised and Fully Automatic     |1 No.         |
|      |Concrete batching plant of minimum 30|Minimum       |
|      |Cum/ hr capacity.                    |              |
|      |Cement Silos for 2 (two) days        |              |
|      |capacity with direct feeding and     |              |
|      |batching facility.                   |              |
|      |Hoopers for fine and course          |              |
|      |aggregate.                           |              |
|      |Approved Plasticizer dozing facility.|              |
|      |Software programme compatible to make|              |
|      |corrections to batching/ mix design. |              |
|      |Concrete Pump of required capacity.  |1 No.         |
|      |Transit Mixer of 6 Cum capacity.     |4 Nos.        |
|      |MS concrete Piping system for pumping|1 Sets per    |
|      |                                     |Pump set      |
|2.    |JCB                                  |2 Nos.        |
|3.    |Vibrators                            |              |
|a     |Electric with low noise              |3 Nos.        |
|B     |Petrol (Stand by)                    |2 Nos.        |
|c     |Needle Vibrator  - 40                |2 Nos.        |
|d     |Needle Vibrator – 65                 |2 Nos.        |
|4     |Bar Bending Machine up to 40 mm dia. |1 No.         |
|5     |Bar cutting Machine up to 40 mm dia. |1 No.         |
|6     |Curing Pumps                         |3 Nos.        |
|7     |Pan mixer of not less than 0.5 Cum   |2 Nos.        |
|8     |Plane Vibrators of 1 ton capacity    |2 Nos.        |
|9     |Minimum shuttering material to be    |L=200 mtHt    |
|      |provided by the contractor (Good     |0.30 m        |
|      |quality steel plate’s inc steel      |              |
|      |propos etc.)                         |L=200 mtHt    |
|      |                                     |1.00 m        |
|10    |Fixed from or slip from paver        |1 No.         |
|11    |Water Tankers (10-12 KL)             |1 No.         |
|12    |Tipper/ Trucks                       |6 Nos.        |
|13    |Soil Compactor (8-10 Tones)          |1 No.         |
|14    |Concrete Saw                         |1 No.         |
|15    |Generator (250 KVA)                  |1 No.         |
|16    |Vibratory roller (8-10 Tones)        |1 No.         |
|17    |Motor Grader (Clearing/ Spreading/   |1 No.         |
|      |GSB/ (100 Cum/hour)                  |              |
|18    |Mechanical paver for concrete road & |1 No.         |
|      |Mechanical paver for B.T. road       |              |


???? ???????? ????? ??? ???????? ????? ?? ????????? ?? ?? | ??? ?????? ?? ????  ????  ??  ??
?????? ??? ??????? ??????? ???? ?? ???? ???? ???? ?????????? ?????? ???? ?? ??? ?????  ??
??? ???? ???? ??? ??, ??????  ????  ??????  ??  ??????  ???  ??  ??????  ??  ???  ?????
?????????? ?????? ????????? ???? ??? ?? ?? ?????? ?? ????? ??? ???????? ??  ?????????  ??
??????? ????????? ??????? ?????? ???? ???? ??? ?? | ?????? ???? ?? ???? ??? ???????  ??
??????? ????? ??? ?????? ???? ???? ?????? |

Note: The details referred to herein above  are  only  for  the  purpose  of
quantitive assessment.   The  specification  &  qualitative  aspect  of  the
shuttering material  shall  be  in  accordance  with  the  BOQ  &  Technical
specification.  The details are to be provided within 30  days  after  award
of contract.”


29.   In case, any of the aforesaid minimum equipment is not  available  and
certificate is not appended to the bid, the financial  bid  was  not  to  be
opened.

30.   The Hot Mix Plant finds place in different Section V  of  Schedule  D.
A bare reading of Schedule D Section V makes it clear  that  though  it  was
part of tender form and was in the list of approved tools and  machinery  to
be used for road work, it was not necessary for  the  purpose  of  technical
evaluation at the stage of pre-qualification for opening of financial bid.

31.   Considering the aforesaid various clauses, we are  of  the  considered
opinion that both the bidders L-1 and  L-2  i.e.  M/s.  Raipur  Construction
Pvt.  Ltd.  and  M/s.  Arcons  Infrastructure  Pvt.  Ltd.  were  technically
qualified for opening of their financial bids.   The  opinion  expressed  by
the High Court that L-2 was made to be qualified in spite of the  fact  that
it was not having Hot Mix Plant,  thus,  cannot  be  accepted  as  available
ground to disqualify L-2  tenderer.  The  relevant  clauses  of  the  tender
document were  not  placed  for  consideration  before  the  High  Court  as
mentioned by the High Court and at last moment the Hot Mix  Plant  inclusion
in Schedule D Section V was indicated to it by the disqualified  contractor.
 In our opinion, Hot Mix Plant was not a  mandatory  requirement  so  as  to
open the financial bid.  Thus, the financial bids of the two  tenderers  who
succeeded at  the  pre-qualification  stage  had  been  rightly  opened  and
considered. In our opinion, M/s. Raipur Construction  was  not  favoured  by
qualifying the disqualified tenderer - M/s. Arcons  Infrastructure  Pvt  Ltd
to give the contract to it in surreptitious method and  manner  as  observed
by the High  Court.   M/s.  Arcons  Infrastructure  was,  in  fact,  rightly
qualified.

32.   This Court in Tejas Constructions and  Infrastructure  Pvt.  Ltd.  vs.
Municipal Council, Sendhwa and Anr. (2012) 6 SCC  464  has  laid  down  that
when the work is 60 per cent complete, Court should be slow to interfere  as
retendering  would  delay  the  project.  In  the  absence  of  malafide  or
arbitrariness which is not made out in the instant case as 50  per  cent  of
the work had been completed when the order was passed  by  the  High  Court,
hence, no interference was warranted in the present case.

33.   Now, we advert to  the  question  of  manipulation  in  the  technical
evaluation sheet which has been placed on record by the CSIDC  in  the  form
of document R-4/3 and 5/3 and by M/s. Amar Infrastructure Ltd.  as  Annexure
P-4 in the High Court.

34.   The Cyber Crime Cell has observed that some modification was  made  on
4th July, 2016, in the technical evaluation bid  document  P-4,  a  copy  of
which was filed by the respondent i.e. M/s. Amar Infrastructure  Limited  in
the month of April.  It was also not reported what change was made  in  P-4.
There was no  such  manipulation  reported  in  the  document  of  technical
evaluation filed by the CSIDC in the High Court.  We have seen the stand  of
CSIDC in its reply to the Writ  Application  preferred  by  M/s  B.B.  Verma
which was dismissed by the High Court  after  looking  into  same  technical
evaluation report.  The similar stand had been taken by the  CSIDC  and  the
very same document of technical evaluation had been placed on record in  the
aforesaid case as is apparent from the pleadings to which our attention  has
been drawn by the learned Attorney General.  The  document  relied  upon  by
the CSIDC had  been  placed  on  record  of  said  case  within  a  week  of
finalisation of the financial bid. Immediate filing of the same  and  taking
the stand to the similar effect as has been taken in this matter also  vouch
for the correctness of document which has been filed by the CSIDC and  there
is no manipulation in it. As per report of the cyber crime cell  also  there
is no manipulation in the document which has been relied upon by the  CSIDC.
The question of manipulation as to Hot Mix Plant is of no consequence as  it
was not a mandatory criteria for opening of financial bid. The ownership  or
otherwise of the hot mix plant was not at all necessary and  the  plant  was
not required as mandatory one for the  purpose  of  pre-qualification  stage
for opening of financial bid.  It was only in the  list  of  approved  plant
and equipments to be  used  under  the  certification  of  the  Engineer-in-
charge.  It appears that the document P-4 which had been filed by M/s.  Amar
Infrastructure Ltd. contained the evaluation sheet but it  was  not  as  per
requirement of aforesaid various  clauses  necessary  for  pre-qualification
stage and non-submission of  the  information  as  contended  by  M/s.  Amar
Infrastructure Ltd. could not have disqualified M/s.  Arcons  Infrastructure
and Constructions Pvt. Ltd. Thus, what was the necessary requirement as  per
criteria for opening of the financial evaluation  had  been  rightly  placed
before the Technical Evaluation Committee on 3.3.2016. We have  perused  the
original Minutes and the technical evaluation document filed by CSIDC  which
were placed before Technical Evaluation Committee, and  was  signed  by  the
Executive Engineer and had  been  considered  by  the  Technical  Evaluation
Committee. The minutes of the Technical Evaluation Committee had  also  been
signed by the aforesaid three officers.  Apart from that in the  minutes  of
Technical  Evaluation  Committee  meeting   dated   3.3.2016,   details   of
qualifications have been mentioned and that accords  with  the  document  of
evaluation sheet which has been relied upon by the CSIDC.
35.   In our opinion, as the hot mix plant was not a  mandatory  requirement
so as to open the financial bid,  we  decline  to  go  into  the  submission
raised on behalf of the appellants that  M/s.  Amar  Infrastructure  Limited
has not disclosed how and when  and  from  whom  and  by  which  process  it
obtained the document P-4 which  is  not  signed  by  anybody  as  the  fact
remains that the document which is filed by the respondent also  existed  in
the computer of the CSIDC.  However, it looms  in  insignificance  owing  to
the conclusions to which we have reached with respect to the Hot Mix  Plant.
May be that this document P-4 was also prepared by  somebody  in  the  CSIDC
but it was not initialed or signed by anybody.  It depicted the position  of
entire  tender  of  L-2  but  what  was  mandatory  requirement   for   pre-
qualification stage and technical evaluation  was  correctly  placed  before
the Technical Evaluation Committee in the form of document R-4/3 and  R-5/3.
 In view of the aforesaid, we are of the opinion  that  the  report  of  the
Cyber Crime Cell is of no  consequence  with  respect  to  pre-qualification
criteria and opening of financial  bids,  since  it  is  not  disputed  that
successful tenderer L-1 fulfilled all  conditions  and  had  Hot  Mix  Plant
also.

36.   There was no manipulation in the mandatory  requirements  and  may  be
that P-4 was prepared but that was of no consequence as  deficiency  of  Hot
Mix Plant, even if placed  before  Committee,  would  not  have  tilted  the
balance in favour of the respondent M/s. Amar  Infrastructure  Limited.  The
Committee on that basis could not have disqualified the L-2 tenderer.
37.   Coming to the  submission  raised  by  the  learned  counsel  for  the
respondent that M/s. Anil Buildcon (I) Pvt. Ltd. was  disqualified  for  not
possessing concrete paver as such L-2 tenderer  M/s.  Arcons  Infrastructure
Pvt. Ltd. also ought to have been disqualified for  deficiency  of  Hot  Mix
Plant, we are  unable  to  accept  the  submission  as  concrete  paver  was
mentioned  in  the  list  of  mandatory  plant  and   equipment   for   pre-
qualification stage so as to open financial bid.  Thus, this  submission  is
found to  be  baseless.   M/s  Anil  Buildcon  (I)  Pvt.  Ltd.  was  rightly
disqualified.

38.    We  also  find  that  M/s.  Amar  Infrastructure  Ltd.   itself   was
disqualified and it had not questioned the qualification of  the  successful
bidder but that of L-2 bidder - M/s.  Arcons  Infrastructure  Pvt.  Ltd.  on
ground that it was not qualified and its financial bid  had  been  illegally
opened.  It was purely a fight between  the  rival  tenderers  involving  no
element of public interest.   It was the respondent who was trying to  cater
to its business interest to ensure retendering by  seeking  disqualification
of L-2 tenderer M/s. Arcons Infrastructure Pvt. Ltd. to  whom  contract  had
not been given.   The  Court  has  to  be  loath  in  such  matter  to  make
interference.

39.   Resultantly, we find that there was no  merit  in  the  writ  petition
filed by the respondent in the High Court.  Thus, we have no  hesitation  in
setting aside the impugned judgment, order  and  directions  passed  by  the
High Court.  The appeals are allowed.  Parties to bear their  own  costs  as
incurred.

                                                           ...............J.
                                                               (ARUN MISHRA)


                                                           ...............J.
                                                               (AMITAVA ROY)
NEW DELHI
March 09, 2017.

For the Latest Updates Join Now