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

Appeal (Civil), 6125 of 2016, Judgment Date: Jul 12, 2016

                                                                  REPORTABLE

                        IN THE SUPREME COURT OF INDIA
                        CIVIL APPELLATE JURISDICTION

                      CIVIL  APPEAL NO.    6125 OF 2016
                  (Arising out of SLP (C) No.19285 of 2015)


STATE OF JHARKHAND & ORS.                                ...Appellants

                                   Versus

M/S  CWE-SOMA CONSORTIUM                                ...Respondent


                               J U D G M E N T

R. BANUMATHI, J.

            Leave granted.
2.           This  appeal  has  been  filed  assailing  the  judgment  dated
13.03.2015 of  the  High  Court  of  Jharkhand  dismissing  the  appellant’s
Letters Patent Appeal No.309 of 2014, in and by which,  the  Division  Bench
affirmed the order of  Single  Judge  directing  opening  of  technical  and
financial bid of the respondent.
3.          The matter in dispute relates to construction of a  dam  in  the
State of Jharkhand. The facts leading  to  filing  of  this  appeal  are  as
follows:  The  proposed  project,  Kharkai  Dam  at  Icha  is  a   part   of
Subernarekha Multipurpose Project, a Central Government Aided Scheme  funded
through the Accelerated Irrigation Benefits Programme (AIBP).   Subernarekha
Multipurpose Project is an Inter State project that was  sanctioned  in  the
year 1978 with the objective of providing irrigation  in  Jharkhand,  Orissa
and West Bengal. It will also provide  water  for  drinking  and  industrial
purpose  as  also  for  production  of  hydel  power.  The  Water  Resources
Department, Government of Jharkhand, through its Executive  Engineer  issued
a Notice Inviting Tender (NIT) for the construction of the Dam  as  per  the
Standard Bidding Documents (SBD) dated 28.02.2014.  On  24.03.2014,  a  pre-
bid meeting was  held  where  ten  tenderers  participated  and  during  its
course, it was observed that in the clauses of the NIT, there  were  certain
departures from the SBD.  After the pre-bid meeting, in  total,  only  three
bidders namely, M/s  CWE-SOMA  Consortium,  Hyderabad  (respondent  herein),
M/s. IL & FS Engineering and  Construction  Co.  Ltd.,  Hyderabad  and  M/s.
Navyuga Engineering Co. Ltd., Hyderabad participated in the  tender  process
and submitted their bids.  In meetings of the Departmental Tender  Committee
held on 02.06.2014 and  06.06.2014,  it  was  found  that  among  the  three
tenderers, only the respondent was found responsive and  other  two  bidders
were found unresponsive.  Therefore the tender  committee  took  a  decision
under clause 4.18(d) of the Central Vigilance  Commission  Guidelines  (‘CVC
Guidelines’) to cancel the tender and go for retender  to  make  the  tender
process more competitive.  The tender committee  re-affirmed  this  decision
in a meeting held  on  09.07.2014  after  the  Chief  Minister  referred  an
application of the respondent to them. Aggrieved thereof,  respondent  filed
a writ petition before the High Court.
4.          The learned Single Judge after examining clauses 4.17  and  4.18
of the CVC Guidelines which provide  for  procedure  in  case  of  a  single
quote/single valid acceptable quote and in case of lack of  competition  due
to restrictive specifications respectively, came to the conclusion  that  in
the absence of the decision of the tender committee that the  specifications
were stringent, clause 4.18 could not  have  been  resorted  to  and  tender
committee should have resorted to clause 4.17.   The  Single  Judge  allowed
the writ petition, holding the action of the  appellants  as  arbitrary  and
against public interest.  The matter was then carried  in  appeal  filed  by
the appellants before the Division Bench by way of  Letters  Patent  Appeal.
The Division Bench upon perusal of the rationale for  the  decision  of  the
tender committee, was of the view that there indeed existed  competition  as
three companies, including the respondent had  participated  and  respondent
turned out to be the single bidder. Thus, the Division Bench concurred  with
the conclusion of the Single Judge that only clause 4.17  should  have  been
invoked. The Division Bench also noted that the  initial  tender  value  was
estimated as Rs.698 crores for the tender  floated  in  February  2014,  and
when second tender was floated in July 2014 within the  short  span  of  few
months, the estimated value of the project had increased to  Rs.738  crores.
Thus, Division Bench dismissed  the  appeal  holding  that  re-tendering  at
later stage would further enhance the  estimated  value,  causing  excessive
loss to the state exchequer which may not be in the public  interest.  Being
aggrieved, the State of Jharkhand has preferred the present appeal.
5.          On behalf of the appellants,  Mr.  Mukul  Rohatgi,  the  learned
Attorney General submitted that the impugned judgment is contrary to  clause
24 of the  NIT  as  also  the  settled  position  of  law  that  it  is  the
prerogative of the government to award the tender.   Placing  reliance  upon
Rajasthan Housing Board and Anr. v. G.S. Investments and Anr. (2007)  1  SCC
477 and Uttar Pradesh Avas Evam Vikas Parishad & Ors. v. Om  Prakash  Sharma
(2013) 5 SCC 182, it was submitted that so long as  the  bid  has  not  been
accepted, the highest bidder acquired no vested right to  have  the  auction
confirmed in his favour.  It was further submitted that clauses 4.5 (A)  (a)
and 4.5 (A) (c) which  were  restrictive  have  led  to  other  two  bidders
becoming unresponsive. It was contended that  these  restrictions  have  not
garnered  the  approval  of  the  Cabinet  which  is   mandatory   and   was
consequential in reducing the number of participants from ten  to  three  in
which SOMA alone was  found  to  be  responsive  and  the  tender  committee
rightly decided to cancel the tender which  is  in  consonance  with  clause
4.18 (d) of CVC  Guidelines.   It  was  urged  that  the  impugned  judgment
directing the appellant to open the technical as well as the  price  bid  of
the respondent is erroneous and against well settled  principles  laid  down
by this Court.
6.          Per  contra,  Mr.  P.P.  Rao  learned  Senior  Counsel  for  the
respondent appearing along with Senior Counsel, Mr. Dushyant Dave  submitted
that cancellation of respondent’s tender was arbitrary  and  against  public
interest.  By referring to  clause  4.17  of  the  CVC  Guidelines,  learned
Senior Counsel submitted that in a case where a single  quote  or  a  single
valid acceptable quote is received against limited tender or where a  tender
has resulted in  a  single  vendor  situation,  it  needs  to  be  processed
further.  It was submitted that the learned Single Judge  and  the  Division
Bench rightly held that clause 4.17 of CVC Guidelines  ought  to  have  been
resorted to and not clause 4.18(d) of CVC Guidelines. Drawing our  attention
to the  financial  implications  of  the  project,  learned  Senior  Counsel
submitted that by issuance of a fresh tender, the value of the project  will
go up by about Rs.100 crores and the same will be detrimental to the  public
interest causing huge loss to the public exchequer.
7.          We have carefully considered the rival contentions, perused  the
impugned judgment and  the  material  on  record  including  the  additional
documents filed by the appellant-State.
8.          Every tender above the estimated value of Rs.250/- lakhs has  to
be in consonance with Standard Bidding Documents (SBD)  which  has  got  its
approval from the Cabinet.   The  entire  exercise  of  complying  with  the
general conditions of SBD is to ensure that the tender is not stringent  and
restrictive in nature so that it can enable many  tenderers  to  participate
and facilitate a wider fair play competition. Any variation from  SBD  needs
prior approval from the department  which  is  done  after  considering  the
viability  of  inserting  that  clause  and  whether  or  not  the  same  is
restrictive and stringent in nature.
9.          During the pre-bid meeting held on 24.03.2014 that was  attended
by ten tenderers, there were unapproved departures in clauses  4.5  (A)  (b)
and 4.5 (A) (c) from the clauses of the SBD.  As  these  departures  in  the
clauses of the tender document had not been  approved,  the  Chief  Engineer
was requested vide letter dated 26.03.2014 to issue appropriate  corrigendum
to the tender notice so that the tenders could be  published  in  accordance
with the SBD and reminder  of  the  said  request  was  sent  to  the  Chief
Engineer   vide letter dated 31.03.2014. In  reply  to  the  afore-mentioned
letters, the Chief Engineer responded vide letter  02.04.2014  stating  that
the departures were for the reason that the  work  was  of  a  specific  and
urgent nature and the clauses were inserted to ensure smooth  implementation
of the work on time.
10.         Even though there  were  ten  participants  in  the  meeting  on
24.03.2014 of pre-qualification bid, in view of  stringent  clauses  in  the
tender document, only three bidders namely: (i)  M/s.  CWE-SOMA  Consortium,
Hyderabad; (ii)  M/s.  IL  &  FS  Engineering  and  Construction  Co.  Ltd.,
Hyderabad and (iii) M/s. Navyuga Engineering Co. Ltd.,  Hyderabad  submitted
their bids. Upon scrutiny of the three bids, only respondent’s  company  bid
was found responsive; the other two bids were found  non-responsive  in  the
light of  provisions  of  clauses  4.5(A)(b)  and  4.5(A)(c).    The  tender
committee therefore decided to cancel  the  tender  in  order  to  make  the
tender more competitive and decided to re-invite tenders  in  the  light  of
SBD norms on the basis of which tenders are invited by the department.   The
minutes of the Departmental Tender Committee held  on  02.06.2014  reads  as
under:-
      “In light of special conditions prescribed for the invited tender  for
the work, only one tenderer  is  found  responsive  in  technically-cum-pre-
qualification bid.

      In view of the above, in order to make the tender under  subject  more
competitive, the  departmental  tender  committee  after  due  consideration
while cancelling the tender has decided to re-invite  tenders  in  light  of
SBD norms on the basis of which tenders are invited by the department.

      Chief Engineer, Icha-Galudeeh Complex,  Adityapur,  Jamshedpur  shall,
accordingly, ensure action inviting tenders according to the prescribed  SBD
norms without any delay.”

It was later realised that the typographical error  had  been  made  in  the
above minutes  and  therefore  ‘technically-cum-pre-qualification  bid’  was
later  modified  to  “pre-qualification  bid”  in  the   meeting   held   on
06.06.2014.
11.         Against the decision of tender committee cancelling the  tender,
SOMA Consortium filed a complaint before the  Chief  Minister  of  Jharkhand
and in furtherance of order of the Chief Minister, the  Departmental  Tender
Committee  held  meeting  on  09.07.2014.   In  the  said  meeting,   tender
committee decided that the decision taken by the committee in  its  meetings
dated 02.06.2014 and 06.06.2014 was correct and the same  was   affirmed  in
the light of clause 4.18(d) of CVC Guidelines, clause 32 of ITB,  clause  24
of IFB and the letter of CVC dated 07.05.2004. Tender  committee  reiterated
its earlier decision to invite  fresh  tenders  to  make  the  tender  under
subject more competitive.  Pursuant to the  decision  taken  on  09.07.2014,
appellant  proceeded  for  fresh  tender  and  NIT  was  published  in   the
newspapers as per the norms on 13.07.2014.
12.         In case of a tender, there is no obligation on the part  of  the
person issuing tender notice to accept  any  of  the  tenders  or  even  the
lowest tender.  After a tender is called for and on seeing the rates or  the
status  of  the  contractors  who  have  given  tenders  that  there  is  no
competition, the person issuing tender may decide  not  to  enter  into  any
contract and thereby cancel the tender.  It is well-settled that so long  as
the bid has not been accepted, the highest bidder acquires no  vested  right
to have the auction concluded in his favour  (vide  Laxmikant  and  Ors.  v.
Satyawan and Ors. (1996) 4 SCC 208; Rajasthan  Housing  Board  and  Anr.  v.
G.S. Investments and Anr. (2007) 1 SCC  477  and  Uttar  Pradesh  Avas  Evam
Vikash Parishad and Ors. v. Om Prakash Sharma (2013) 5 SCC 182).
13.         The appellant-state was well within its  rights  to  reject  the
bid without assigning any reason thereof.  This is apparent from  clause  24
of NIT and clause 32.1 of SBD which reads as under:-
“Clause 24 of NIT: “Authority reserves the right to reject  any  or  all  of
the tender(s) received without assigning any reason thereof.”

Clause 32.1 of SBD: “…the Employer reserves the right to  accept  or  reject
any Bid to cancel the bidding process and  reject  all  bids,  at  any  time
prior to award of Contract, without thereby incurring any liability  to  the
affected Bidder or Bidders or any obligation to inform the  affected  Bidder
or Bidders of the grounds for the Employer’s action.”

In terms of the above clause 24 of  NIT  and  clause  32.1  of  SBD,  though
Government has the right to cancel the tender without assigning any  reason,
appellant-state did assign  a  cogent  and  acceptable  reason  of  lack  of
adequate competition to cancel the tender and invite a  fresh  tender.   The
High Court, in our view, did not keep in view the above  clauses  and  right
of the government to cancel the tender.
14.         The State derives its power  to  enter  into  a  contract  under
Article 298 of the Constitution  of  India  and  has  the  right  to  decide
whether to enter into a contract with a person or not subject  only  to  the
requirement of reasonableness  under  Article  14  of  the  Constitution  of
India.  In the case in hand, in view of lack of real competition, the  state
found it advisable not to proceed with the tender with only  one  responsive
bid available before it.  When there was only  one  tenderer,  in  order  to
make the tender more competitive, the tender  committee  decided  to  cancel
the tender and invited a fresh tender and the decision of the appellant  did
not suffer from any arbitrariness or unreasonableness.
15.         The appellant claims that the decision of  re-tendering  was  in
the light of the restrictive nature of the conditions introduced in the  NIT
in departure from the SBD and was in consonance with clause 4.18(d)  of  CVC
Guidelines.  Clause 4.18 of CVC Guidelines reads as under:-
“4.18. Re-tendering- Retendering may  be  considered  by  the  TPC/CFA  with
utmost caution, under the following circumstances:
(a)  Offer do not confirm to essential specification
Wherever there are major changes in specification and  quantity,  which  may
have considerable impact on the price.
Prices quoted are unreasonably high with  reference  to  assessed  price  or
there is evidence of a sudden slump in prices.
There may be cases when the  lack  of  competition  is  due  to  restrictive
specification, which do not permit many vendors  to  participate.   The  CFA
must consider if there are reasons for review of specification of  the  item
to facilitate wider  competition.  Re-tendering  will  be  done  only  after
approval of IFA and CFA in all cases.”

Respondent, on the other hand, submits that the present case is  not  guided
by clause 4.18(d) of CVC Guidelines rather it is guided by clause  4.17  and
therefore cancellation of tender invoking clause 4.18(d)  is  arbitrary  and
erroneous. Clause 4.17 of the CVC Guidelines reads as under:-
 “4.17. There are  cases  when  only  a  single  quote  or  a  single  valid
acceptable quote is received even against LTE or  OTE,  this  results  in  a
single vendor situation indicating lack of  competition.  These  cases  will
not be treated as procurement against Single Tender  Enquiry  and  shall  be
progressed as an LTE or OTE case as applicable.”

16.         In order to consider the question whether the respondent’s  case
is to be  appreciated  under  clause  4.17   or   clause  4.18  of  the  CVC
Guidelines, in the  impugned  judgment,  the  Division  Bench  examined  the
clauses that have been inserted in  the  NIT  in  departure  from  SBD  i.e.
clause 4.5(A) (a) and clause     4.5  (A)(c).   The  said  clauses  read  as
under:-
 “4.5 (A) To qualify for award of the contract,  each  bidder  in  its  name
should have in the last five years as referred to in Appendix.
Achieved a minimum annual turnover (in  all  classes  of  civil  engineering
construction works only) amount indicated  in  Appendix  in  any  one  year,
(usually not less than one & half times the estimated cost  of  the  project
may be kept.  However,  for  Turn-key  &  other  projects  where  completion
period is two years or more, the annual turnover may  be  kept  as  per  the
requirement upto 1.50 x Estimated cost/years of completion of project).
(b       ……
Executed in any one year, the minimum quantities of the following  items  of
work as indicated Appendix.
– cement concrete (including RCC and PSC).…..cum
-earthwork  in   both   excavation   and   embankment(combined   quantities)
      …………..cum
- …………………              …………..cum
- …………………              …………..cum
(usually 50% of estimated quantity. However, for Turn-key &  other  projects
where completion period is two years or more as per the requirement  may  be
kept as estimated quantity/years of completion of project.)”

17.         Clauses 4.5(A)(a)  and  4.5(A)(c)  have  been  found   stringent
resulting in request to the Chief Engineer for issuing  corrigendum  as  the
above clauses added an additional qualification  of showing of  quantity  of
work done in one project.  The Division Bench  thereafter  examined  clauses
4.17 and 4.18 of CVC Guidelines and came to the conclusion as under:-
“...there was certainly a competition within three companies including  SOMA
in which SOMA turned out to be a single vendor and therefore  it  cannot  be
said to be a case for retendering on account of lack of competition  due  to
restrictive specification. Lack of competition has to be construed  in  that
manner only.  In this eventuality, it is only clause 4.17 of CVC  guidelines
which ought to have been invoked and not clause 4.18 of  CVC  guidelines  as
rightly held by learned Single Judge.”

18.         Admittedly, in the  pre-bid  meeting  held  on  24.03.2014,  ten
tenderers have participated. After conclusion  of  the  pre-bid  meeting  on
24.03.2014, as  a  result  of  stringent  conditions  prescribed  in  clause
4.5(A)(a) and 4.5(A)(c), only  three  tenderers  could  participate  in  the
bidding process and submit their bids.  As noticed  earlier,  upon  scrutiny
two were found non-responsive.  In our considered view, High Court erred  in
presuming that there was adequate competition. In order to make  the  tender
more competitive, tender committee in its collective wisdom  has  taken  the
decision to cancel and re-invite tenders in the  light  of  SBD  norms.   As
noticed earlier, the same was reiterated in a  subsequent  meeting  held  on
09.07.2014.  While so, the High Court was not justified to sit  in  judgment
over the decision of tender Committee and  substitute  its  opinion  on  the
cancellation of tender. Decision of  the  state  issuing  tender  notice  to
cancel the tender and invite fresh tenders could not  have  been  interfered
with by the High Court unless found to be mala fide or arbitrary.  When  the
authority took a decision to cancel the  tender  due  to  lack  of  adequate
competition and in order to make it more competitive, it decided  to  invite
fresh tenders, it cannot be said that there is any  mala  fide  or  want  of
bona fide in such decision.  While exercising judicial review in the  matter
of government contracts, the primary concern of the court is to see  whether
there is any infirmity in the  decision-making  process  or  whether  it  is
vitiated by mala fide, unreasonableness or arbitrariness.
19.         Observing that while exercising power of judicial review,  court
does not sit as appellate court over the  decision  of  the  government  but
merely reviews the manner in which the decision was made, in  Tata  Cellular
v. Union of India (1994) 6 SCC 651, in para (70) it was held as under:-
“70.  It cannot be denied 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 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 for any collateral purpose the  exercise  of  that  power
will be struck down.”

20.         The government must have freedom of contract. In  Master  Marine
Services (P) Ltd. v. Metcalfe & Hodgkinson (P) Ltd. and Anr.  (2005)  6  SCC
138, in para (12) this Court held as under:-
“12. 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, 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  principles  of  reasonableness  but  also  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.
(See para 113 of the Report, SCC para 94.)”

The court  does  not  have  the  expertise  to  correct  the  administrative
decision as held in Laxmikant and Ors. v. Satyawan and  Ors.  (1996)  4  SCC
208, the government must have freedom of contract.
21.         The right to refuse the lowest or any  other  tender  is  always
available to the government.  In  the  case  in  hand,  the  respondent  has
neither  pleaded  nor  established  mala  fide  exercise  of  power  by  the
appellant. While so, the decision of tender  committee  ought  not  to  have
been interfered with by the High Court. In our  considered  view,  the  High
Court erred in sitting in appeal over  the  decision  of  the  appellant  to
cancel the tender and float a fresh tender.  Equally,  the  High  Court  was
not right in going into the financial implication of a fresh tender.
22.         Having addressed the correctness of reasonings recorded  by  the
High Court, it is important to note one further aspect. When  the  SLP  came
up for hearing, by an order dated 10.08.2015, while  granting  interim  stay
on the operation of the impugned judgment,  this  Court  directed  that  the
appellants shall be free to invite fresh tenders and process the  same,  but
no allotment shall be made without permission of this Court.  The appellant-
state has filed an additional document stating that about 20,421.43 acre  of
land  is  to  be  acquired  under  the  “Right  to  Fair  Compensation   and
Transparency in Land Acquisition Rehabilitation and Resettlement Act,  2013”
which came into force on 01.01.2014. Section 41 of the said Act states  that
no  acquisition of land as far as possible could be made  in  the  Scheduled
Area.  If it is necessary, it should be done only as per  last  resort.   It
also states that land in Scheduled Areas  can  only  be  acquired  with  the
prior consent of  Gram  Sabha  or  Panchayats  or  the  autonomous  District
Councils.  The learned Attorney  General  submitted  that  the  entire  sub-
mergence area of the proposed Icha Dam is in  the  scheduled  area  and  the
remaining land for Icha Dam can be acquired only with the prior  consent  of
the Gram Sabha of the affected villages.  It  is  further  stated  that  the
issue was discussed in the  meeting  of  Tribal  Advisory  Council  held  on
27.09.2014 and that Tribal Advisory Council  and  the  sub-committee  opined
that the  construction  of  Icha-Kharkai  Dam  may  be  cancelled.   Learned
Attorney General therefore submitted that there are some issues  which  need
to be resolved before floating a fresh tender  of  Icha  dam.  The  impugned
judgment of the High Court is liable to be set aside.
23.         In the result, the  impugned  judgment  of  the  High  Court  of
Jharkhand is set aside and this appeal is allowed.  No costs.

                                                              …………………….CJI.
                                                       (T.S. THAKUR)

                                                               ……………………….J.
                                                      (R. BANUMATHI)
New Delhi;
July 12, 2016

For the Latest Updates Join Now