Legal Document View

Unlock Advanced Research with PRISMAI

- Know your Kanoon - Doc Gen Hub - Counter Argument - Case Predict AI - Talk with IK Doc - ...
Upgrade to Premium
[Cites 6, Cited by 4]

Orissa High Court

M/S. Jagadamba Packaging Pvt. Ltd vs Union Of India & Others ... Opp. Parties on 17 August, 2010

Author: B.P.Das

Bench: B.P.Das

                           HIGH COURT OF ORISSA: CUTTACK

                                 W.P.(C). No. 9446 of 2010


         In the matter of an application under Articles 226 and 227 of the
         Constitution of India.
                                     --------

         M/s. Jagadamba Packaging Pvt. Ltd.                       ...      Petitioner

                                       -Versus-

         Union of India & Others                                  ...     Opp. Parties.


               For Petitioner      :    Sri A.K. Mohanty, Senior Advocate
                                        M/s Manoj Kumar Mishra,
                                        P.K. Das & S.Senapati


               For Opp. Parties :       Mr.S.D.Das, Asst. Solicitor General
                                        (for opp.party Nos. 1 to 3)

                                        M/s. Subash Ch. Lal, S.Lal,
                                        Sujit Lal & M.R. Samal
                                        (for opp.party Nos. 4 & 5)

                                           ----------
         P R E S E N T:
                       THE HONOURABLE SHRI JUSTICE B.P.DAS
                                  AND
                  THE HONOURABLE SHRI JUSTICE B.N.MAHAPATRA

                Date of hearing: 20.07.2010: Date of judgment: 17.08.2010

B.N.MAHAPATRA, J     This writ petition has been filed with a prayer to quash the

         tender No.MM/09100465 dated 28.01.2010 floated for supply of 45874

         numbers of ammunition container 39 A/L which was awarded in favour of

         opposite party Nos. 4 and 5 and to give a further direction to opposite

         parties authorities to award the said tender in favour of the petitioner.
                                         2


2.           Bereft of unnecessary details, the facts and circumstances

giving rise to the present writ petition are that the opposite party No.3-

Indian Ordnance Factory, Badmal, Bolangir, Orissa, through its General

Manager, floated an advertisement in the website for supply of Nos.45874

AMMN container 39 A/L.         The said tender paper was supplied to the

petitioner by opposite party No.3. The petitioner submitted the tender paper

which was opened on 05.03.2010. On that date, opposite parties-

authorities rejected the technical bid of the petitioner and consequently its

financial bid was not opened. The said tender work was awarded in the

ratio of 50:50 in favour of both opposite party No.4-Bhawani Industries and

opposite party No.5-Meghnani Industries. Being aggrieved by such action

of the opposite parties-authorities, the petitioner has filed this writ petition.

3.           Mr. A.K. Mohanty, learned Senior Advocate appearing on

behalf of the petitioner vehemently argued that the grounds of rejection of

the petitioner's technical bid have not been communicated to the

petitioner. The petitioner came to know about the grounds of rejection

only after the counter affidavit was filed by the opposite parties in this

Court.   The three grounds on which the petitioner's technical bid was

rejected are (i) Non-production of blue print of factory layout showing

machine position, (ii) Non-production of purchase invoice of machinery,

and (iii) Non-confirmation as regards PSD, Arbitration and penalty clause.

It was submitted that all the tender processes are governed and guided by

the Material Management & Procurement Manual (in short MMPM). As per
                                       3


clause 6.17 of the said manual, the three grounds on which the technical

bid of the petitioner was rejected are not classified as essentials of tender.

Therefore, rejection of the technical bid without seeking any further

information from the petitioner is not sustainable. In support of such

contention, reliance was placed on the decision of the apex Court in

B.S.N. Joshi & Sons Ltd. Vs. Nair Coal Services Ltd. & Ors, (2006) 11

SCC 548.

            It was further contended that earlier on 14.09.2008, a tender

was floated for the same container 39 A/L in respect of 78,300 numbers in

which the present quantity of 45,874 numbers was included and the

petitioner-Company also submitted its tender paper for the same.           In

January 2009, the capacity verification of the petitioner's firm was

conducted by a team of officers of Ordinance Factory, Chanda, who

confirmed and recommended for opening of the price bid. Hence, the

petitioner's tender ought not to have been rejected at the time of opening of

technical bid. The PSD, Arbitration and Penalty clauses have been

confirmed by the petitioner by signing the tender paper which specifically

contains these clauses. Apart from this, in the tender notice, there is no

requirement for confirmation of the above clauses separately. Confirmation

of PSD is also not required at the stage of submitting tender paper because

Clause-10 of the general instructions of the tender provides that the firm

has to deposit PSD within one month of placement of supply order.
                                       4


Attacking the action of opposite party No.3 in awarding tender in favour of

opposite party Nos. 4 and 5, it was argued that as per the tender notice,

bidders were required to submit the Earnest Money Deposit (EMD).

Opposite party Nos. 4 and 5 do not come under Clause-5.1.2 of MMPM

and, therefore, cannot be exempted from EMD. Since the opposite party

Nos.4 and 5 have not deposited EMD, their tender papers are liable to be

rejected in terms of Clause 5.1.4 of MMPM. The quality system of the opp.

parties 4 and 5 was verified by a team of authorities. The report dated

09.04.2010 submitted by them reveals that the owner of the firm made a

commitment, if development order is given to develop 39 A/L container, the

deficient facility will be established, if any, as per satisfaction of the

customer. It is argued that in spite of the said deficiency, opposite party

No.3 has illegally awarded the tender in favour of opposite party Nos. 4 and

5. Moreover, opposite party Nos. 4 and 5 are one and the same person as

reveals from the address and fax number. Opposite party No.5 is the son of

the person who has sworn the affidavit for opposite party No.4. The two

firms namely M/s. Meghnani Industries and M/s. Bhawani Industries

belong to two members of one family. Opposite party Nos.4 and 5, do not

have industrial electricity connection and they have only commercial

connection. It shows that they do not have any industry. The ground taken

by the opposite parties that the petitioner's firm has formed a cartel, is not

taken as a ground in the order of rejection of the bid. The stand taken in

the counter affidavit that on the request of some tenderers including the
                                         5


petitioner, the opening date of tender was extended from 26.02.2010 to

05.03.2010 is not correct as the petitioner Company never asked for any

extension of time. Concluding his argument Mr. Mohanty submitted that

rejection of the petitioner's technical bid and award of the contract in

favour of opposite party Nos.4 and 5 are illegal, arbitrary, unfair and

violative of Article 14 of the Constitution.

4.           Mr S.D. Das, learned Asst. Solicitor General of India appearing

for opposite parties 1 to 3 submitted that so far as ordnance factory is

concerned, the supplies were received from various suppliers. Eighty per

cent of the supplies are received through established registered suppliers by

way of limited tender and the rest twenty per cent of the supplies are

received through new companies/firms/organizations by way of open tender.

The selected tenderers from amongst these tenderers are ultimately treated

as registered suppliers after execution of the orders. In the instant case,

tender was given due publicity. The tender was invited as per Annexure-1 to

the writ application, but the petitioner has not filed the complete copy of

Annexure-1. Being a new entrant, the tenderer has to satisfy the

requirement and the conditions under Clauses 1 and 2 of the technical

terms and conditions for manufacturing of container 39 A/L to be confirmed

by bidder item-wise in writing against each point. As per Clauses, the firms

who fail to submit the necessary documents are treated as ineligible firms

and their offers are rejected without further correspondence. The committee

found non-submission of various requirements as per Clauses 1 and 2 and
                                        6


came to the conclusion that the petitioner failed to supply blue print of the

factory layout showing machine position and purchase invoices of

machinery. The petitioner-Company has also not confirmed regarding PSD,

Arbitration and penalty clause. The petitioner failed to qualify in the

technical bid and as such its price bid was not opened. On 2.5.2010, the

petitioner was intimated about rejection of its tender as per Clause 6.28 of

MMPM. Opposite parties are not required to give detailed reason for rejection

as per Clause 6.28 of the MMPM. M/s. The petitioner-Company is owned

and financed by M/s. Packwell Paper Tube Industries who is an established

supplier for this item with Shri Neeraj Raizada having common ownership

and signatories for both the companies. The petitioner having participated in

the process without reservation cannot question the process after having

failed to qualify in the technical bid. Since the petitioner's price bid was not

opened, opposite parties had no knowledge about its price. Petitioner's

registration otherwise with any factory does not confer any right to ignore

T.E. requirements. The submission that the petitioner was found suitable by

the factory at Chanda is no ground at all as it failed to produce the required

papers. SSI containing details of plant and machinery cannot be substituted

for invoices showing purchaser, make, model and machine number. The

report of the Addl. Comptroller and the Auditor General of India reveals that

the petitioner was indulged in cartel formation. In the meantime, the

authorities concerned have placed order with opposite parties 4 and 5.

Award of tender to opposite parties 4 and 5 has been done as per the
                                       7


standard norms and procedures followed by the OFBL. The tender has been

processed and awarded in a fair and transparent manner with equal and

similar treatment. The production unit of opposite party nos.4 and 5 was

physically checked and verified by a team of officers. The ownership of land,

plant and machinery have been examined. The valuation reports clearly

confirm the capability of opposite party Nos. 4 and 5.

            Placing reliance on the judgment of the apex Court in Meerut

Development Authority Vs. Association of Management Studies &

Anr., (2009) 6 SCC 171, Mr. Das argued that a tender is an offer. It is

something which invites and is communicated to notify acceptance. It

must be unconditional; must be in the proper form, the person by whom

tender is made must be able to and willing to perform his obligations.

5.          Mr. S.C. Lal, learned Senior Advocate appearing on behalf of

opposite party Nos. 4 and 5 submitted that opposite party No.4- Shree

Bhawani Industries and opposite party No.5-Meghnani Industries are

separate legal entities having separate sales tax registration numbers, DIC

registration numbers and different places of business. Opposite party No.3

had deputed a team of officers to the factory premises of opposite party

Nos.4 and 5 who made physical verification of the land, plant, machinery

and capacity of the said opposite parties to produce 39 A/L containers

which are the subject matter of the tender. Opposite party Nos. 4 and 5

have adequate experience and financial capability to execute the tender and

had deposited the Performance Security Deposit (PSD) after the supply
                                        8


order was placed by opposite party No.3. Petitioner's tender has been

rightly rejected by opposite party No.3 for non-fulfillment of the standard

conditions attached to the tender notice under Annexure-1 for forming a

cartel, which practice has been prohibited under Section 3(3)(a) and (d) of

the Competition Act, 2002. The use of letter head of M/s. Packwell Paper

Tube Industries clearly shows that the petitioner has formed a cartel with

M/s. Packwell Paper Tube Industries. From the audit report dated

07.01.2010 of the Additional Comptroller and Auditor General of India, it is

evident that M/s. Packwell Paper Tube Industries had formed and indulged

in cartel and, therefore, the petitioner's tender has been rightly rejected.

Since the tenders of other parties including the petitioner were rejected as

they could not qualify in the technical bid, there is no question of

considering the price bid of the petitioner. Soon after receipt of the tender

notice, opposite parties 4 and 5 have made substantial investment in raw

materials for effective supply of 39A/L containers.

6.           On   the   rival   contentions,   the   questions   that   fall   for

consideration by this Court are as follows:

      (i)    Whether    opposite    party   No.3-Indian   Ordnance      Factory,
             Badmal, Dist. Bolangir, Orissa represented through its
             General Manager, is justified in rejecting the technical bid of
             the petitioner without giving any opportunity to it to rectify
             the alleged defects/deficiencies found in the technical bid?
      (ii)   Whether opposite party no.3 has illegally and in unfair
             manner accepted the tenders of opposite party Nos.4 and 5
             ignoring the requirements provided in MMPM?
                                        9


7.           To deal with question No.(i) it is necessary to have an idea

about the tender in question.

             The tender document is in two parts: (a) technical bid; and (b)

financial bid. Further, the requirements in the tender notice are classified

into two categories: those which lay down the essential conditions of

eligibility and the other which are merely ancillary and subsidiary to the

main object. The essential tender conditions must have been adhered to.

If a party fails, and/or neglects to comply with the requisite conditions,

which are essential for consideration of its bid, it cannot supply the details

at a later stage. However, in case of conditions, which are not essential

conditions but merely ancillary and subsidiary they can be complied with

at a later stage.

8.           In the instant case, opposite party-authorities rejected the

technical bid of the petitioner and consequently did not open the financial

bid. As reveals from paragraph-3 of the Comparison Chart (Annexure-B/1

to the counter affidavit filed on behalf of opposite party nos.1, 2 & 3), the

technical bid of the petitioner was rejected on the following grounds i.e. (i)

Non-production of blue print of factory layout showing machine position,

(ii) Non-production of purchase invoice of machinery, and (iii) Non-

confirmation as regards PSD, Arbitration and penalty.

9.            According to the petitioner, the above three grounds on which its

technical bid was rejected are not classified as the essentials of the tender

under Clause 6.17 of MMPM. Therefore, in terms of para 6.17, the opposite
                                       10


parties-authorities could have given opportunity to the petitioner to remove

the defects and asked for documents from the petitioner before rejecting the

technical bid. At this juncture, it is necessary to know what is contemplated in

para 6.17 of the MMPM, which deals with initial analysis of tenders received.

Para 6.17    "The Purchase Officer will scrutinize the tenders received to
             find out whether these are complete in all respects and
             binding on the tenderers. There may be some offers which are
             not complete. Such incomplete offers can be broadly classified
             into two groups:
             (A)    Where the offer is complete with regard to the essentials
                    of the tender though some other details may be missing.
             (B)    Where the offer is not complete with regard to
                    essentials.
             As regards incomplete tenders falling under Group (A) these
             may be considered, provided the offer is specific with regard to
             the following basis requirements:
             (i)    Description and specifications.
             (ii)   Rates, Duties and Taxes.
             (iii)  Delivery terms.
             In other words, there should be no ambiguity regarding the
             items being offered, the prices quoted and the terms of
             delivery. Where with regard to these basic requirements, the
             offers contain vague and ambiguous stipulations or avoid
             specific replies to the queries in the tender documents, like
             whether        the      store     conform        to     technical
             particulars/specifications, drawings as specified in the
             schedule to tender, such offers will not be considered
             complete with regard to the essentials. If some other details
             are missing from such an offer, for example, list of plant and
             machinery, details of NSIC registration etc. which do not
             affect financial terms and conditions, the Purchase Officer
             may make a reference to the firm seeking further information,
             provided soliciting of such information will not amount to
             revision of the offer.
             Such references and clarifications must be made quickly with
             a target date for reply to that finalization of the tender is not
             delayed.      For making such references or accepting a
             clarification from the firms for such details, the Purchase
             Officer will not require approval from any superior authority.
             It is, however, reiterated that no clarifications shall be
             obtained or accepted from the firm, (even if submitted
             unilaterally by the firm) which have an effect of changing the
                                       11


             essentials of the tender or its inter se position or would give
             an unintended benefit to the tenderer.
                   As regards tenders falling under Group (B), such offers
             should be ignored and rejected straightway and no reference
             should be made to the firm or clarifications accepted, if
             submitted by the tenderer unilaterally.
                   For the guidance of the purchase officers, an illustrative
             and no exhaustive list of the instances in which the tenders
             may be ignored and rejected straightway is given below:
                   (a)    Received after due date and time of tender
                          opening (late tenders):
                   (b)    Unsolicited offer i.e. offer from tenderer other
                          than those asked to quote against the tender.
                   (c)    In the form of Letter Head/Fax/Telex/Telegram
                          not followed up by formal tenders in time. (within
                          7 days of opening of T.E.)
                   (d)    Not accompanied with Earnest Money asked for
                          incase the firm responded is not registered with
                          NSIC.
                   (e)    Does not indicate delivery period by which
                          supplies can be made or delivery offered is vague.
                   (f)    Does not indicate the terms of delivery.
                   (g)    Ambiguous with regards to any of the essentials
                          i.e. the items being offered, prices quoted, and the
                          terms of delivery.
                   (h)    Tender samples as required in the enquiry
                          conditions have not been submitted by the due
                          date."
                                                     (underlined for emphasis)

10.          A conjoint reading of groups (A) & (B) of para 6.17 makes it

clear that an incomplete tender falling under Group (A) may be considered

provided the offer is specific with regard to the basic requirements such as

(i) Description and Specification (ii) Rates, Duties and Taxes (iii) Delivery of

terms. In other words, there shall not be any ambiguity with regard to

items being offered, the price quoted and the terms of delivery. In the

instant case it is nobody's case that the offer of the petitioner is not

specific with regard to (i) Description and Specification (ii) Rates, Duties
                                      12


and Taxes (iii) Delivery terms or there is any ambiguity regarding the

items offered, price quoted and terms of delivery. Therefore, the grounds

on which the technical bid of the petitioner is rejected are not the

essentials of the tender. The conditions are merely ancillary and

subsidiary, which are covered under group (A) of para 6.17. Our above

view is further strengthened by the illustrations given in para 6.17 for

guidance of the Purchase Officer under which the tenders may be ignored

and rejected straightway. The grounds on which the technical bid has

been rejected are not coming under the said illustrations. Para 6.17

further reveals that if some other details are missing from an offer, e.g.,

list of plants and machinery, details of NSIC registration etc. which don't

affect financial terms and conditions, the Purchase Officer may make a

reference to the firm seeking further information provided soliciting of

such information will not amount to revision of the offer.

11.         The apex court in Poddar Steel Corpn. vs. Ganesh Engg.

Works & Ors., (1991) 3 SCC 273, held as follows:

            "It is true that in submitting its tender accompanied
            by a cheque of the Union Bank of India and not of the
            State Bank clause 6 of the tender notice was not
            obeyed literally, but the question is as to whether the
            said non-compliance deprived the Diesel Locomotive
            Works of the authority to accept the bid. As a matter
            of general proposition it cannot be held that an
            authority inviting tenders is bound to give effect to
            every term mentioned in the notice in meticulous
            detail, and is not entitled to waive even a technical
            irregularity of little or no significance. The
            requirements in a tender notice can be classified into
            two categories - those which lay down the essential
            conditions of eligibility and the others which are
                                      13


            merely ancillary or subsidiary with the main object to
            be achieved by the condition. In the first case the
            authority issuing the tender may be required to
            enforce them rigidly. In the other cases it must be
            open to the authority to deviate from and not to insist
            upon the strict literal compliance of the condition in
            appropriate cases"
            (Also see B.S.N.Joshi & Sons Ltd. Vs. Nair Coal
            Services Ltd. & Ors., (2006) 11 SCC 548)

            In Union of India & Others vs. Hindustan Development

Corporation and Others, (1993) 3 SCC 499, the apex court held that

the Government while entering into contracts or issuing quotas is

expected not to act like a private individual but should act in conformity

with certain healthy standards and norms. Such actions should not be

arbitrary, irrational or irrelevant. In the matter of awarding contracts

inviting tenders is considered to be one of the fair ways. If there are any

reservations or restrictions then they should not be arbitrary and must be

justifiable on the basis of some policy or valid principles which by

themselves are reasonable and not discriminatory.

            In a case where validity of the conditions in a tender as such

are not questioned, the Government has the right to either accept or

reject the lowest offer but that of course, if done on a policy, should be on

some rational and reasonable grounds. The test of reasonableness, which

pervades the constitutional scheme particularly in the context of Arts. 14,

19 and 21, finds its positive manifestation and expression in the lofty

ideal of social and economic justice which inspires and animates the

Directive Principles and Article 14 strikes at arbitrariness in State action.
                                       14


12.          In view of the above, we have no hesitation to hold that the

grounds on which the technical bid of the petitioner was rejected are not

the essentials of the tender in terms of para 6.17 of the MMPM and the

opposite parties authorities are not justified in rejecting the technical bid

of the petitioner without making any reference to the petitioner seeking

those information in terms of para 6.17 of the MMPM.

13.          The other stand of the petitioner that needs consideration in

the present context is regarding capacity verification of the petitioner's

firm which was conducted by a team of officers of the Ordnance Factory,

Chanda, pursuant to an earlier tender floated for the same container 39

A/L, who confirmed and recommended the petitioner's tender for price

bid.

             According to the petitioner, pursuant to an earlier tender

notice floated for container 39 A/L for quantity of 78300 for Ordnance

Factory, Chanda, Ordnance Factory Bolangir and Ordnance Factory

Dehuroad, the petitioner- Company submitted its tender. In June, 2009

the capacity verification of the petitioner's Company was conducted by a

team of officers of Ordnance Factory, Chanda who confirmed and

recommended      for   price   bid.   Our   attention   was   drawn   to    the

correspondence dated May 14, 2010 (Annexure-13) made by the Joint

General Manager for General Manager, Ordnance Factory, Badmal, Dist:

Bolangir, Orissa with a copy to the petitioner, which reads as follows :-

       "Sub: Confirmation of CV done for Container 39 A/L
             regarding Source of development advertise tender
                                     15


            inquiry No.200800399/A dated 14-09-2008 opened on
            07-11-2008 for a qty of 78,300 for O.F.Chanda,
            O.F.Bolangir and O.F. Dehuroad.

    Ref : M/s Jagadamba Packaging Ind Pvt. Ltd. Sonipat Ltr.
           No.CV/SPI/S/2 dated 14-05-2010.

                   Vide letter quoted above, M/s. Jagadamba
            Packaging Ind Pvt. Ltd. Sonipat has requested to
            confirm CV (capacity verification) done by O.F.
            Chanda for Container 39 A/L which is required in
            connection with O.F.BL Advt. T.E. No.MM/09/100385
            dated 03-12-2009.
                   Capacity verification of M/s. Jagadamba
            Packaging Ind Pvt. Ltd., Sonipat was carried out by
            Team of Officers of O.F. Chanda in June 2009 for
            subject item against Source Generation Advt. TE
            No.200800399/A dated 14.09.2008, Technical bid
            opened on 07-11-2008 and recommended for opening
            of Price Bid of the said TE."

            This shows that a team of officers of Ordnance Factory,

Chanda conducted the capacity verification of the petitioner for three

Ordnance    Factories   including   Ordnance    Factories,   Bolangir   and

recommended for opening of price bid. However, as the work was delayed

due to the authorities, the petitioner requested not to open the price bid

as it was not possible to supply the materials at the quoted price. Further,

since all the tenderers were not agreeable to supply the materials at the

rate quoted in the year 2008, the same was dropped. In the technical bid,

the petitioner therefore    had specifically   mentioned that "Capacity

Verification had been done by Ordnance Factory, Chanda during last year

which can be verified from Ordnance Factory, Chanda". It was therefore

argued that the capacity verification of the petitioner-Company having

been done which included all requirements, i.e., lay out and existence of
                                       16


factory, machinery etc. and capability for manufacturing, petitioner was

found qualified in the technical bid and it was eligible for opening of the

price bid. Hence, the petitioner's tender should not have been rejected at

the time of opening of technical bid. Moreover, at para-13 of the writ

application, the petitioner averred that it had already supplied the same

materials to the opposite parties-authorities on the earlier occasions

which fact has not been denied in the counter affidavit.

              All this further goes to show that the technical bid of the

petitioner has been arbitrarily rejected by opposite party No.3 without

giving any opportunity to the petitioner to fulfill the deficient tender

conditions.

14.           The allegation of the opposite parties is that the petitioner has

formed and indulged in cartel with M/s. Packwell Paper Tube Industries

which practice is prohibited under Section 3(3)(a) and (d) of the

Competition Act, 2002. Therefore, the opposite parties have rightly

rejected the tender of the petitioner. It was argued by the opposite parties

that the petitioner used a letter-head of M/s. Packwell Paper Tube

Industries during the tender process wherein a request was made by the

petitioner for further time to submit the drawings and specifications. The

use of such letter-head of M/s. Packwell Paper Tube Industries by the

petitioner proves that the petitioner formed a cartel with M/s. Packwell

Paper Tube Industries.
                                      17


      15.          The terminology 'Cartel' as defined under Section 2(c) of

the Competition Act, 2002 is as follows:

Section 2(c) "cartel" includes an association of producers, sellers,
             distributors, traders, or service providers who, by
             agreement amongst themselves, limit control or
             attempt to control the production, distribution, sale or
             price of, or, trade in goods or provisions of services"

            The apex court in Hindustan Development Corporation

and Others (supra), held that the cartel is an association of producers

who by agreement among themselves attempt to control production, sale

and prices of the product to obtain a monopoly in any particular industry

or commodity. It amounts to an unfair trade practice which is not in the

public interest. The intention to acquire monopoly power can be spelt out

from formation of such a cartel by some of the producers. The monopoly is

the power to control prices or exclude competition from any part of the

trade or commerce among the producers. The price fixation is one of the

essential factors. The mere offer of a lower price by itself does not manifest

the requisite intent to gain monopoly and in the absence of a specific

agreement by way of a concerted action suggesting conspiracy, the

formation of a cartel among the producers who offered such lower price

cannot readily be inferred, though it may appear to be predatory. The

word 'predatory', according to the dictionary, means characterised by

plundering, pillaging, or robbery.

            Whether in a given case, there was formation of a cartel by

some of the manufacturers which amounts to an unfair trade practice,
                                      18


depends upon the nature of the agreement and on the surrounding

circumstances that give rise to an inference that the parties intended to

restrain the trade and monopolize the same.

16.         In the instant case, no case of cartel is made out by the

opposite parties. Undisputedly, the price bid of the petitioner has not

been opened. It is, therefore, premature to say that the petitioner has

formed cartel with any other tenderer. Thus, the allegation of the opposite

parties that the petitioner formed cartel with M/s. Packwell Paper Tube

Industries is unfounded. The allegation that the audit report dated

07.01.2010 of the Additional Comptroller and Auditor General of India

indicates that M/s Packwell Paper Tube Industries had formed and

indulged in cartel formation is irrelevant in this context so far as the

present tender is concerned.

            Moreover, three grounds assigned in the Comparison Chart

(Annexure-B/1) to reject the technical bid of the petitioner do not include

grounds of formation of cartel by the petitioner.

            Law is also well settled that validity of an order is to be judged

by the reasons mentioned therein and it cannot be developed either by oral

submission or by filing affidavit.

            The apex Court, in Mohinder Singh Gill & Anr. Vs. The Chief

Election Commissioner, New Delhi & Ors., AIR 1978 SC 851, held as follows:-

                  "The second equally relevant matter is that when a
            statutory functionary makes an order based on certain
            grounds, its validity must be judged by the reasons so
            mentioned and cannot be supplemented by fresh reasons
                                      19


            in the shape of affidavit or otherwise. Otherwise, an order
            bad in the beginning may, by the time it comes to court on
            account of a challenge, get validated by additional grounds
            later brought out. We may here draw attention to the
            observations of Bose J. in Gordhandas Bhanji (AIR 1952
            SC 16) (at p. 18):
                   Public orders publicly made, in exercise of a
            statutory authority cannot be construed in the light of
            explanations subsequently given by the officer making the
            order of what he meant, or of what was in his mind, or
            what he intended to do. Public orders made by public
            authorities are meant to have public effect and are intended
            to affect the actings and conduct of those to whom they are
            addressed and must be construed objectively with reference
            to the language used in the order itself.
                   Orders are not like old wine becoming better as they
            grow older."


      17.          So far as question No.(ii) is concerned, the allegation of

the petitioner is that the tender of the opposite party Nos.4 and 5 has been

accepted illegally in violation of the requirements of MMPM. Clause 5.1.4

speaks that "Offers of the firms submitted without EMD as demanded are

to be ignored summarily". According to the petitioner, since opposite party

Nos. 4 and 5 submitted their tenders without EMD, their offers should

have been summarily rejected.     It is further argued that in the tender

notice, there is no mention about exemption of EMD to anybody.             As

Opposite party Nos.4 and 5 do not come under Clause 5.1.2 of MMPM,

they should not be exempted from furnishing the EMD. The comparative

chart reveals that opposite party Nos. 4 and 5 have claimed for exemption

of EMD and the opposite parties authorities accepted their tender by

allowing such exemption.    Opposite parties authorities do not have any

authority whatsoever to exempt deposit of EMD.
                                    20


18.        To deal with this question, it is necessary to know the

provisions relating to deposit and exemption of EMD. Chapter-5 of MMPM

speaks about EMD. The relevant clauses of Chapter-5 is quoted below:

           "5.1  EARNEST MONEY DEPOSIT:
                 As per the General Financial Rules (Note-2 below Rule
                 273), Earnest Money Deposit should be called for from
                 the tenderers, who are participating against OPEN
                 tender enquiry, if they are not registered with
                 DGOF/DGQA/DGS&D/NSIC. The following guidelines
                 may be observed while calling for EMD.
           5.1.1 Quantum of EMD:
                 (a)    The EMD is to be charged at the rate of 2% of the
                        estimated value of the store subject to a ceiling of
                        Rs.2 lakhs.
                 (b)    EMD should be calculated taking into account
                        the value of all the components and the exact
                        amount of EMD is to be indicated in the invitation
                        to the Tender Enquiry/Tender Notice.
                 (c)    For tenders of the value of rupees one lakh or
                        less, EMD need not be called for.
           5.1.2 Firms Who May be Exempted From Furnishing EMD:
                 Firms who are registered with sister Ordnance
                 Factories/DGS&D/NSIC for the same item/process/
                 technology may be exempted from payment of EMD.
                 Organizations like KVIC/NSIC who are treated as
                 registered suppliers against DGS& D contracts on the
                 prescribed norms are also exempted from furnishing
                 EMD. EMD cannot be waived by General Managers
                 once specified in Tender Enquiry unless where firm
                 satisfies waival condition as given in TE. This is to be
                 made clear in bold capital letters in TE.
           5.1.4 Ignoring the Offer Of Firms Not Accompanied with EMD:

                  Offers of the firms submitted without EMD as
                  demanded are to be ignored summarily."
                                               (underlined for emphasis)

           As per tender notice dated 28.01.2010 (Annexure-1), bidders

are required to submit EMD for an amount of Rs.2,84,419/-. Clause 5.1.4

of Chapter-5 speaks that the offers of the firm submitted without EMD are

to be ignored summarily. However, clause 5.1.2 speaks about the firms,
                                     21


which may be exempted from furnishing EMD. Admittedly, the petitioner is

not coming under the category of the firms covered under Clause 5.1.2. The

said clause further provides that the EMD cannot be waived by the General

Manager once specified in the Tender Enquiry unless where the firm

satisfies waiver conditions as stipulated in TE. It is not disputed that the

opposite party Nos. 4 and 5 have not furnished EMD along with their

tender papers and they are not coming under the categories of industries

specified in Clause 5.1.2. Therefore, the stand taken by opposite parties

that the opposite party Nos. 4 and 5 were exempted from depositing the

EMD is not sustainable. In view of the provisions of clause 5.1.4 which

provide to summarily ignore offers of the firm without EMD, the tender

papers of the opposite party Nos. 4 and 5 are liable to be ignored

summarily on this solitary ground alone.

19.          The capacity verification completion report dated 9.4.2010 in

respect of opposite parties 4 and 5 (Annexure-G/1 to the counter-affidavit)

reads as follows:

             "the owner of the firm committed, if development
             order given to develop 39A/L container the deficient
             facility will be established if any as per the
             satisfaction of the customer".

             This report further reveals that out of the total mark of 300,

O.P. No.4 has secured 201 and O.P. No. 5 has secured 195. In spite of all

the above irregularities, O.P. No.3 has awarded the tender work to them.

It is further noticed that O.P.No.5 is the son of the person who has sworn

the affidavit for O.P. no.4.
                                      22


            Apart from the above, in paragraph-6 of the Comparison

Chart it is stated that Bhawani Industries, Raipur and Meghnani

Industries, Raipur complied with all the terms and conditions of the

tender for which recommendation was made for opening of the price bid,

but in the same comparison chart against the "Payment Term" the remark

"not complied" has been given in respect of O.P. Nos.4 and 5.

20.         All the above facts cast clouds of suspicion in the mind of the

Court with regard to the fairness in awarding the tender work in favour of

opposite parties 4 and 5.

            Law is well settled that every action of the State and its

instrumentality should be fair, legitimate and above board and without

any affection or aversion. (See Haji T.M. Hassan Rawther Vs. Kerala

Financial Corporation, AIR 1988 SC 157; E.P. Royappa Vs. State of

Tamil Nadu & Anr., AIR 1974 SC 555 and State of Andhra Pradesh &

Anr., -vs- Nalla Raja Reddy, AIR 1967 SC 1458).

            Law is also well settled that in contractual sphere as in all

other State actions, the State and all its instrumentalities have to conform

to Article 14 of the Constitution of which non-arbitrariness is a significant

facet. There is no unfettered discretion in public law: A public authority

possesses powers only to use them for public good. This imposes the duty

to act fairly and to adopt a procedure which is 'fair play in action'. Due

observance of this obligation as a part of good administration raises a

reasonable or legitimate expectation in every citizen to be treated fairly in
                                      23


his interaction with the State and its instrumentalities, with this element

forming a necessary component of the decision-making process in all

State actions. To satisfy this requirement of non-arbitrariness in a State

action, it is, therefore, necessary to consider and give due weight to the

reasonable or legitimate expectations of the persons likely to be affected by

the decision or else that unfairness in the exercise of the power may

amount to an abuse or excess of power apart from affecting the bona fides

of the decision in a given case. The decision so made would be exposed to

challenge on the ground of arbitrariness. Rule of law does not completely

eliminate discretion in the exercise of power, as it is unrealistic, but

provides for control of its exercise by judicial review. (See Food

Corporation of India Vs. M/s Kamdhenu Cattle Feed Industries

(1993) 1 SCC 71)

21.         In paragraph 2(e) of the writ petition, it is averred that

O.P.No.3 has awarded the tender work in favour of O.Ps. 4 and 5 for a

much higher bid of Rs. 299/- in comparison to the petitioner's bid of

Rs.185/- thereby causing loss of more than Rs.52 lakhs to the exchequer

of Ministry of Defence. In its counter, O.P. No.3 has not denied the said

averment of the petitioner.

22.         In view of the above, the decision of the apex Court in Meerut

Development Authority (supra) relied upon by Mr. Das is of no help to

the opp. parties. On the other hand, in the said decision, the apex Court

held that bidders participating in the tender process have the right to
                                      24


equality and fair treatment in the matter of evaluation of competitive bids

offered by interested persons in response to the notice inviting tender in a

transparent manner and free from hidden agenda.

23.          For the reasons stated in the foregoing paragraphs rejection of

the petitioner's technical bid and awarding the tender work in favour of

O.Ps. 4 and 5 is illegal, arbitrary and violative of Article 14 of the

Constitution.

24.          Considering the overall facts situation of the case, we direct

O.P. No.3 to give an opportunity to the petitioner to fulfil the deficient

tender conditions. If it satisfies the tender conditions, the tender work may

be awarded in favour of the petitioner. We make it clear that if the tender

is awarded in favour of the petitioner, it is always open for opposite party

No.3 to ensure about the quality of material supplied by the petitioner to

it. Opp. Parties 4 and 5, however, shall be paid the dues in terms of their

offer to the extent of supply made by them till today. O.P.No. 3 shall not

accept any further supply henceforth from O.Ps. 4 and 5. This order is

being passed to safeguard the interest of pubic exchequer and in the

interest of O.P. no.3, which is directly under the supervision and control of

the Ministry of Defence, Government of India and going to sustain loss of

more than Rs.52 lakhs by awarding the tender work in irregular/unfair

manner in favour of O.Ps. 4 & 5.

25.          The writ petition is allowed with the aforesaid observation and

direction. No order as to costs.
                                            25


                                                ...........................
                                                B.N.Mahapatra, J.
      B.P.Das, J.

I agree.

........................ B.P.Das, J.

Orissa High Court, Cuttack Dated 17th August, 2010/sss/skj/ pcp