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 36, Cited by 3]

Gujarat High Court

Samvit Buildcare Private Limited vs Ministry Of Civil Aviation on 12 March, 2018

Bench: M.R. Shah, A.Y. Kogje

         C/SCA/1094/2018                                        JUDGMENT



            IN THE HIGH COURT OF GUJARAT AT AHMEDABAD

               SPECIAL CIVIL APPLICATION NO.  1094 of 2018
                                  With 
              R/SPECIAL CIVIL APPLICATION NO. 1262 of 2018
 
FOR APPROVAL AND SIGNATURE: 

HONOURABLE MR.JUSTICE M.R. SHAH                                sd/­
and
HONOURABLE MR.JUSTICE A.Y. KOGJE                                sd/­
=========================================
1      Whether Reporters of Local Papers may be allowed to see       NO
       the judgment ?

2      To be referred to the Reporter or not ?                          NO

3      Whether their Lordships wish to see the fair copy of the         NO
       judgment ?

4      Whether this case involves a substantial question of law as      NO
       to the interpretation of the Constitution of India or any 
       order made thereunder ?

=============================================
                      SAMVIT BUILDCARE PRIVATE LIMITED
                                   Versus
                         MINISTRY OF CIVIL AVIATION
=============================================
Appearance:
MR.   P.R.NANAVATI,   ADVOCATE   WITH   HARSH   V   GAJJAR(7828)   for   the 
PETITIONER(s) No. 1
MR.   SHALIN   MEHTA,   SENIOR   ADVOCATE   WITH   MR.   BHADRISH   S 
RAJU(6676)   WITH   MR.   DHANESH   R   PATEL,   ADVOCATE     for   the 
RESPONDENT(s) No. 2 & 3
NOTICE NOT RECD BACK(3) for the RESPONDENT(s) No. 1
NOTICE SERVED BY DS(5) for the RESPONDENT(s) No. 2,3
SERVED BY RPAD   (N)(6) for the RESPONDENT(s) No. 1
UNSERVED WANT OF TIM(31) for the RESPONDENT(s) No. 1
=============================================
  CORAM: HONOURABLE MR.JUSTICE M.R. SHAH
         and
         HONOURABLE MR.JUSTICE A.Y. KOGJE
                         Date : 12/03/2018
                         ORAL JUDGMENT

  (PER : HONOURABLE MR.JUSTICE M.R. SHAH) 1.0. As   common   question   of   law   and   facts   arise   in   both  Page 1 of 51 C/SCA/1094/2018 JUDGMENT these petition, they are heard, decided and disposed of together by  this common judgment and order. 

2.0. By way of Special Civil Application No. 1094 of 2018­ Samvit  Buildcare   Private   Limited   has   prayed   for   an   appropriate   writ,  direction  and order to quash and set aside the the impugned E­  Tender No.2017_AAI_5610 issued by the Airport Authority of India  for   the   work   of   "Mechanised   Environmental   Support   Services  (MESS)   UP   Keeping   of   Terminal   ­1   and   Inter   Terminal   Link"   at  SVPI Airport, Ahmedabad. 

2.1. By way of Special Civil Application No.1262 of 2018 the very  petitioner has prayed for an appropriate writ, direction and order  to   quash   and   set   aside   the   the   impugned   E­   Tender  No.2017_AAI_5175 issued by the Airport Authority of India for the  work of "Mechanised Environmental Support Services (MESS) UP  Keeping of Terminal ­2 and Inter Terminal Link" at SVPI Airport,  Ahmedabad. The petitioner has also prayed for an appropriate writ,  direction and order directing the respondent to accept and consider  the bid submitted by the petitioner in hardcopy format and process  the same in accordance with law.

3.0. For   the   sake   of   convenience,   the   facts   of   Special   Civil  Application  No.1094 of 2018 have been narrated and considered. 

3.1. That the respondent no.2 herein   Airport Authority of India  invited the Rate E­ Tender for work of "Mechanised Environmental  Support   Services   (MESS)   UP   Keeping   of   Terminal   ­1   and   Inter  Terminal Link" at SVPI Airport, Ahmedabad at an estimated cost of  Page 2 of 51 C/SCA/1094/2018 JUDGMENT Rs.12,03,92,407/­   (including   GST   excluding   PF,   ESI   and   Bonus)  with completion period of three years. That the tender fee was to  be paid upto 17:00 hrs on 19.01.2018. The last date of submission  of e­bid through portal was upto 17:00 hrs on 19.01.2018. That  along with the tender, bidder was required to deposit EMD of the  value Rs.8,02,616/­. That Tender was required to be submitted in  three envelops (Envelop I, II and III). Envelope I was containing  qualifying   requirements   of   Contractor   /   Firm.   Envelope   II   was  Technical   Bid   containing   scanned   copy   of   the   Unconditional  Acceptance of AAI's  Tender Condition and EMD, Affidavit for Not  Blacklisting and integrity pact. Envelope III was the Financial e­Bid  shall be submitted in "Items" Section of e­tendering portal. That as  per the tender document, the qualifying requirements of contractor  / firms were as under: 

(i)Agency specialized  in  the  similar   nature  of work and   registered with Registrar of Companies / Firms / Central   Govt.   /   State   Govt.   as   the   case   may   be   and   having   Permanent Account Number. 
(ii)  The Bidder  should  have  experience  of similar  works   (definition   of   similar   works   as   below)   during   the   last   seven   years   ending   on   31.12.2017.   The   bidder   has   to   submit the relevant work experience certificates to the tune   of 03 works each of Rs. 1,60,52,321/­ (40% of annual   estimated value) (or) 02 works each of Rs.2,00,65,401/­   (50%   of   the   annual   estimated   value)   (or)   01   work   of   Rs.3,21,04,642/­   (80%   value   of   the   annual   estimated   value) in last 07 years. 

Similar works mean - Mechanized cleaning of airport terminals,   non­residential   corporate   office   buildings   /   Cyber   city,   MNC   Buildings, shopping malls / complex, Five Star Hotels/ Corporate   Hospitals/ metro rail premises etc. Client   certificate   for   experience   should   show   the   nature   of   work   done, the value of work, date of start, date of completion as per   agreement / Status of ongoing work (should have at least 01 year  Page 3 of 51 C/SCA/1094/2018 JUDGMENT of   work   executed.   In   case   of   ongoing   work,   amount   of   executed   work   as   on   31.12.2017   will   only   be   considered   for   experience   criteria.)   Firms     showing   work   experience   certificate   from   non­ government   /   non­PSU   organizations   should   submit   copy   of   tax  deduction at sources certificate in support of their claim for having   experience of stipulated value of work.     

iii) Should have annualized average financial turnover of   Rs.1,20,39,241/­ against works executed during last three   years ending 31st March of the previous financial year. As a  proof, CA attested copy of Abridged Balance Sheet along with   Profit   and   Loss   Account   Statement   of   the   firm   should   be   submitted   along   with   the   application.   Firms   showing   continuous losses during the last three years in the balance   sheet shall be summarily rejected.

iv) The   Bidders   to   submit   the   proof   of   the   owing   the   machineries OR Hire agreement with the Equipment Owners   (On Stamp Paper of Rs.100/­) in PQQ folder as mentioned   in   Annexure   -   A   on   31st  March   of   the   previous   financial   year.   The   machines   in   possession   of   bidder   should   not   be   more than 05 years old.

               v)      Details of the Tender fees transactions
               vi)   Undertaking   for   GST   Registration   &   its  
               compliance(Annexure A­1) 

3.2. That along with the document bid, a bidder was required to  submit   scanned   copy   of   the   EMD   value   of   Rs.8,02,616/­   to   be  submitted in the "Tech Bid Folder" in a Technical Bid Attachment  section   of   e­tendering   portal   along   with   the   Unconditional  Acceptance   of   the   AAI's   Tender   Conditions,   integrity   pact   and  Documents for  Technical Evaluation  having separate  file of each  criteria   including   copy   of   presentation   in   PPT.   The   tender  document   also   provided   clarification   on   technical   bid   evaluation  (Additional Eligibility Criteria) which read as under: 

1.The Client shall follow the system where the technical bid and   financial bid and financial bid shall be evaluated separately. 
2.The tendering evaluation shall be done on weightage with 70%   to technical evaluation and 30% to financial evaluation. 
Page 4 of 51
C/SCA/1094/2018 JUDGMENT
3.The   technical   bid   evaluation   shall   be   done   based   on   the   following criteria: 
4.During   the   technical   evaluation   stage,   each   bidder   shall   be   assigned different marks out of a total of 100 marks, as per the  criteria specified below:
S.N Criteria  Max  Conditions & Score  Remarks/   Documents  o. Marks  for   submission   in  technical bid folder  1 Firm turnover   20 (a) If firm turnover >200 Cr Firm   turnover   is  (20 Marks) defined as the average  
(b)   else   if   firm   turnover   in  turnover   from   facility   151­200 Cr. management   services   Range (15 Marks) over the last 3 years.

(c)   else   if   firm   turnover   in  101 - 150 Cr  Charted   Accountant  range (10 Marks) verified   /   audited  

(d)   else   if   firm   turnover   in  turnover  statements  to  25 - 100 Cr  be   furnished   as   proof   range (05 Marks) for the same.  

(e) firm turnover <25 Cr(02  Marks) 2 Scale   &   Size   of  15 (a)   Single   work   of   similar  Similar works mean -  Operations  nature   >   10   Cr   during  Mechanized   cleaning  awarded   work   duration­   15  of   airport   terminals,  Marks non­residential 

(b)   Single   work   of   similar  corporate   office  nature   greater   than   7.5   Cr  buildings / Cyber city,  but lesser than 10 Cr during  MNC   Buildings,  awarded work duration - 10  shopping   malls   /  Marks complex,   Five   Star 

(c)   Single   work   of   similar  Hotels   /   Corporate  nature   greater   than   05   Cr  Hospitals/   metro   rail  but lesser than 7.5 Cr during  premises etc. awarded work duration -05  Marks Client   certificate   for 

(d)  Single  work   lesser  than  experience   should  05   Crores   during   awarded  show   the   nature   of  work duration - 02 Marks work   done,   the   value  of work, date of start,  date  of  completion   as  per agreement / status  of ongoing work. 

Level of satisfaction fo  client with work needs  to be mentioned in the  work   experience  certificate. 


                                                                              Highest   work   value 
                                                                              performed   over   the 
                                                                              last   7   years   of   the 
                                                                              single   work   will   be 
                                                                              considered              for 


                                        Page 5 of 51
         C/SCA/1094/2018                                                   JUDGMENT



                                                                      evaluation   with   min. 
                                                                      of 1 year of execution 
                                                                      of contract  completed 
                                                                      (Ongoing   works 
                                                                      meeting above criteria 
                                                                      will be considered for 
                                                                      the   amount   actually 
                                                                      executed   upto   the 
                                                                      previous   month   of 
                                                                      floating of tender.)
3   No. of Projects       15   (a)   No.   of  works  of   similar  Definition   of   similar 
                               nature >= 10                    ­15  works - same as above 
                               Marks                                     but   with   at   least   1 
                                                                         year   duration.   Work 
                               (b)   No.   of  works   of   similar  can   be   completed 

nature   greater   than   07   but  work   /   ongoing   work  lesser   than   10                   ­10  and   should   have   at  Marks least   1   year   of   work  executed   and   should 

(c)   No.   of   works   of   similar  have   been   performed  nature greater than or equal  over the last 7 years. 

                               to 04 but lesser than 07                  Value   of   each   works 
                                                                ­05  contract should not be 
                               Marks                                     < 03 Cr over awarded 
                               (d)  No.  of  works  of  similar  duration. 
                               nature lesser than 04 
                                                                ­02  Self­attested   copy   of 
                               Marks                                     experience   certificates 
                                                                         for  completed   work   / 
                                                                         ongoing   work   issued 
                                                                         by   the   Organization 
                                                                         awarded work shall be 
                                                                         acceptable. References 
                                                                         of   clients   are   also 
                                                                         requested. 
4   Manpower on Roll      15   (a)   Overall   manpower   on  Manpower on roll will 
                               roll > 5,000                   ­15  be   all   employees   on 
                               Marks                                   the   books   of   the 
                               (b)   Overall   manpower   on  company   on   the   date 
                               roll between 3,500­5,000                of   release   of   the 
                                                                ­10Mar tender. 
                               ks
                               (c)   Overall   manpower   on  Duly   CA   audited 
                               roll between 1,000­3,500                statement              of 
                                                                ­05  manpower   wages   / 
                               Marks                                   manpower roll for the 

(d)   Overall   manpower  previous four quarters  <1,000   to   be   submitted   as                                  ­02   part   of   the   technical  Marks   bid. 

                                                                      For           winning 
                                                                      contractor,   EPFO 
                                                                      Challan   /   bank 
                                                                      account   statement 
                                                                      (duly   submitted   to 



                               Page 6 of 51
         C/SCA/1094/2018                                                  JUDGMENT



                                                                      EPFO)   in   respect   of 
                                                                      the   previous   four 
                                                                      quarters   may   be 
                                                                      verified   during   award 
                                                                      of   contract.   Inability 
                                                                      to   produce   the   same 
                                                                      will   lead   to 
                                                                      blacklisting   of   agency 
                                                                      from future AAI MESS 
                                                                      tenders.  
5   Quality   Focus   &  10       OHSAS:18001(>1yr   ­10  QA          certification 
    Capability                    Marks                   should   have   been 
                                                          obtained   at   least   a 
                                                          year before the date of 
                                                          the   tender   release. 
                                                          Certification should be 
                                                          valid with undertaking 
                                                          for periodic renewal. 

6 Possession of Machinery  10 (a)   If   Book   Value/Rent  The Bidders to submit  Value of Machinery > 5 Cr  the   proof   of   the                                   ­10  owning   the  Marks machineries   (invoice 

(b)   If   Book   Value/Rent  etc)   OR   Hire  Value of Machinery between  agreement   with   the  3   Cr   to   5   Cr  Equipment   Owners  ­06 Marks (On   Stamp   Paper   of 

(c)   If   Book   Value/Rent  Rs.100/­)  with  details  Value of Machinery between  of   the   Book  1   Cr   to   3   Cr  value/Rent   Value   of  ­04  Marks machineries   as  mentioned   in 

(d)   If   Book   Value/Rent  Annexure­A   on   31st  Value of Machinery < 1 Cr  March of the previous                                   ­02  financial   year.   The  Marks machines   in  possession   of   bidder  should   not   be   more  than 05 years old. 

7   Presentation            15    Presentation by the firm on  Presentation   will   be 
                                  the work to be done;                  evaluated   by   a   panel 
                                                                        appointed   by   AAI   on 

(a) Work plan methodology  the aspects defined in  (Chemicals   /   Machinery   /  scoring criteria. 

                                  Manpower)   with   cleaning 
                                  plan   for   critical   areas   of  Bidders                  are 
                                  referred airport                   ­ encouraged   to   study 
                                  (05 Marks)                            the   referred   airport 
                                                                        and   also   suggest 
                                  (b)   Worker   retention   /  improvements   for 
                                  incentive   plan                 (05  upkeep.   Bidder   is 
                                  Marks)                                supposed   to   explicitly 
                                                                        detail   out   work   plan 
                                  (c) New Technology usage /  of   chemical   usage 
                                  Innovations                       in  (make   and   monthly 
                                  Housekeeping                          consumption 
                                                                ­(05   quantity),   manpower 



                                  Page 7 of 51
 C/SCA/1094/2018                                                    JUDGMENT



                                Marks)                          deployment   (quantity 
                                                                and   qualifications)   as 
                                                                well   as   machinery 
                                                                plan (no. of machines 
                                                                and   make)   in   the 
                                                                presentation.

                                                                Work   plan   details   of 
                                                                machinery,   chemicals, 
                                                                manpower   as   well   as 
                                                                innovations 
                                                                showcased               in 
                                                                presentation   will   be 
                                                                added   to   work 
                                                                contract   /   agreement 
                                                                and contractor will be 
                                                                bound to adhere to it 
                                                                at all costs. 

                                                                Date   of   Presentation 
                                                                will be intimated.  


5. A Bidder should secure mandatorily a minimum of 70%   marks (i.e. 70 marks our of total 100 marks as per para 4) in   Technical Evaluation in order to be a qualified bidder for being   eligible for Technical weightage and  subsequently for opening   of financial bids.

AAI reserves the right to lower the qualification marks of 70%   marks if more than 2 bidders do not achieve the 70 marks out   of total 100 marks as per para 4.

6. The total marks obtained by a Bidder in the technical bid   (as per 4) shall be allocated 70% of technical weightage and   the   financial   bids   shall   be   allocated   30%   of   the   financial   weightage, and thereby making a total of 100% weightage for   the complete bidding. 

Illustration 1 (for Technical weightage)  If a Bidder has secured 80 marks out of the total marks in  technical   evaluation   after   following   para   4,   his   technical   evaluation value shall be: 56 i.e. (80 x 70%).

7. The Bidder shall be required to produce attested copies of   the   relevant   documents   in   support   of   4   in   addition   to   the   documentary   evidences   for   (PQQ   Envelope­II)   for   being  considered during technical evaluation.

8. A substantially responsive bid shall be one that meets the   requirements   of   the   bidding   document   in   totality   i.e.   by   following   the   procedures   of   Para   9.   The   technical   bid   not   meeting   the   minimum   requirements   as   per   the   tender   documents shall be rejected and their financial proposals shall   Page 8 of 51 C/SCA/1094/2018 JUDGMENT not be opened. 

(i) The  responsiveness   of  the bid,  i.e. receipts  of duty filled,   signed and accepted bid documents in complete form, including   Authorization letter. 

(ii) Receipt of valid EMD with requisite amount in acceptable   format. 

(iii) Documents   in   proof   of   meeting   the   minimum   eligibility criteria. 

(iv)Any   other   documents   as   requried   to   support   the   responsiveness of the bidder, as per tender. 

 

3.3. The   Tender   document   also   further   provided   that   bidder  who   qualified   in   the   Technical   Evaluation   stage   shall   only   be  considered for opening of financial bids. Clause 10 of the Tender  Document provide for Financial Bid opening procedure, which read  as under:

10.1 The Financial Bids of all the technically qualified Bidders  shall be opened on the appointed date and time in presence of the   qualified bidders / their authorized representatives, who choose   to be present at the time of opening of the financial bids.  10.2 Absence of bidders or their authorized representatives shall   not impair the legality of the process. 
10.3. The   financial   bid   price,   as   indicated   in   the   financial   bid   submission  form  of each bidder  shall  be  read out  on  the  spot,  however, it shall be clearly stated that the final financial bid price   would   be   arrived   at   after   detailed   scrutiny/   correction   fo   arithmetical error in the financial bid. 
10.4. Mere   becoming   the   lowest   bidder,   prior   to   financial   bid   scrutiny will not give any right to the lowest bidder to claim that   he is successful in the bidding process. The successful bidder (L­1)   shall be decided only after following due procedure as explained   in Para 11. 
11. FINANCIAL  BID EVALUATION AND  DETERMINATION OF   THE SUCCESSFUL BIDDER 11.1 The financial evaluation shall be carried out and financial   bids of all the bidders shall be given 30% of weightage. 
Page 9 of 51
C/SCA/1094/2018 JUDGMENT 11.2 The Bidder with the lowest bid Prices (L1) shall be assigned   full 30 Marks. (i.e. 30% x 100) and his total scores of the bid   shall be as per illustration 2 below: 
Illustration 2 If the Bidder at Illustration 1 is L­1 Bidder and quoted Rs.500/­   for being L­1, then his total value shall be 86 i.e. (56 Technical   Value + 30 financial Value) 11.3 The financial scores of the other bidders (i.e. L­2, L­3 ... ad   so on) shall be computed as under 30 X 500 (Lowest prices i.e. L1   Price)/ Quoted Value (L­2 OR L­3) Illustration 3 If   the   Bidder   at   Illustration   1   is   L­2   Bidder   and   he   quoted   Rs.625/­, therefore, 30% being the weighted value, the financial   scores for L­2 shall be computed as under.

  30X500   (Lowest   prices   i.e.   L1)/625   (Quoted   prices­L2)=24   (financial score) Therefore L­2 Bidder shall have total value of 80 (56 Technical   Value + 24 Financial Values) 11.4 The   bidder's   ranking   shall  be   arranged  depending   on   the   marks   obtained   by   each   of   the   bidder   both   in   Technical   Evaluation and Financial Evaluation. 

11.5   The Bidder meeting the minimum eligibility criteria and   with   the   highest   Marks/   rank   (i.e.   the   total   of   technical   evaluation   marks   and   financial   evaluation   marks)   shall   be   deemed as the successful Bidder and shall be considered eligible L­ 1 Bidder for further process. 

11.6 If   there   is   a   discrepancy   between   words   and   figures,   the   amount it words shall prevail. 

Envelop­III:­The   Financial   e­Bid   shall   be   submitted   in   "Items"   section of e­tendering portal. 

3.Original   EMD   (where   DD/Bankers   Cheque   /BG/FDR   is   submitted), to be sent to DGM (Ops), O/o Airport Director, AAI,   SVPI   Airport,   Ahmedabad   on   or   before   the   date   and   time   mentioned in  NIT, Tender of the  tenderers whose  EMD (where   DD/Bankers Cheque/BG/FDR is submitted are not received by the   time   and   date   mentioned   in   NIT,   then   their   tenders   will   be   summarily rejected. Any postal delay will not be entertained. 

3.4. Considering   the   above,   it   appears   that   in   the   tender  document   itself   it   was   specifically   mentioned   that   bid   shall   be  Page 10 of 51 C/SCA/1094/2018 JUDGMENT processed on QCBS. That pursuant to the aforesaid tender notice,  the   petitioner   submitted   tender   /   bid   for   Terminal,   however  without   even   deposit   of   EMD   fee   as   required   as   per   the   tender  document. It appears that the petitioner submitted the bid / tender  for   terminal   1   on   19.01.2018   i.e.   last   date   of   submission   bids  envelops I, II & III on e­portal. Simultaneously, the petitioner also  preferred   present   Special   Civil   Application   No.1094   of   2018  challenging the impugned E Tender while considering / evaluating  the technical bid and financial bid.

3.5. Now, so far as Special Civil Application No.1262 of 2018  is concerned, it is with respect to E Tender document for Terminal 

2. The petitioner has prayed to quash and set aside the impugned E  Tender   for   Terminal   2   challenging   the   eligibility   criteria   /  conditions mentioned in the  E tender while considering Technical  Bid as well as Financial Bid including condition to deposit the EMD  by   all   bidders   like   the   petitioner   who   is   small   scale   Enterprise/  Industries registered as such.

4.0. Shri   P.R.   Nanavati,   learned   advocate   has   appeared   on  behalf   of   the   respective   petitioners,   Shri   Shalin   Mehta,   learned  Senior   Advocate   has   appearing   with   Shri   B.S.   Raju,   learned  advocate for the respondent no.3­ Airport Authority of India.

5.0. Shri P.R. Nanavati, learned advocate appearing on behalf  of the respective petitioners has vehemently submitted that as such  Page 11 of 51 C/SCA/1094/2018 JUDGMENT conditions stipulated in the E Tender including eligibility criteria  are absolutely illegal and arbitrary.

5.1. It is further submitted by Shr Nanavati, learned advocate  for the respective petitioners that as such the contract in question  ought to have been reserved for Micro and Small Scale Industries  of   State   of   Gujarat,   as   per   Section   11   of   the   Micro,   Small   and  Medium Enterprise Development Act, 2006. 

5.2. It   is   vehemently   submitted   by   Shri   Nanavati,   learned  advocate for the respective petitioners that contract for which the  tenders are invited is a service contract and not a works contract  and therefore, the same is required to be reserved for Micro and  Small   Scale   Industries   of   State   of   Gujarat.   It   is   submitted   that  therefore, the impugned E Tender and / or contract not reserved  for   the   Micro   and  Small   Scale   Industries   of     State   of  Gujarat   is  absolutely illegal and arbitrary and contrary to the Policy of the  Central Government. 

5.3. It   is   vehemently   submitted   by   Shri   Nanavati,   learned  advocate for the respective petitioners that adopting QCBS (Quality  and  Costs   Based  Selection),   by   the   respondent   authority   for   the  contract   in   question   is   absolutely   illegal   and   arbitrary.   It   is  submitted   that   for   the   work   /   contract   in   question   the   QCBS  method of selection is not required to be applied. It is submitted  that one another contractor under the RTI raised a specific query as  Page 12 of 51 C/SCA/1094/2018 JUDGMENT to whether for procurement of non­consulting services to the effect  that QCBS is a method of selection for procurement of up­keeping  services   and   also   whether   Mechanized   Environmental   Support  Services   (MESS)   is   a   contract   of   up­keeping   (cleaning   and  housekeeping) facilities, apropos both the above referred queries,  the   concerned   authority   of   Ministry   of   Finance   have   specifically  informed that QCBS may be used for consulting services, whereas  quality of consultancy is prime concerned and up­keeping is non­ consultancy services as per the definition under GFR 197 QCBS is  not the appropriate method of procurement.   It is submitted that  therefore, in view of the above, it is absolutely clear that the bids  invited   by   the   concerned   respondent   for   Mechanized  Environmental Support Services (MESS) up­keeping of Terminal 1  and Inter­Terminal Link at Sardar Vallabhbhai Patel International  Airport, Ahmedabad is nothing but a non consultancy services and  therefore,   the   whole   exercise   of   following   QCBS   criteria   is  absolutely ill founded and the same has been adopted with  mala   fide  intention   to   eliminate   the   MESS   Units   like   the   present  petitioner, who has been otherwise successfully catering the needs  of the concerned respondent and private up­keeping service since  2012 to their satisfaction. 

5.4. It is further submitted by Shri Nanavati, learned advocate  for   the   respective   petitioners   that   even   technical   bid   evaluation  criteria, on the basis of which, the technical bid and financial bid  are to be evaluated, are just contrary to the policy of the Central  Government and CVC guideline. It is submitted that as per the CVC  Page 13 of 51 C/SCA/1094/2018 JUDGMENT guideline   the   pre­qualification   criteria   specified   in   the   tender  document should neither be made very stringent nor very lax to  restrict  / facilitate the entry of bidders.  It is submitted that it is  further clarified that pre qualification criteria are exhaustive, yet  specific and  to see that there is fair competition. 

5.5. It is further submitted by Shri Nanavati, learned advocate  for the respective petitioners that even otherwise the respondent  Airport   Authority   of   India  was  required   to   follow   the   guidelines  issued by the Central Government on MSME. It is submitted that it  is   the   policy   of   the   State   Government   that   the   MSME   shall   be  envisaged.   It   is   submitted   that   therefore,   as   such   the   petitioner  being   registered   as   Medium   and   Small   Industries,   the   petitioner  was required to be exempted from payment of EMD. It is submitted  that therefore, rejection of the bid of the petitioner in Special Civil  Application  No.1262 of 2018 on the ground that the petitioner has  not paid even the EMD cannot be sustained and same deserves to  be quashed and set aside.

  It is further submitted that in any case the other criteria /  eligibility  criteria   while   considering   the   financial   bid   namely   the  firm   turnover,   scale   and   size   of   operations,   number   of   projects,  manpower on Roll etc. are arbitrary and mala fide only with a view  to   eliminate   bidders   like   the   petitioners   who   would   not   be   in   a  position   to   compete   with   other   bidders.   It   is   submitted   that  therefore,   suchthe   conditions   /  eligibility   criteria   are   bad  in   law  and   therefore,   entire   E   Tender   deserves   to   be   quashed   and   set  aside.

Page 14 of 51

C/SCA/1094/2018 JUDGMENT 5.6. Shri   Nananvati,   learned   advocate   for   the   respective  petitioners   has   heavily   relied   upon   the   decision   of   the   Hon'ble  Supreme Court in the case of   State of Bihar vs. Suprabhat Steel  Limited   reported   in   AIR   1999   SC   303,   decision   of   the   Division  Bench   of   this   Court   in   the   case   of   Utkal   Pharmaceuticals  Manufacturers   and   Anr   vs.   State   of   Orissa   and   Ors   reported   in  2011(1) ILR (Cut) 316 in support his submission on the contract in  question to be reserved for MSME. 

5.7. Shri   Nananvati,   learned   advocate   for   the   respective  petitioners   has   heavily   relied   upon   the   decision   of   the   Hon'ble  Supreme   Court   in   the   case   of   Reliance   Energy   Limited   vs,  Maharashtra  Road  Development  Corporation  Limited reported  in  (2007) 8 SCC 1 in support of his submission that "Level Playing  Field" is an import concept while construing Article 19(1)(g). It is  submitted that as observed and held by the Hon'ble Supreme Court  "Level Playing Field" provides space within which equally placed  competitors   are   allowed   to   bid   so   as   to   sub­serve   large   public  interest. 

  Making   above   submissions,   it   is   requested   to   allow   the  present petitions.    

6.0. Both these petitions are vehemently opposed by Shri Shalin  Mehta,   learned   counsel   for   the   respondent   nos.   2   and   3.   It   is  vehemently   submitted   by   Shri   Mehta,   learned   counsel   for   the  respondent nos. 2 and 3 that as such   Pre­qualification criteria in  the tender document prescribed are strictly in accordance with CVC  guidelines  dated 17th December 2002. It is submitted that as such  Page 15 of 51 C/SCA/1094/2018 JUDGMENT CVC guidelines have been issued only in respect of Pre­qualification  criteria   and   pertaining   to   Civil/Electrical   works   which   has   been  made base for formulating PQ,   for the tender of the Mechanized  Environmental   Support   Services   (Up­Keeping)   including   all   the  similar   tenders   by  Airport   Authority   of   India  throughout   the  country.

6.1. It is submitted that  to meet the growing demands of the  passengers and to compete in the present aviation scenario, AAI,  CHQ has formulated the Quality and Cost Based System (QCBS)  MESS  guidelines   to  be   implemented  in   selected  airports  through  open   tender   process.   It   is   submitted   that   subject   work   is  comprehensive in nature and specialized job for up­keep of high  rise Terminal buildings consisting of glass and steel structure upto  the height of 57 ft which includes manpower, machinery (high rise  lifts   etc.)   and   chemicals/consumables.   It   is   submitted   that  therefore, it cannot be said that the technical criteria stipulated in  the impugned tender are in gross violation of CVC Guidelines.

6.2. Now,   so   far   as   conditions   of   financial   turnover   as  mentioned   in   the   clause   2.4   of   the   Tender   is   concerned,   it   is  submitted that in the Notice Inviting Tender, AAI has not   asked  average financial turnover must be Rs. 25­200 Crores as alleged by  the   petitioner.   It   is   submitted   that   the   financial   condition  mentioned   is   additional   eligible   criteria   are   based   on   QCBS  Evaluation criteria which have been adopted at various airports. It  is submitted that said QCBS are being followed by IIT Chennai, IIT  Kanpur, CAG office, HAL, AIIMS etc. It is submitted that since  this  Page 16 of 51 C/SCA/1094/2018 JUDGMENT is the open tender, all agencies meeting the minimum criteria can  participate   in   the   tendering   process,.   It   is   submitted   that   QCBS  evaluation is done in order to ensure high cleaning standards at  International Airports  and to meet the growing customers' needs  and requirements. It is submitted that  Tender guideline cannot be  framed separately to meet the interest of any particular agency. It is  submitted that it is   open tender and in the interest of public for  quality service at competitive cost. It is submitted that therefore, it  cannot   be   said  that   the   tender   conditions   are   framed  to  deprive  small units and favour large scale entities. It is submitted that in  any case the   said adopted QCBS system in no way would cause  loss of capital to the public exchequer, but on the contrary it would  maintain the Airports in better condition.

6.3. It is further submitted by Shri Mehta, learned counsel for  the respondent nos. 2 and 3 that it is true that the petitioner was a  successful bidder  earlier and its work is in progress. It is submitted  that   however   the   work   was   awarded   in   2012   and   during   that  period   footfall   was   very   less   but   there   is   tremendous   growth   in  passenger's   movement   reaching  to  approximately  7.5   million   per  annum (projected for the year 2017­18 is 8.6 million per annum)  and due to the growing traffic, Corporate Head Quarters of AAI has  classified   Ahmedabad   Airport   under   QCBS   category   "A".  It   is  submitted that  during the recent past we have received numerous  complaints   pertaining   to   up­keeping   of   Terminals   from   the  passengers   and   the   same   has   been   reported   in   media,   Public  grievances log, online complaint portal in respect of Up­keeping of  Ahmedabad   Airport.   It   is   submitted   that     extension   of   work   of  Page 17 of 51 C/SCA/1094/2018 JUDGMENT existing contractor ­ petitioner herein has been based on mandatory  requirement for  smooth  operations of any airport  and cannot be  stopped as the work is perennial in nature..

6.4. It is further submitted by Shri Mehta, learned counsel for  the respondent nos. 2 and 3 that as such the petitioner did not raise  any   objection   earlier   against   adopting   QCBS   by   the   respondent  authority.   It   is   submitted   that   in   the   representation   dated  15.01.2018 addressed to the Chairman, AAI, no such objection was  raised   against   the   QCBS.   It   is   further   submitted   that   no   specific  queries were raised with respect to adopting QCBS. It is submitted  that as such ultimately it is for the appropriate authority to adopt  the particular criteria for selecting the best  contractor.

6.5. Now, so far as submission on behalf of the petitioner that  contract   in   question   ought   to   have   been   reserved   for   Micro   and  Small   Industries   and   reliance   placed   upon   the   MSME   Act   is  concerned,   it   is   vehemently   submitted   by   Shri   Mehta,   learned  counsel for the respondent nos. 2 and 3 that as such contract in  question   is   "works   contract"   and   not   for   procurement   of   goods  alone.     It   is   submitted   that   it   can   be   said   to   be   hybrid   works  contract   for   which,   MSME   Act   shall   not   be   applicable.   It   is  submitted that in clause 35 itself everybody was put to notice that  MSME Act shall not be applicable as it is works contract different  from     contractor   for   supply   of   material.   It   is   submitted   that  therefore, all were required to pay EMD which petitioner failed to  pay   /   deposit.   Relying   upon   the   relevant   clauses   of   the   Tender  Notice viz. Clause 3, 4, 5,,8, 13, 15, 16(d), 27, it is vehemently  Page 18 of 51 C/SCA/1094/2018 JUDGMENT submitted that as such the contract in question is "works contract" 

and therefore, MSME Act shall not be applicable.
6.6. It is further submitted by Shri Mehta, learned counsel for  the   respondent   nos.   2   and   3   that   author   of   the   Tender   has  specifically   labelled   and   /   or   considered   the   contract   as   "works  contract"  and therefore, being works contract, MSME Act shall not  be   applicable.   In   support   of   his   above   submissions,   Shri   Mehta,  learned counsel for the respondent nos. 2 and 3 has heavily relied  upon the decision of the Division Bench of this Court in the case of  Surya International vs. Union of India & Ors rendered in Special  Civil Application No. 14297 of 2017. It is submitted that therefore,  the Procurement Policy, 2012 shall not be applicable with respect  to contract in question. 
6.7. It is further submitted by Shri Mehta, learned counsel for  the   respondent   nos.   2   and   3   that     as   such   petitioner   has   not  challenged the condition of deposit of EMD.
6.8. It is further submitted by Shri Mehta, learned counsel for  the   respondent   nos.   2   and   3   that   what   is   challenged   by   the  petitioner   is   additional   eligibility   criteria   and   not   sole   eligibility  criteria. It is submitted that what is challenged by the petitioner is  additional eligibility criteria and not pre­qualification criteria. It is  submitted that CVC guidelines upon which the reliance has been  placed   is   with   respect   to   pre­qualification   criteria   and   not   with  respect to additional criteria.
Page 19 of 51
C/SCA/1094/2018 JUDGMENT 6.9. It is further submitted by Shri Mehta, learned counsel for  the   respondent   nos.   2   and   3   that   even   otherwise   additional  eligibility criteria under challenge cannot be said to be so arbitrary  or   have   no   nexus   with   the   object   or   no   prudent   person   would  impose such condition.
6.10. Now, so far as the submission on behalf of the petitioner  relying   upon   communication   dated   18.01.2016,   by   which,   the  petitioner   is   in   the   list   of   approved   firm   for   empanelment   in  Category A is concerned, it is submitted that merely because the  petitioner   is   in   the   list   of   approved   contractor   category   A,   the  petitioner  does   not   get   any   additional   right.   The   petitioner   is   to  compete with others subject to compling with the eligibility criteria  both pre­qualification as well as additional eligibility criteria.
6.11. Now,   so   far   as   reliance   placed   upon   the   additional  document produced along with the affidavit filed on behalf of the  petitioner dated 28.02.2018 relied upon by the petitioner and reply  received under the RTI Act and the case on behalf of the petitioner  that for work in question QCBS method of selection is not required,  Shri Mehta, learned counsel for the respondent nos. 2 and 3 has  submitted that as such Airport Authority of India has been classified  under the Miniratna Companies and is a PSU and thus it has been  empowered with discretion to act as autonomy and with flexibility  to operate effectively in a competitive environment and therefore,  Airport Authority of India  are empowered with a greater autonomy  under Airport Authorities Act, 1994 in order to compete with other  private   players   in   the   Aviation   Industry   and   to   provide   better  Page 20 of 51 C/SCA/1094/2018 JUDGMENT services   of   International   Standard.   It   is   submitted   that   MESS  (QCBS)   based   tender   was   prepared   and   floated   by   Airport  Authority of India after approval of the competent authority.  It is  submitted that MESS is specialized nature of job and is different  from   General   Cleaning   by   Janitors   and   Outsourcing   of   Building  facilities   as   mentioned   in   the   reply   given   by   Ministry   of   finance  which   has   no   bearing   in   the   present   case,   i.e.   in   MESS   tender  floated for T1 and T2. It is submitted that Machines / Equipment/  T   &   P   costing   turns   out   to   approximately   65   lakhs   for   T1   and  approximately 95 Lakhs for T2 which has been deployed and thus  operation of these machines thus require Experience and Expertise  and to ensure proper safety during passengers movement, without  compromising Cleanliness, Standard QCBS tender has been floated  by the authority.   It is submitted that other reputed Institutions /  Authority   likes   AIMS   and   others   have   adopted   the   same   QCBS  based   tender   to   attract   financial   and   technical   soundness   in  working process. It is further submitted that in any case adopting  QCBS method cannot be said arbitrary and / or illegal and / or  mala fide.

  Making   above   submissions   and   relying   upon   the   following  decisions, it is requested to dismiss the present petitions. 

1. Surya   International   vs.   Union   of   India   rendered   in   SCA  No.14297 of 2017.

2. Michigan Rubber Ltd vs. State of Karnataka and Ors reported  in (2012) 8 SCC 216.

3. S.S. & Company vs. Orissa Mining Corporation Ltd reported  in (2008) 5 SCC 772.

Page 21 of 51

C/SCA/1094/2018 JUDGMENT

4. Commissioner,   Central   Exciese   and   Customs,   Kerala   vs.  Larsen and Toubro Ltd reported in (2016) 1 SCC 170.

5. Global   Energy   Ltd   and   Anr   vs.   Adani   Exports   Ltd   and   Ors  reported in (2005) 4 SCC 435.

6. Central Coalfields Ltd and Anr vs. SLL­SML and Ors reported  in (2016) 8 SCC 622.

7. Goldstone Infratech Ltd vs. State of Gujarat rendered in SCA  No.2097 of 2018. 

8. Tractors & Farm Equipment Ltd vs. Union of India rendered  in SCA No.18153 of 2017.

9. Directorate of Education & Ors. vs. Educomp Datamatics Ltd. & Ors reported in(2004) 4 SCC 19.

7.0. Heard   the   learned   counsel   for   the   respective   parties   at  length. At the outset, it is required to be noted that the respective  petitioners have prayed for appropriate writ, direction and order to  quash   and   set   aside   the   impugned   E   tender   for   the   work  Mechanised Environmental Support Services (MESS) Up­Keeping of  terminal 1 and 2 at SVPI, Airport, Ahmedabad. That the petitioners  have challenged some of the eligibility criteria by submitting that  same are either not required and / or too harsh and / or by which  only   some   of   the   contractors   are   likely   to   be   eligible   and   the  contractors like the petitioners are likely to be ousterd. It is also the  case on behalf of the petitioners that as such contract in question is  required to be reserved for Micro and Small Industries / enterprise  as per Section 11 of MSME Act. It is also the case on behalf of the  petitioners that as such the petitioners being Small Scale Enterprise  is entitled to exemption from deposit of EMD. It is also the case on  Page 22 of 51 C/SCA/1094/2018 JUDGMENT behalf   of   the   petitioners   that   QCBS   method   adopted   by   the  respondent is not required for the work in question. It is also the  case on behalf of the petitioners that some of the eligibility criteria  are   just   contrary   to   the   CVC   guidelines   and   /   or   Procurement  Policy, 2012.

  Therefore, question which is posed for the consideration of  this Court is,  can a bidder pray to amend and/or modify the terms  and conditions of the Tender Notice to the extent it suits it to make  it eligible to participate ? The next question which is posed for the  consideration   of   this   Court   is   whether   the   High   Court   would   be  justified in  directing the employer   / purchaser  to modify  and/or  amend the eligibility criteria / terms and conditions of the Tender  Notice   which   may   suit   one   of   the   bidder,   in   exercise   of   powers  under Article  226 of the Constitution of India? Another question  which is posed for consideration of this Court is, whether is it open  for   one   of   the   bidder   to   challenge   the   terms   and   conditions   /  eligibility criteria mentioned in the Tender Notice because of which  he   is   likely   to  be   disqualified   and   can   bidder   pray   for   a  writ   of  mandamus   and/or   any   other   writ   to   modify   and/or   amend   the  terms and conditions / eligibility criteria which suits it ?

7.1. While considering the aforesaid issue, the scope of judicial  review in the contract matter as considered by the Hon'ble Supreme  Court in some of the decisions are required to be dealt with and  considered. In the case of Educomp Datamatics Ltd. & Ors (Supra),  the Hon'ble  Supreme Court  has observed and held that terms of  initiation to tender are not open to judicial scrutiny, the same being  in the realm of contract. It is observed that the Government must  Page 23 of 51 C/SCA/1094/2018 JUDGMENT have a free hand in setting the terms of the tender. It must have  reasonable   play   in   its   joints   as   a   necessary   concomitant   for   an  administrative   body   in   an   administrative   sphere.   It   is   further  observed that the Court can scrutinize the award of the contracts by  the   Government   or   its   agencies   in   exercise   of   their   powers   of  judicial review to prevent arbitrariness or favoritism. It is entitled to  pragmatic adjustments which may be called for by the particular  circumstances.   It   is   further   observed   and   held   that   the   Courts  cannot   strike   down   the   terms   of   the   tender   prescribed   by   the  Government because it feels that some other terms in the tender  would have been fair, wiser or logical. While observing so in 9 to  12, the Hon'ble Supreme Court has observed and held as under:

"9. It is well settled now that the courts can scrutinize the award   of the contracts by the government or its agencies in exercise of   its   powers   of   judicial   review   to   prevent   arbitrariness   or   favoritism.   However,   there   are   inherent   limitations   in   the   exercise   of   the   power   of   judicial   review   in   such   matters.   The   point   as   to   the   extent   of   judicial   review   permissible   in   contractual matters while inviting  bids by issuing tenders has  been examined in depth by this Court in Tata Cellular vs. Union   of India [1994 (6) SCC 651]. After examining the entire case   law the following principles have been deduced.
94. The principles deducible from the above are:
(1) The  modern  trend  points to judicial   restraint in   administrative action.
(2) The   court does  not sit   as a  court  of appeal but   merely reviews the manner in which the decision was   made.
(3) The court does not have the expertise to correct the   administrative   decision.   If   a   review   of   the   administrative   decision   is   permitted   it   will   be   substituting   its   own   decision,   without   the   necessary   expertise which itself may be fallible.
(4)  The   terms   of  the   invitation   to  tender   cannot   be   open   to   judicial   scrutiny   because   the   invitation   to   tender is in the realm of contract. Normally speaking,  the decision to accept the tender or award the contract  Page 24 of 51 C/SCA/1094/2018 JUDGMENT is reached by process of negotiations through several   tiers.   More   often   than   not,   such   decisions   are   made   qualitatively by experts.
(5) The Government must have freedom of contract. In   other  words,  a fair  play in  the  joints  is  a necessary   concomitant for an administrative body functioning in   an   administrative   sphere   or   quasi   administrative   sphere. However, the decision must not only be tested   by   the   application   of   Wednesbury   principle   of  reasonableness   (including   its   other   facts   pointed   out   above) but must be free from arbitrariness not affected   by bias or actuated by mala fides.
(6)   Quashing   decisions   may   impose   heavy   administrative burden on the administration and lead   to increased and unbudgeted expenditure.

10.   In   Air   India   Limited   vs.   Cochin   International   Airport   Limited, this Court observed:

The   award   of   a   contract,   whether   it   is   by   a   private   party or by a public body or the State, is essentially a   commercial   transaction.   In   arriving   at   a   commercial   decision   considerations   which   are   paramount   are   commercial   considerations.   The   State   can   choose   its   own method to arrive at a decision. It can fix its own   terms of invitation to tender and that is not open to   judicial scrutiny. It can enter into negotiations before   finally deciding to accept one of the offers made to it.   Price need not always be the sole criterion for awarding   a contract. It is free to grant any relaxation, for bona   fide   reasons,   if   the   tender   conditions   permit   such   a  relaxation. It may not accept the offer even though it   happens to be the highest or the lowest. But the State,   its   corporations,   instrumentalities   and   agencies   are   bound   to   adhere   to   the   norms,   standards   and   procedures laid down by them and cannot depart from   them arbitrarily. Though that decision is not amenable   to judicial review, the court can examine the decision­ making process and interfere if it is found vitiated by  mala fides, unreasonableness and arbitrariness.

11. This principle was again re­stated by this Court in Monarch   Infrastructure (P) Ltd. vs. Commissioner, Ulhasnagar Municipal   Corporation and Others [2000 (5) SCC 287]. It was held that   the   terms   and   conditions   in   the   tender   are   prescribed   by   the   Page 25 of 51 C/SCA/1094/2018 JUDGMENT government bearing in mind the nature of contract and in such   matters the authority calling for the tender is the best judge to   prescribe the terms and conditions of the tender. It is not for the   courts   to  say  whether   the  conditions   prescribed   in   the   tender   under consideration were better than the one prescribed in the   earlier tender invitations.

12. It has clearly been held in these decisions that the terms of   the   invitation   to   tender   are   not  open   to   judicial   scrutiny   the   same being in the realm of contract. That the government must   have a free hand in setting the terms of the tender. It must have   reasonable play in its joints as a necessary concomitant for an   administrative   body   in   an   administrative   sphere.   The   courts   would interfere with the administrative policy decision only if it   is arbitrary, discriminatory, mala fide or actuated by bias. It is   entitled to pragmatic adjustments which may be called for by   the particular circumstances. The courts cannot strike down the   terms of the tender prescribed by the government because it feels   that some other terms in the tender would have been fair, wiser   or logical. The courts can interfere only if the policy decision is   arbitrary, discriminatory or mala fide.

7.2. In the case of Central Coalfields Limited and Ors. (Supra),  the Hon'ble Supreme Court after considering the host of decisions,  has   observed   and   held   that   the   decision   making   process   of   the  employer or owner of the project in accepting or rejecting the bid  of a tenderer should not be interfered with. It is observed and held  that interference is permissible only if the decision making process  is mala fide or is intended to favour someone. It is further observed  that similarly, the decision should not be interfered with unless the  decision is so arbitrary or irrational that the Court could say that  the   decision   is   one   which   no   responsible   authority   acting  reasonably and in accordance with law could have reached. It is  further observed that in other words, the decision making process  or   the   decision   should   be   perverse   and   not   merely   faulty   or  incorrect   or   erroneous.   In   the   aforesaid   decision,   the   Hon'ble  Page 26 of 51 C/SCA/1094/2018 JUDGMENT Supreme   Court   has   considered   its   earlier   decision   in   the   case  reported   in   (1989)   3   SCC   293   as   well   as   decision   in   the   case  reported in (1994) 6 SCC 651 as well as in the case of (2007) 4  SCC   517.   After   considering   the   aforesaid   decisions,   the   Hon'ble  Supreme   Court   has   went   a   step   further   and   has   held   that   the  decision if challenged, the Constitutional Court can interfere if the  decision   is   perverse.   However,   the   Constitutional   Courts   are  expected to exercise restrain in interfering with the administrative  decision   and   ought   not   to   substitute   its   view   for   that   of   the  administrative   authority.   Similar   view   has   been   taken   by   the  Hon'ble   Supreme   Court   in   the   case   of   Afcons   Infrastructure   Ltd  (Supra).

7.3. In   the   case   of   Central   Coalfields   Limited   (Supra),   the  Hon'ble   Supreme   Court   has   further   observed   and   held   that   the  Court, as far as possible, avoid a construction which would render  the words   used  by  the  author  of the document meaningless and  futile or reduce to silence any part of the document and make it  altogether   inapplicable.   It   is   further   observed   and   held   that  whether   a   term   is   essential   or   not   is   a   decision   taken   by   the  employer,   which   should   be   respected   and   soundness   of   that  decision cannot be questioned by Court. It is further observed in  the case of Central Coalfields Limited (Supra) that it is well settled  rule of interpretation applicable alike to documents as to statutes  that, save for compelling necessity, the Court should not be prompt  to ascribe superfluity to the language of a document and should be  rather   at   the   outset   inclined   to  suppose   every   word   intended  to  have some effect or be of some use. It is further observed that to  Page 27 of 51 C/SCA/1094/2018 JUDGMENT reject   words   as   insensible   should   be   the   last   resort   of   judicial  interpretation, for it is an elementary rule based on common sense  that no author of a formal document intended to be acted upon by  the others should be presumed to use words without a meaning.  Even in the case of Michigan Rubber (India) Limited (Supra), the  decision which has been relied upon by the learned counsel for the  petitioner, the Hon'ble Supreme Court has observed that the Court  cannot   interfere   with   the   terms   of   the   tender   prescribed   by   the  Government because it feels that some other terms in the tender  would have been fair, wiser or logical. 

  The Hon'ble Supreme Court in the case of Central Coalfields  Limited (Supra), in paras 31 to 38, 42 to 44, 47 to 49, 52, 55 and  56 has observed and held as under:

"31. We were informed by the learned Attorney General that 9 of  the  11  bidders  furnished  a  bank guarantee  in the  prescribed  and  correct format. Under these circumstances, even after stretching our  credulity, it is extremely difficult to understand why JVC was unable  to access the prescribed format for the bank guarantee or furnish a  bank guarantee in the prescribed format when every other bidder  could do so or why it could not seek a clarification or why it could  not represent against any perceived ambiguity. The objection and  the   conduct   of   JVC   regarding   the   prescribed   format   of   the   bank  guarantee or a supposed ambiguity in the NIT does not appear to be  fully above board.
32. The core issue in these appeals is not of judicial review of the  administrative action of CCL in adhering to the terms of the NIT and  the   GTC   prescribed   by   it   while   dealing   with   bids   furnished   by  participants in the bidding process. The core issue is whether CCL  acted perversely enough in rejecting the bank guarantee of JVC on  the ground that it was not in the prescribed format, thereby calling  for   judicial   review   by   a   constitutional   court   and   interfering   with  CCL's decision.
33. In  Ramana   Dayaram   Shetty   v.   International   Airport  Authority of India, 1979 3 SCC 489 this Court held that the words  used in a document are not superfluous or redundant but must be  given   some   meaning   and   weightage:   "It   is   a   well   settled   rule   of   Page 28 of 51 C/SCA/1094/2018 JUDGMENT interpretation applicable alike to documents as to statutes that, save   for compelling necessity, the Court should  not be prompt to ascribe   superfluity to the language of a document "and should be rather at the   outset inclined to suppose every word intended to have some effect or   be of some use". To reject words as insensible should be the last resort   of   judicial   interpretation,   for   it   is   an   elementary   rule   based   on   common sense that no author of a formal document intended to be   acted upon by the others should be presumed to use words without a   meaning.   The   court   must,   as   far   as   possible,   avoid   a   construction   which would render the words used by the author  of the document   meaningless and futile or reduce to silence any part of the document   and make it altogether inapplicable."

34.  In  Ramana  Dayaram  Shetty  case,  the   expression  "registered   IInd   Class   hotelier"   was   recognized   as   being   inapt   and   perhaps  ungrammatical;   nevertheless   common   sense   was   not   offended   in  describing   a   person   running   a   registered   II   grade   hotel   as   a  registered II Class hotelier. Despite this construction in its favour,  respondents 4  in that case were  held to be factually ineligible  to  participate in the bidding process.

35. It was further held that if others (such as the appellant in that  case) were aware that non fulfillment of the eligibility condition of  being   a   registered   II   Class   hotelier   would   not   be   a   bar   for  consideration, they too would have submitted a tender, but were  prevented from doing so due to the eligibility condition, which was  relaxed   in   the   case   of   respondents   4.   This   resulted   in   unequal  treatment   in   favour   of   respondents   4   treatment   that   was  constitutionally impermissible. Expounding on this, it was held:

"It is indeed unthinkable that in a democracy governed by  the   rule   of   law   the   executive   Government   or   any   of   its  officers should possess arbitrary power over the interests of  the individual. Every action of the executive Government  must   be   informed   with   reason   and   should   be   free   from  arbitrariness. That is the very essence of the rule of law  and its bare minimal requirement. And to the application  of   this   principle   it   makes   no   difference   whether   the  exercise of the power involves affectation of some right or  denial of some privilege."

36.  Applying this principle to the present appeals, other bidders  and those who had not bid could very well contend that if they had  known that the prescribed format of the bank guarantee was not  mandatory or that some other term(s) of the NIT or GTC were not  mandatory   for   compliance,   they   too   would   have   meaningfully  participated in the bidding process. In other words, by rearranging  the goalposts, they were denied the "privilege" of participation.

Page 29 of 51

C/SCA/1094/2018 JUDGMENT

37. For JVC to say that its bank guarantee was in terms stricter  than the prescribed format is neither here nor there. It is not for the  employer   or   this   Court   to   scrutinize   every   bank   guarantee   to  determine whether it is stricter than the prescribed format or less  rigorous. The fact is that a format was prescribed and there was no  reason not to adhere to it. The goalposts cannot be rearranged or  asked to be rearranged during the bidding process to affect the right  of some or deny a privilege to some.

38. In G.J Fernandez v. State of Karnataka, 1990 2 SCC 488 both  the   principles   laid   down   in  Ramana   Dayaram   Shetty  were  reaffirmed. It was reaffirmed that the party issuing the tender (the  employer)  "has  the   right  to  punctiliously   and   rigidly"   enforce   the  terms   of   the   tender.   If   a   party   approaches   a   Court   for   an   order  restraining the employer from strict enforcement of the terms of the  tender, the Court would decline to do so. It was also reaffirmed that  the employer  could deviate from the terms and conditions of the  tender   if   the   "changes   affected   all   intending   applicants   alike   and  were   not  objectionable."  Therefore,  deviation  from  the   terms  and  conditions   is   permissible   so   long   as   the   level   playing   field   is  maintained   and   it   does   not   result   in   any   arbitrariness   or  discrimination in the Ramana Dayaram Shetty sense.

42. Unfortunately, this Court did not at all advert to the privilege  of participation principle laid down in Ramana Dayaram Shetty and  accepted   in   G.   J.   Fernandez.   In   other   words,   this   Court   did   not  consider whether, as a result of the deviation, others could also have  become eligible to participate in the bidding process. This principle  was ignored in Poddar Steel.

43. Continuing in the vein of accepting the inherent authority of  an employer to deviate from the terms and conditions of an NIT,  and   reintroducing   the   privilege   of   participation   principle   and   the  level playing field concept, this Court laid emphasis on the decision  making   process,   particularly   in   respect   of   a   commercial   contract.  One of the more significant cases on the subject is the three judge  decision in Tata Cellular v. Union of India, 1994 6 SCC 651 which  gave   importance   to   the   lawfulness   of   a   decision   and   not   its  soundness. If an administrative decision, such as a deviation in the  terms of the NIT is not arbitrary, irrational, unreasonable, mala fide  or biased, the Courts will not judicially review the decision taken.  Similarly,   the   Courts   will   not   countenance   interference   with   the  decision   at   the   behest   of   an   unsuccessful   bidder   in   respect   of   a  technical or procedural violation. This was quite clearly stated by  this Court (following Tata Cellular) in  Jagdish Mandal v. State of  Orissa, 2007 14 SCC 517 in the following words:

Page 30 of 51

C/SCA/1094/2018 JUDGMENT "Judicial   review   of   administrative   action   is   intended   to  prevent arbitrariness, irrationality, unreasonableness, bias  and  mala fides. Its purpose is to check whether choice or  decision   is   made   "lawfully"   and   not   to   check   whether  choice or decision is "sound". When the power of judicial  review is invoked in matters relating to tenders or award  of   contracts,   certain   special   features   should   be   borne   in  mind. A contract is a commercial transaction. Evaluating  tenders and awarding contracts are essentially commercial  functions. Principles of equity and natural justice stay at a  distance. If the decision relating to award of contract is  bona   fide   and   is   in   public   interest,   courts   will   not,   in  exercise   of   power   of   judicial   review,   interfere   even   if   a  procedural aberration or error in assessment or prejudice  to a tenderer, is made out. The power of judicial review  will   not   be   permitted   to   be   invoked   to   protect   private  interest   at   the   cost   of   public   interest,   or   to   decide  contractual   disputes.   The   tenderer   or   contractor   with   a  grievance   can   always   seek   damages   in   a   civil   court.  Attempts   by   unsuccessful   tenderers   with   imaginary  grievances, wounded pride and business rivalry, to make  mountains out of molehills of some technical/procedural  violation or some prejudice to self, and persuade courts to  interfere by exercising power of judicial review, should be  resisted.  Such   interferences,   either  interim  or   final,  may  hold up public works for years, or delay relief and succor  to   thousands   and   millions  and   may   increase   the   project  cost manifold."

This Court then laid down the questions that ought to be asked in  such a situation. It was said :

"Therefore,   a   court   before   interfering   in   tender   or  contractual matters in exercise of power of judicial review,  should pose to itself the following questions:
(i) Whether the process adopted or decision made  by   the   authority   is  mala   fide  or   intended   to   favour  someone;   OR   Whether   the   process   adopted   or   decision  made is so arbitrary and irrational that the court can say: 
"the decision is such that no responsible authority acting  reasonably   and   in   accordance   with   relevant   law   could  have reached";
(ii)   Whether   public   interest   is   affected.   If   the  answers   are   in   the   negative,   there   should   be   no  interference under Article 226." 

44.  On asking these questions in the present appeals, it is more  than apparent that the decision taken by CCL to adhere to the terms  and conditions of the NIT and the GTC was certainly not irrational  Page 31 of 51 C/SCA/1094/2018 JUDGMENT in   any   manner   whatsoever   or   intended   to   favour   anyone.   The  decision was lawful and not unsound.

47. The result of this discussion is that the issue of the acceptance  or rejection of a bid or a bidder should be looked at not only from  the point of view of the unsuccessful party but also from the point of  view of the employer. As held in Ramana Dayaram Shetty the terms  of the NIT cannot be ignored as being redundant or superfluous.  They must be given a meaning and the necessary significance. As  pointed   out   in   Tata   Cellular   there   must   be   judicial   restraint   in  interfering with administrative action. Ordinarily, the soundness of  the decision taken by the employer ought not to be questioned but  the   decision   making   process   can   certainly   be   subject   to   judicial  review.  The   soundness  of  the   decision  may  be   questioned   if   it  is  irrational or mala fide or intended to favour someone or a decision  "that no responsible authority acting reasonably and in accordance  with relevant law could have reached" as held in Jagdish Mandal  followed in Michigan Rubber.

48. Therefore, whether a term of the NIT is essential or not is a  decision taken by the employer which should be respected. Even if  the   term   is   essential,   the   employer   has   the   inherent   authority   to  deviate   from   it   provided   the   deviation   is   made   applicable   to   all  bidders and potential bidders as held in Ramana Dayaram Shetty.  However,   if   the   term   is   held   by   the   employer   to   be   ancillary   or  subsidiary, even that decision should be respected. The lawfulness  of   that   decision   can   be   questioned   on   very   limited   grounds,   as  mentioned   in   the   various   decisions   discussed   above,   but   the  soundness   of   the   decision   cannot   be   questioned,   otherwise   this  Court   would   be   taking   over   the   function   of   the   tender   issuing  authority, which it cannot.

49. Again, looked at from the point of view of the employer if the  Courts take over the decision making function of the employer and  make   a   distinction   between   essential   and   non   essential   terms  contrary   to   the   intention   if   the   employer   and   thereby   rewrite   he  arrangement, it could lead to all sorts of problems including the one  that   were   grappling   with.   For   example,   the   GTC   that   we   are  concerned with specifically states in Clause 15.2 that "Any Bid not  accompanied by an acceptable Bid Security/EMD shall be rejected  by the employer as non responsive." Surely, CCL  ex facie  intended  this term to be mandatory, yet the High Court held that the bank  guarantee   in   a   format   not   prescribed   by   it   ought   to   be   accepted  since that requirement was a non essential term of the GTC. From  the point of view of CCL the GTC has been impermissibly rewritten  by the High Court.

52. There   is   a   wholesome   principle   that   the   Courts   have   been  Page 32 of 51 C/SCA/1094/2018 JUDGMENT following for a very long time and which was articulated in  Nazir  Ahmed v. King Emperor, 1936 AIR(PC) 253 namely­ "Where a power is given to do a certain thing in a certain  way the thing must be done in that way or not at all.  Other   methods   of   performance   are   necessarily  forbidden."

There is no valid reason to give up this salutary principle or not to  apply it mutatis mutandis to bid documents. This principle deserves  to   be   applied   in   contractual   disputes,   particularly   in   commercial  contracts or bids leading up to commercial contracts, where there is  stiff competition. It must follow from the application of the principle  laid   down   in   Nazir   Ahmed   that   if   the   employer   prescribes   a  particular   format   of   the   bank   guarantee   to   be   furnished,   then   a  bidder ought to submit the bank guarantee in that particular format  only and not in any other format. However, as mentioned above,  there is no inflexibility in this regard and an employer could deviate  from the terms of the bid document but only within the parameters  mentioned above. 

55. On the basis of the available case law, we are of the view that  since   CCL   had   not   relaxed   or   deviated   from   the   requirement   of  furnishing a bank guarantee in the prescribed format, in so far as  the   present   appeals   are   concerned   every   bidder   was   obliged   to  adhere   to   the   prescribed   format   of   the   bank   guarantee.  Consequently, the failure of JVC to furnish the bank guarantee in  the prescribed format was sufficient reason for CCL to reject its bid.

56. There is nothing to indicate that the process by which the  decision was taken by CCL that the bank guarantee furnished by  JVC ought to be rejected was flawed in any manner whatsoever.  Similarly,  there   is nothing  to  indicate   that  the   decision taken  by  CCL to reject the bank guarantee furnished by JVC and to adhere to  the   requirements   of   the   NIT   and   the   GTC   was   arbitrary   or  unreasonable or perverse in any manner whatsoever."

7.4. [8.4] In the case of  Maa Binda Express Carrier & Anr. vs.  North Eastern Frontier Railway & Ors. reported in (2014)3 SCC  760, the  Hon'ble  Supreme Court had an occasion to consider the  scope   of   judicial   review   in   the   matters   relating   to   award   of  contracts by the State and its instrumentalities. In paras 8 to 11 the  Hon'ble Supreme Court has observed and held as under :

"8. The scope of judicial review in matters relating to award of  Page 33 of 51 C/SCA/1094/2018 JUDGMENT contract by the State and its instrumentalities is settled by a long  line   of   decisions   of   this   Court.   While   these   decisions   clearly  recognize   that   power   exercised   by   the   Government   and   its  instrumentalities   in   regard   to   allotment   of   contract   is   subject   to  judicial review at the instance of an aggrieved party, submission of a  tender in response to a notice inviting such tenders is no more than  making   an   offer   which   the   State   or   its   agencies   are   under   no  obligation to accept. The bidders participating in the tender process  cannot, therefore, insist that their tenders should be accepted simply  because   a   given   tender   is   the   highest   or   lowest   depending   upon  whether the contract is for sale of public property or for execution of  works on behalf of the Government. All that participating bidders  are entitled to is a fair, equal and non discriminatory treatment in  the matter of evaluation of their tenders. It is also fairly well settled  that   award   of   a   contract   is   essentially   a   commercial   transaction  which  must be determined on the basis of consideration that are  relevant to such commercial decision. This implies that terms subject  to which tenders are invited are not open to the judicial scrutiny  unless it is found that the same have been tailor made to benefit any  particular   tenderer   or   class   of   tenderers.   So   also   the   authority  inviting tenders can enter into negotiations or grant relaxation for  bona fide and cogent reasons provided such relaxation is permissible  under the terms governing the tender process.

9.   Suffice   it   to   say   that   in   the   matter   of   award   of   contracts   the  Government and its agencies have to act reasonably and fairly at all  points of time. To that extent the tenderer has an enforceable right  in the Court who is competent to examine whether the aggrieved  party   has   been   treated   unfairly   or   discriminated   against   to   the  detriment of public interest. (See Meerut Development Authority v.  Assn.   Of   Management   Studies4   and   Air   India   Ltd.   v.   Cochin  International Airport Ltd.

10. The   scope   of   judicial   review   in   contractual   matters   was  further examined by this Court in  Tata Cellular v. Union of India,  Raunaq International Ltd.  case  and  in  Jagdish  Mandal  v. State   of   Orissa [Supra] besides several other decisions to which we need not  refer."

7.5. In the case of Tata Cellular (Supra), the Hon'ble Supreme  Court in para 94 has observed and held as under:

94. The principles deducible from the above are :
[1]   The   modern   trend   points   to   judicial   restraint   in  administrative action.
[2]   The   court   does   not   sit   as   s   court   of   appeal   but   merely  reviews the manner in which the decision was made.
Page 34 of 51
C/SCA/1094/2018 JUDGMENT [3]   The   court   does   not   have   the   expertise   to   correct   the  administrative   decision.   If   a   review   of   the   administrative  decision   is   permitted,   it   will   be   subsisting   its   own   decision,  without the necessary expertise which itself may be fallible. [4]   The   terms  of   the   invitation   of   tender   cannot   be   open   to  judicial scrutiny because the invitation to tender is in the realm  of   contract.   Normally   speaking,   the   decision   to   accept   the  tender   or   award   the   contract   is   reached   by   process   of  negotiations  through several  tiers. More  often  than not, such  decisions are made qualitatively by experts. [5] The Government must have freedom of contract. In other  words, a fair play in the joints is a necessary concomitant for an  administrative body functioning in an administrative sphere or  quasi­administrative   sphere.   However,   the   decision   must   not  only be  tested  by the  application  of  Wednesbury principle of  reasonableness (including its other facts pointed out above) but  must be free from arbitrariness not affected by bias or actuated  by mala fides. 
[6]   Quashing   decisions   may   impose   heavy   administrative  burden   on   the   administration   and   lead   to   increased   and   un­ budgeted expenditure."
7.6. In the case of Michigan Rubber [India] Limited (Supra), the  Hon'ble Supreme Court has observed and held as under :
"24. It is also highlighted by the State as well as by the KSRTC  that   the   tender   conditions   were   stipulated   by  way   of   policy  decision   after   due   deliberation   by   the   KSRTC.   Both   the  respondents highlighted that the said conditions were imposed  with a view to obtain good quality materials from reliable and  experienced suppliers. In other words, according to them, the  conditions were aimed at the sole purpose of obtaining good  quality   and   reliable   supply   of   materials   and   there   was   no  ulterior motive in stipulating the said conditions."
7.7. In   the   case   of  Tamil   Nadu   Generation   &   Distribution  Corporation   Limited   [TANGEDCO]   &   Anr.   vs.   CSEPDI­TRISHE  Consortium & Anr., reported in  (2017) 4 SCC 318, the  Hon'ble  Supreme   Court   has   observed   and   held   that   in   a   complex   fiscal  evaluation, the Court has to apply the doctrine of restraint. Several  aspects, clauses, contingencies, etc., have also to be factored.
Page 35 of 51
C/SCA/1094/2018 JUDGMENT 8.0. In   the   case   of  Raunaq   International   Limited   vs.   I.V.R.  Construction  Ltd.  and Ors.  reported  in  (1999)1   SCC 492,  it is  observed and held by the Hon'ble Supreme Court that (a) before  entertaining a petition, Court must be satisfied  that some element  of public interest is involved; (b) the dispute purely is not  inter se  private   parties;   (c)   difference   in   price   offer   between   the   two  tenderers may or may not be decisive in deciding the question of  public   interest;   (d)   where   a   decision   is   taken   bonafide   and   the  choice   exercised   on   legitimate   consideration,   without   any  arbitrariness, Court should not show indulgence; (e) While granting  interim   injunction,   Court   must   carefully   weigh   conflicting   public  interest; (f) where the decision making process stands structured  and the tender conditions do set out requirements, Court is entitled  to examine application thereof to the relevant fact circumstances; 

(g) relaxation if otherwise permissible, in terms of the conditions  must be exercised for legitimate reasons; (h) nature and urgency in  getting   the   project   implemented   is   a   relevant   factor;   (i)   judicial  review   is   permissible   only   on   the   established   grounds,   including  malafide,   arbitrariness   or   unreasonableness   of   the   variety   of  Wednesbury principle.

8.1. The   Hon'ble   Apex   Court   in   the   case   of  Master   Marine  Services   (P)   Ltd.   vs.   Metlalfe   &   Hodg   Kinson   (P)   Ltd.   and  another  reported   in  (2005)   6   SCC   138   (Two   Judges),   Court  reiterated the principles that: (a) State can choose its own method  to arrive at a decision; (b) State and its instrumentalities have duty  to be fair to all concerned; (c) even when some defect is found in  Page 36 of 51 C/SCA/1094/2018 JUDGMENT decision making process, Court must exercise its extra ordinary writ  jurisdiction with great caution and that too in furtherance of public  interest;   and   (d)   larger   public   interest   in   passing   an   order   of  intervention is always a relevant consideration.

8.2. The Hon'ble Apex Court in the case of Jagdish Mandal vs.  State of Orissa and others  reported in  (2007)14 SCC 517 (Two  Judges), reiterated the aforesaid principles by stating that before  interfering   in   a   tender   and   contractual   matter,   in   exercise   of   its  power   of   judicial   review,   Court   should   pose   itself   the   following  question:­ "(i) Whether the process adopted or decision made by the  authority is mala fide or intended to favour someone;

OR Whether   the   process   adopted   or   decision   made   is   so  arbitrary   and   irrational   that   the   court   can   say   :   "the  decision   is   such   that   no   responsible   authority   acting  reasonably   and   in   accordance   with   relevant   law   could  have reached";

(ii) Whether public interest is affected."

  If   the   answer   is   in   the   negative,   there   should   be   no  interference under Article 226. Most recently the Hon'ble Supreme  Court in the case of Central Coalfields Limited (Supra), observed  that:­ "..........If   an   administrative   decision,   such   as   a   deviation   in   the  terms of the NIT is not arbitrary, irrational, unreasonable, mala fide  or biased, the Courts will not judicially review the decision taken.  Similarly,   the   Courts   will   not   countenance   interference   with   the  decision   at   the   behest   of   an   unsuccessful   bidder   in   respect   of   a  technical or procedural violation....."

8.3. In   the   case   of   Maa   Binda   Express   Carrier   and   another  Page 37 of 51 C/SCA/1094/2018 JUDGMENT (Supra),   the   Hon'ble   Supreme   Court   relying   upon   its   earlier  decisions reiterated the following principles:­ "23... ...

(a) the basic requirement of Article 14 is fairness in action by the  State,   and   non­arbitrariness   in   essence   and   substance   is   the  heartbeat of fair play. These  actions are  amenable to the judicial  review   only   to   the   extent   that   the   State   must   act   validly   for   a  discernible reason and not whimsically for any ulterior purpose. If  the   State   acts   within   the   bounds   of   reasonableness,   it   would   be  legitimate to take into consideration the national priorities;

(b) fixation of a value of the tender is entirely within the purview of   the executive and courts hardly have any role to play in this process   except for striking down such action of the executive as is proved to be   arbitrary or unreasonable. If the Government acts in conformity with   certain healthy standards and norms such as awarding of contracts by   inviting tenders, in those circumstances, the interference by Courts is   very limited;

(c) In the matter of formulating conditions of a tender document  and awarding a contract, greater latitude is required to be conceded  to the State authorities unless the action of tendering authority is  found   to   be   malicious   and   a   misuse   of   its   statutory   powers,  interference by Courts is not warranted;

(d) Certain preconditions or  qualifications for  tenders  have  to  be  laid down to ensure that the contractor has the capacity and the  resources to successfully execute the work; and

(e)  If the State or its instrumentalities act reasonably, fairly and in   public interest in awarding contract, here again, interference by Court   is very restrictive since no person can claim fundamental right to carry  on business with the Government...."

(Emphasis supplied) 8.4. The   principles   stand   reiterated   in  Haryana   Urban  Development   Authority   and   others   vs.   Orchid   Infrastructure  Developers Private Limited reported in (2017) 4 SCC 243 (Two  Judges) and Reliance Telecom Limited and another vs. Union of  India and another reported in (2017) 4 SCC 269 (Two Judges).

Page 38 of 51

C/SCA/1094/2018 JUDGMENT 8.5. In   the   case   of   International   Trading   Co.   and   Another  (Supra),   while   emphasizing   on  national   priorities,   the   Hon'ble  Supreme Court has observed and held in paras 22 and 23 as under:

"22. If   the   State   acts   within   the   bounds   of   reasonableness,   it  would be legitimate to take into consideration the national priorities  and   adopt   trade   policies.   As   noted   above,   the   ultimate   test   is  whether   on   the   touchstone   of   reasonableness   the   policy   decision  comes out unscathed. 
23.  Reasonableness   of   restriction   is   to   be   determined   in   an  objective manner and from the standpoint of interests of the general  public and not from the standpoint of the interest of persons upon  whom   the   restrictions   have   been   imposed   or   upon   abstract  consideration. A restriction cannot be said to be unreasonable nearly  because in a given case, it operates harshly. In determining whether  there is any unfairness involved; the nature of the right alleged to  have   been   infringed   the   underlying   purpose   of   the   restriction  imposed, the extent and urgency of the evil sought to be remedied  thereby,   the   disproportion   of   the   imposition,   the   prevailing  condition   at   the   relevant   time,   enter   into   judicial   verdict.   The  reasonableness of the legitimate expectation has to be determined  with respect to the circumstances relating to the trade or business in  question. Canalization of a particular business in favour of even a  specified individual is reasonable where the interests of the country  are   concerned   or   where   the   business   affects   the   economy   of   the  country.   (See   Parbhani   Transport   Coop.   Society   Ltd.   v.   Regional  Transport Authority5Shree Meenakshi Mills Ltd. v. Union of India6Hari Chand Sarda v. Mizo District Council7 and Krishnan Kakkanth  v. Govt. of Kerala8.)"

8.6. In   the   case   of  Global   Energy   Ltd.   and   Another   V/s.  Adani Exports Ltd. and Others  reported in  (2005)4 SCC 435,  it  was   observed   that   unless   terms   of   a   tender   notice   are   wholly  arbitrary, discriminatory or actuated by malice are not subject to  judicial review. It was observed as under:­ "10. The principle is, therefore, well settled that the terms of the  invitation to tender are not open to judicial scrutiny and the Courts  cannot whittle down the terms of the tender as they are in the realm  of   contract   unless   they   are   wholly   arbitrary,   discriminatory   or  actuated   by   malice.   This   being   the   position   of   law,   settled   by   a  Page 39 of 51 C/SCA/1094/2018 JUDGMENT catena   of   decisions   of   this   Court,   it   is   rather   surprising   that   the  learned Single Judge passed an interim direction on the very first  day   of   admission   hearing   of   the   writ   petition   and   allowed   the  appellants   to   deposit   the   earnest   money   by   furnishing   a   bank  guarantee or a bankers' cheque till three days after the actual date of  opening of the tender. The order of the learned Single Judge being  wholly   illegal,   was,   therefore,   rightly   set   aside   by   the   Division  Bench." 

8.7. n   case   of  Siemens   Aktiengeselischaft   and   Siemens  Limited   V/s.   Delhi   Metro   Rail   Corporation   Ltd.   and   Others  reported in (2014)11 SCC 288, the Hon'ble Supreme Court relying  upon the decision in the case of Tata Cellular (Supra), observed as  under:

"23. There is no gainsaying that in any challenge to the award of  contact before the High Court and so also before this Court what is  to be examined is the legality and regularity of the process leading  to award of contract. What the Court has to constantly keep in mind  is that it does not sit in appeal over the soundness of the decision.  The Court can only examine whether the decision making process  was fair, reasonable and transparent. In cases involving award of  contracts, the Court ought to exercise judicial restraint where the  decision is bonafide with no perceptible injury to public interest."

8.8. In case of Association of Registration Plates V/s. Union  of India and Others  reported in  (2005)1 SCC 679,  the Hon'ble  Supreme Court examined the validity of the qualifying conditions  imposed by the State authorities for procurement of high security  number plates for vehicles across the country. In this context, it was  observed as under:

"30. Looking to the huge vehicular population of the country, the  capacity of the manufacturer has to be as great because plates are to  be fitted to a very large number of existing vehicles within first two  years. Thereafter, every year about one lakh vehicles in each State  would be required to be fitted with the plates. If the bulk of contract  is exhausted in the first two years, fresh manufacturers would not  come forward to undertake the remaining work as it would not be  cost­   effective.   A   long­term   contract   was   necessitated   for   various  reasons   such   as   necessity   of   huge   investment   for   building  infrastructure, uninterrupted supply of plates in the first two years  Page 40 of 51 C/SCA/1094/2018 JUDGMENT and thereafter every year and the investment of such infrastructure  requiring   recovery   over   a   long   duration   by   way   of   supply.   If   the  contract period is lowered, the cost of plate might go up as the huge  investment will have to be recovered in a shorter period.
35. Taking up first the challenge to the impugned conditions in the  Notices Inviting Tenders issued by various State authorities, we find  sufficient force in submissions advanced on behalf of the Union and  the State authorities and the contesting manufacturers. The State as  the   implementing   authority   has   to   ensure   that   scheme   of   high  security   plates   is   effectively   implemented.   Keeping   in   view   the  enormous work involved in switching over to new plates within two  years   for   existing   vehicles   of   such   large   numbers   in   each   State,  resort to 'trial and error' method would prove hazardous. Its concern  to get the right and most competent person cannot be questioned. It  has to eliminate manufacturers who have developed recently just to  enter into the new field. The insistence of the State to search for an  experienced   manufacturer   with   sound   financial   and   technical  capacity   cannot   be   misunderstood.   The   relevant   terms   and  conditions quoted above are so formulated to enable the State to  adjudge the capability of a particular tenderer who can provide a  fail­safe and sustainable delivery capacity. Only such tenderer has to  be selected who can take responsibility for marketing, servicing and  providing   continuously   the   specified   plates   for   vehicles   in   large  number firstly in initial two years and annually in the next 13 years.  The manufacturer chosen would, in fact, be a sort of an agent or  medium   of   the   RTOs   concerned   for   fulfillment   of   the   statutory  obligations on them of providing high security plates to vehicles in  accordance   with   rule   50.   Capacity   and   capability   are   two   most  relevant   criteria   for   framing   suitable   conditions   of   any   Notices  Inviting   Tenders.   The   impugned   clauses   by   which   it   is   stipulated  that the tenderer individually or as a member of joint­venture must  have an experience in the field of registration plates in at least three  countries,   a   common   minimum   net   worth   of   Rs.   40   Crores   and  either joint­venture partner having a minimum annual turnover of  at   least   Rs.   50   Crores   and   a   minimum   of   15%   turnover   of  registration   plates   business   have   been,   as   stated,   incorporated   as  essential conditions to ensure that the manufacturer selected would  be   technically   and   financially   competent   to   fulfill   the   contractual  obligations which looking to the magnitude of the job requires huge  investment qualitatively and quantitatively. 
38. In the matter of formulating conditions of a tender document  and awarding a contract of the nature of ensuring supply of high  security   registration   plates,   greater   latitude   is   required   to   be  conceded   to   the   State   authorities.   Unless   the   action   of   tendering  Authority   is   found   to   be   malicious   and   misuse   of   its   statutory  powers,   tender   conditions   are   unassailable.   On   intensive  Page 41 of 51 C/SCA/1094/2018 JUDGMENT examination of tender conditions, we do not find that they violate  the   equality   clause   under   Article   14   or   encroach   on  fundamental  rights   of   a   class   of   intending   tenderer   under   Article   19   of   the  Constitution. On the basis of the submissions made on behalf of the  Union   and   State   authorities   and   the   justification   shown   for   the  terms of the impugned tender conditions, we do not find that the  clauses   requiring   experience   in   the   field   of   supplying   registration  plates in foreign countries and the quantum of business turnover are  intended only to keep out of field indigenous manufacturers. It is  explained that on the date of formulation of scheme in rule 50 and  issuance   of   guidelines   thereunder   by   Central   Government,   there  were   not   many   indigenous   manufacturers   in   India   with   technical  and financial capability to undertake the job of supply of such high  dimension, on a long term basis and in a manner to ensure safety  and   security   which   is   the   prime   object   to   be   achieved   by   the  introduction of new sophisticated registration plates. 
39. The notice inviting tender is open to response by all and even if  one single manufacture is ultimately selected for a region or State, it  cannot be said that the State has created monopoly of business in  favour   of   a   private   party.   Rule   50   permits,   the   RTOs   concerned  themselves   to   implement   the   policy   or   to   get   it   implemented  through a selected approved manufacturer. 
40.   Selecting   one   manufacturer   through   a   process   of   open  competition   is   not   creation   of   any   monopoly,   as   contended,   in  violation of Article 19(1)(g) of the Constitution read with clause (6)  of   the   said   Article.   As   is   sought   to   be   pointed   out,   the  implementation   involves   large   network   of   operations   of   highly  sophisticated   materials.   The   manufacturer   has   to   have   embossing  stations within the premises of the RTO. He has to maintain a data  of each plate which he would be getting from his main unit. It has to  be cross­checked by the RTO data. There has to be a server in the  RTO's office which is linked with all RTOs' in each State and thereon  linked   to   the   whole   nation.   Maintenance   of   record   by   one   and  supervision over its activity would be simpler for the State if there is  one manufacturer instead of multi­manufacturers as suppliers. The  actual operation of the scheme through the RTOs in their premises  would   get   complicated   and   confused   if   multi­manufacturers   are  involved. That would also seriously impair the high security concept  in   affixation   of   new   plates   on   the   vehicles.   If   there   is   a   single  manufacturer he can be forced to go and serve rural areas with thin  vehicular   population   and   less   volume   of   business.   Multi­ manufacturers might concentrate only on urban areas with higher  vehicular population." 

Thus,   the   Courts   have   consistently   held   that   the   scope   of  Page 42 of 51 C/SCA/1094/2018 JUDGMENT judicial review in the context of conditions of tenders is limited to  examination   on   the   basis   of   the   arbitrariness,   discrimination   or  malice.   Therefore,   the   Court   before   intervening   in   tender   or  contractual matters in exercise of powers of judicial review should  pose to itself the following questions. 

"(i)   Whether   the   process   adopted   or   decision   made   by   the  authority   is  mala   fide  or   intended   to   favour   someone;   or  whether the process adopted or decision made is so arbitrary  and irrational that the court can say: "the decision is such that  no responsible authority acting reasonably and in accordance  with relevant law could have reached" ? 

And (ii) Whether the public interest is affected? If the answers  to the above questions are in negative, then there should be no  interference under Article 226?"

10. Therefore, challenge to the impugned E Tender and applying  QCBS method for evaluation and / or certain eligibility criteria are  required to be tested on the touchstone of the aforesaid decisions of  the Hon'ble Supreme Court and decision of this Court in the case of  Tractors & Farm Equipment Ltd (supra).
11. Now, so far as the case on behalf of the petitioners that work  in   question   is   required   to   be   reserved   for   Micro   and  Small  Enterprise as per Section 11 of the MSME Act is concerned, at the  outset, it is required to be noted that in the Tender Notice itself in  clause 35 everybody was informed and / or put to notice that the  current intended contract is a composite contract involving material  Page 43 of 51 C/SCA/1094/2018 JUDGMENT and labours both and therefore, such contracts involving transfer of  property in goods in the execution of the contract are liable to be  taxed   under   the   provisions   of   MVAT   Act   as   deemed   sale  transactions/   work   contracts   and   differ   from   procurement   of  services and goods. That under the said clause everybody was put  to notice that the contract does not fall under the purview of Public  Procurement   Policy   on   procurement   of   goods   and   services   from  Micro   and   Small   Enterprises,   by   all   Central   Ministries   /  Departments / PSUs of the Government of India, vide Gazette of  India No. 503 dated 26.3.2012. Therefore, everybody was informed  and / or put to notice that every bidder is likely to make deposit of  EMD. Everybody was put to notice that in case EMD is not paid /  deposited then the tenders are liable to be summarily rejected. In  fact, in the condition of contract itself, there is a justification why  the contract in question is "work contract" and not procurement of  goods alone. From the following clauses mentioned in the tender  notice itself it can safely be concluded that the contract in question  is   "work   contract"and   not   procurement   of   goods   alone.   The  relevant   clauses   in   the   tender   notice   to   demonstrate   that   the  contract in question is work contract and not procurement of goods  alone are Clause 3 (page 80), Clause 4 and 5 (Page 87), Clause 8  (Page 89), Clause 13 (page 92), Clause 15 (Page 93), clause 16.D  (Page 96) and Clause 27(Page 106). 
11.1. Even   considering   the   scope   of   the   work   so   specified   in  Clause 3 of Special Condition of Contract and as per the same scope  of   work   includes   Mechanized   cleaning   &   sweeping   of   Airport  terminals   including   toilets,   passengers   chairs,   sofas,   office   areas,  Page 44 of 51 C/SCA/1094/2018 JUDGMENT internal   &   external   facade,   false   ceiling   work   and   all   roads   and  paved area of city/ air side including flyovers as conveyed by the  Airport   Director   or   his   authorized   representative   and   as   per   the  shifts mentioned in the contract. Even as per the clause 13.1 the  Contractor   is   required   to   execute   and   complete   the   work   as   per  specifications   and   time   schedule,   progressively   deploy   adequate  equipment tools, tackles and augment the same as decided by the  Airport Director or his authorized representative (Clause 13.1 of the  Special   Condition   of  Contract).   Even   considering  the   clause   13.4  (page 162), clause 28.3 (Page 169), clause 28.5 (Page 171), Clause  28.3 (Page 170), it can be said that contract in question is works  contract and not for procurement of the goods alone.
11.2. Therefore,   when   the   contract   in   question   is   works  contract,not   for   procurement   of   goods   alone,   the   same   is   not  required   to   be   reserved   for   Micro   and   Small   Enterprise   as   per  MSME Act, 2006. At this stage, the decision of the Division Bench  of this Court in the case of   Surya International (supra) is required  to be referred to. In the aforesaid decision, the Division Bench of  this Court has specifically observed and held that after considering  Section   11   of   the   MSME   Act   if   the   contract   is  "works   contract",  neither the provisions of MSME Act  shall be applicable nor Public  Procurement   Policy,   2012   shall   be   applicable   and   in   that   case,  bidder who is small / micro enterprise shall not be entitled to the  benefits under the MSME Act including exemption of submission of  EMD/ Bid Security Fee. At this stage, it is required to be noted that  the author of the tender has just for valid reason has labelled and  considered the contract in question as "works contract". Therefore,  Page 45 of 51 C/SCA/1094/2018 JUDGMENT the   submission   on   behalf   of   the   petitioners   that   the   contract   in  question, the MSME Act  shall be applicable or Procurement Policy,  2012 shall be applicable and that the contract in question ought to  have been reserved for Micro and Small Scale Enterprise, has no  substance and cannot be accepted. At this stage, it is required to be  noted that so far as the petitioners are concerned, the petitioners  have not paid EMD as required as per the terms and conditions of  the Tender Notice. It is also required to be noted that petitioners  have also not challenged the conditions of Deposit of EMD.
12.0. Now, so far as the case on behalf of the petitioners that for  the   work   in   question   respondent   ought   not   to  have   adopted  the  QCBS method is concerned, at the outset, it is required to be noted  that as such it is for the author / employer to select the method of  selection.   In   the   present   case,   there   is   a   justification   by   the  respondent authority why they have selected QCBS method. It is  the case on behalf of the respondent so stated in the affidavit in  reply   to   meet   the   growing   demands   of   the   passengers   and   to  compete in the present aviation scenario, AAI, CHQ has formulated  the Quality and Cost Based System (QCBS)MESS guidelines to be  implemented in selected airports through open tender process. It is  submitted  that   the   subject   work   is  comprehensive   in   nature   and  specialized   job   for   up­keep   of   high   rise   Terminal   buildings  consisting of glass and steel structure upto the hight of 57 ft which  includes manpower, machinery(high rise lifts etc) and chemicals /  consumables. It is ultimately for the employer to select method of  selection   in   the   larger   public   interest   and   bidder   cannot   be  permitted to object to the same.
Page 46 of 51
C/SCA/1094/2018 JUDGMENT 12.1. As observed by the Hon'ble Supreme Court in the case of  Tata Cellular (Supra) when a conscious decision has been taken by  the   employer   to   impose   certain   conditions   and/or   provide   the  eligibility criteria  and that too after obtaining the opinion of the  Experts, normally the Court will not interfere with the same as the  Court   does   not   sit   as   a   Court   of   Appeal   but   merely   reviews   the  manner   in   which   the   decision   was   made.   In   the   case   of   Tata  Cellular (Supra), the Hon'ble Supreme Court has further observed  that the Court does not have expertise to correct the administrative  decision. It is further observed that if the review of administrative  decision   is   permitted,   it   will   be   substituting   its   own   decision,  without   necessary   expertise   which   itself   may  be   fallible.     At   this  stage few para No.82 of the decision of the Hon'ble Supreme Court  in the case of Tata Cellular (Supra) are required to be referred to  and reproduced which are as under:
"82. Bernard Schwartz in Administrative Law, 2nd Edn., p. 584 has  this to say : 
"If the scope of review is too broad, agencies are turned into  little more than media for the transmission of cases to the courts.  That   would   destroy   the   values   of   agencies   created   to   secure   the  benefit   of   special   knowledge   acquired   through   continuous  administration in complicated fields. At the same time, the scope of  judicial inquiry must not be so restricted that it prevents full inquiry  into   the   question   of   legality.   If   that   question   cannot   be   properly  explored by the judge, the right to review becomes meaningless. 'It  makes judicial review of administrative orders a hopeless formality  for the litigant.... It reduces the judicial process in such cases to a  mere feint.'  Two overriding considerations have combined to narrow the  scope of review. The first is that of deference to the administrative  expert. In Chief Justice Neely's words :
'I have very few illusions about my own limitations  as a judge and from those limitations I generalize to the  inherent limitations of all appellate courts reviewing rate  Page 47 of 51 C/SCA/1094/2018 JUDGMENT cases.   It   must   be   remembered   that   this   Court   sees  approximately 1262 cases a year with five judges. I am not  an accountant, electrical engineer, financier, banker, stock  broker, or systems management analyst. It is the height of  folly to expect judges intelligently to review a 5000 page  record addressing the intricacies of public utility operation.'  It is not the function of a judge to act as a superboard, or with the  zeal of a pedantic schoolmaster substituting its judgment for that of  the administrator. 
The   result   is   a   theory   of   review   that   limits   the  extent   to   which   the   discretion   of   the   expert   may   be  scrutinised by the non­expert judge. The alternative is for  the court to overrule the agency on technical matters where  all the advantages of expertise lie with the agencies, If a  court were to review fully the decision of a body such as  state   board   of   medical   examiners   'it   would   find   itself  wandering amid the maze of therapeutics or boggling at the  mysteries of the Pharmacopoeia'. Such a situation as a state  court expressed it many years ago 'is not a case of the blind  leading the blind but of one who has always been deaf and  blind insisting that he can see and hear better than one who  has  always   had   his   eyesight   and   hearing   and   has  always  used them to the utmost advantage in ascertaining the truth  in regard to the matter in question'. 
The   second   consideration   leading   to   narrow  review is that of calendar pressure. In practical terms it may  be the more important consideration. More than any theory  of limited review it is the pressure of the judicial calendar  combined   with   the   elephantine   bulk   of   the   record   in   so  many   review   proceedings   which   leads   to   perfunctory  affirmably of the vast majority of agency decisions." 

12.2. In the present case, a conscious decision has been taken to  adopt   the   QCBS   system   in   the   larger   public   interest.   The   same  cannot be said to be  either arbitrary,  mala fide or illegal,  which  calls for the interference of this Court in exercise of powers under  Article 226 of the Constitution of India. Even otherwise, there is a  justification   by   the   respondent   to   adopt   QCBS.   It   is  the   case   on  behalf   of   the   respondent   authority   that   earlier   when   work   was  Page 48 of 51 C/SCA/1094/2018 JUDGMENT awarded in 2012, during that period footfall was very less but there  is   tremendous   growth   in   passenger's   movement   reaching   to  approximately 7.5 million per annum (projected for the year 2017­ 18   is   8.6   million   per   annum)   and   due   to   the   growing   traffic,  Corporate Head Quarters of AAI has classified Ahmedabad Airport  under   QCBS   category   "A".  It   is   also   the   case   on   behalf   of   the  respondent   authority   that     during   the   recent   past   authority   has  received   numerous   complaints   pertaining   to   up­keeping   of  Terminals from the passengers and  therefore, a conscious decision  has   been   taken   to   adopt   QCBS   which   as   observed   herein   above  cannot be said to be arbitrary. As observed herein above, as such it  is   for   the   employer   to   select   the   method   and   manner   and   even  eligibility   criteria   and   the   Courts   would   not   be   justified   in  interfering with the same unless the same is found to be so perverse  that no prudent person who take such decision and or adopt such  method. 

13.0. Now, so far as submission on behalf of the petitioners that  some   of   technical   bid   evaluation   criteria   and   other   eligibility  criteria on the basis of which technical bid and financial bids to be  evaluated are just contrary to the policy of the State Government  and the CVC guideline and that by such conditions only few bidders  would   be   in   the   competition   are   concerned,     at   the   outset,   it   is  required to be noted that what is challenged by the petitioner is  additional eligibility criteria and not sole eligibility criteria. What is  challenged by the petitioner is additional eligibility criteria and not  principal eligibility criteria. Therefore, as such CVC guidelines shall  not be applicable. Even otherwise, the additional eligibility criteria  Page 49 of 51 C/SCA/1094/2018 JUDGMENT under challenge cannot be said to be so arbitrary and / or no nexus  with the object. The additional eligibility criteria cannot be said to  be so arbitrary and / or perverse that no prudent persons would  impose such condition.  

14.0. Now, so far as submission on behalf of the petitioners that as  the petitioner is in the list of   approved firm for empanelment in  Category A and therefore, petitioner is not required to go through  and   /   or   clear   eligibility   criteria   and   their   bid   is   required   to   be  considered   on   merits   is   concerned,   the   same   was   not   substance.  Merely   because,   the   petitioner   may   be   in   the   approved   list   of  contractor in Category A, the petitioner does not get any additional  right.     The   petitioner   has   to   compete   with   others   subject   to  complying with the eligibility criteria both pre­qualification as well  as additional eligibility criteria.

15. Now, so far as reliance placed upon some of the reply under  the RTI referred herein above are concerned, learned counsel for  the respondent authority is justified in submitting that the replies  are required to be considered with respect to the question asked. It  is submitted that if question is asked in a particular manner, the  answered   is   bound   to   be   with   respect   to   such   question.   It   is  submitted that in the present case the question was not asked with  respect   to   works   /   contract   for   which   tenders   were   invited   viz. 

"Mechanised Environmental Support Services (MESS) UP Keeping  of Terminal ­1 and Inter Terminal Link". Under the circumstances,  none of the communication / replies under the RTI Act shall be of  any assistance to the petitioner. 
Page 50 of 51
C/SCA/1094/2018 JUDGMENT
16.  Considering   the   aforesaid   facts   and   circumstances   and   the  law   laid   down   by   the   Hon'ble   Supreme   Court   in   the   aforesaid  decisions and applying the same to the facts of the case on hand  and   as   observed   herein   above,   contract   in   question   is   works  contract, for which the MSME Act shall not be applicable and that  the authority is justified in applying QCBS method while evaluating  bids and the eligibility criteria cannot be said to be perverse and /  or   arbitrary,   both   these   petitions   fail   and   same   deserve   to   be  dismissed   and   are   accordingly   dismissed.   Rule   discharged.     No  costs. 
sd/­ (M.R. SHAH, J)  sd/­ (A.Y. KOGJE, J)  KAUSHIK J. RATHOD Page 51 of 51