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 13, Cited by 0]

Jharkhand High Court

Ms Va Tech Wabag Limited Through Its ... vs Drinking Water And Sanitation on 11 February, 2015

Author: Shree Chandrashekhar

Bench: Shree Chandrashekhar

                                     1

        IN THE HIGH COURT OF JHARKHAND AT RANCHI
                   W.P.(C) No. 6710 of 2013

    M/s VA Tech Wabag Limited, a company duly registered under the 
    provisions of the Indian Companies Act through its Manager­Legal 
    Mr. S.T. Balayogeshwaran, son of Shri Siva. Suyambu having its 
    registered   office   at   11,   Murray's   Gate   Road,   Alwarpet,   P.O. 
    Mylapore,   P.S.   Teynampet,   Town   and   District   Chennai   600018 
    (Tamil  Nadu)  and one    of its works at and P.O. Bhelatand, P.S. 
    Barwadda, District­Dhanbad                    ...  ...       Petitioner
                                       Versus
    1. The State of Jharkhand, through the Additional Secretary, 
        Department of Drinking Water and Sanitation, Ranchi
    2. The Superintending Engineer, Drinking Water and Sanitation
        Circle, Dhanbad
    3. The Executive Engineer, Drinking Water and Sanitation
        Circle, Dhanbad
    4. M/s Abhay Kumar Sinha, son of Braj Kishore Prasad, 
        Telipara, Hirapur, Dhanbad                      ...  ... Respondents 


CORAM: HON'BLE MR. JUSTICE SHREE CHANDRASHEKHAR
                                   ­­­­­
    For the Petitioner              : Mr. Mr. Saurav Kumar, Advocate
                                      Mr. Indrajit Sinha, Advocate
                                      Ms. Suchitra Pandey, Advocate
                                      Mr. Arpan Mishra, Advocate        
    For the Respondent­State       : Mr. Rajesh Shankar, G.A.
                                      Mr. Abhay Prakash, J.C. to G.A.
    For the Respondent No. 4        : Mr. Anil Kumar Sinha, Sr. Advocate
                                   ­­­­­

    Order No. 05                                 Dated: 11.02.2015

                The   petitioner­M/s   VA   Tech   Wabag   Limited   has 
    approached this Court with the following prayers:

          (i)     For   a  declaration  that  the  Respondent   No. 4  was not 
          technically eligible to participate in the bidding process in 
          respect   of   Tender   No.   O&M/DWSS/Dhanbad­02/2013­14 
          issued   by   the   Respondent   No.   2   for   Operation   and 
          Maintenance   of   Water   Treatment   Plant   at   Bhelatand   and 
          Maithan with other ancillary works  including water supply 
                                    2

     from 18 nos. of existing ESR under Dhanbad water supply 
     scheme   phase­1  and  2  for  the  year  2013­14  and  2014­15 
     and   set   aside   the   decision   of   the   Respondent   Department 
     dated   25.09.2013   holding   the   Respondent   No.   4   as 
     technically eligible;

     (ii) further issuance of writ in the nature of certiorari or any 
     other appropriate writ to  set aside the award of contract in 
     favour   of   the   Respondent   No.   4   in   respect   of   Tender   No. 
     O&M/DWSS/Dhanbad­02/2013­14, as communicated to the 
     petitioner   vide   letter   dated  21.10.2013  of   the   Respondent 
     No. 3, as being illegal, arbitrary, unjustified, contrary to the 
     tender conditions and constitutional;

     (iii) further an appropriate writ or writs order or direction 
     commanding   upon   the   Respondents   to   act   in   a   fair, 
     equitable, legal manner and in accordance with the tender 
     conditions in respect of Tender No.  O&M/DWSS/Dhanbad­
     02/2013­14   and   to   consider   the   financial   bid   of   only 
     technically eligible bidders,

     (iv) further an appropriate writ or writs order or direction 
     commanding upon the Respondents to restrain from acting 
     in   any   manner   and   in   furtherance   of   the   said   award   of 
     contract to the Respondent No. 4 in respect of Tender No. 
     O&M/DWSS/Dhanbad­02/2013­14;

     (v)   further   for   a   declaration   that   the   petitioner   being   the 
     only eligible bidder was entitled to the award of contract in 
     respect   of   Tender   No.     O&M/DWSS/Dhanbad­02/2013­14 
     for the year 2013­14 and 2014­15 and,

     (vi) for issuance of any other appropriate writ(s), order(s), 
     direction(s),   as   deemed   fit   and   proper   for   doing 
     conscionable justice to the petitioner.

2.          Briefly stated, the facts of the case are narrated thus:
                                      3

              The   petitioner­company   claiming   itself   one   of   the 
leading companies in the world in the water treatment field, was 
awarded work order dated 30.07.2011 for the O&M contract   for 
the   Dhanbad   Water   Supply   Scheme   Phase­1   for   two   years. 
Previously   also   the   petitioner   has   executed   water   R.O.   Plant   at 
Chennai,   Games   Village   Water   Treatment   Plant   at   New   Delhi, 
Wastewater   Treatment   Plant   at   Jamnagar   Refinery,   MBR 
Technology   Wastewater   Treatment   Plant   at   Muscat,
Ultra­filtration Plant for Wastewater  Treatment at Vizag etc. Since 
the period for O & M contract for Dhanbad Water Supply Scheme 
Phase­I   was   coming   to   an   end,   the   respondent­Department   of 
Drinking Water and Sanitation issued e­Procurement notice dated 
25.06.2013

. In the notice dated 25.06.2013 the scope of work was  enlarged   by including small Water Treatment Plant at Maithan  also. The estimated cost for execution of work was Rs. 9.47 crores  for a period of 24 months. The bid was required to be submitted in  online format in two folders containing the technical bid and the  price   bid   separately.   Specific   requirement   of     experience   of   the  bidders   was   also   indicated   in   the   Tender   condition   and   it   was  made   clear   that     the   bid   of   the   tenderers,   not   having   requisite  eligibility would not be considered. The bidders were required to  submit experience certificates indicating:

(a)   atleast   one   year   experience   in   successful   operation   &  maintenance   of   municipal   WTP   of   minimum   30   MLD  capacity anywhere in India; 
(b) possess High Tension & Low Tension Contractor License;
(c) experience  of successful O & M of a pumping station,  consisting   of   a   V.T.   Pump   with   minimum   capacity   of   800  Cubic Meter/Hour discharge  & a centrifugal pump of 400  Cubic Meter/Hour discharge  & a centrifugal pump of 400  Cubic Meters discharge;
(d)   experience   of   1   year   in   maintenance   of   3   nos.   of  Elevated Service Reservoir of a capacity of minimum 1 lac  4 gallon;
(e) experience of laying and maintaining of rising mains and  distribution network of pipe 30 km in length with 200 m to  400 m diameter and
(f) the turnover requirement of the bidder was that it should  have had a turnover of 50% of the tendered amount in any  one   year   in   last   three   financial   years   to   be   certified   by   a  Chartered Accountant.

3. The   petitioner   further   claims   that   in   terms   of Clause 1.12.2.2 of the Tender condition, in a Joint­Venture, "lead  partner"   of   the   JV   was   required   to   meet   atleast   50%   of   the  eligibility under Clause 1.9. in proportion to partnership in JV, but  not   less   than   50%   of   the   eligibility   criteria   provided   under Clause   1.9.   The   respondent­Department   uploaded   the   Pre­Bid  Clarification and Corrigendum  on 10.07.2013 however, there was  no indication of a discussion  as to clarification of Clause 1.9. The  information   available   on   23.07.2013   did   not   disclose   the Joint­Venture of the respondent no. 4 with M/s Neo Parisrutan Pvt.  Ltd,   M/s   Hindustan   Architects   Pvt.   Limited   and   M/s   Basak  Engineering.   The   petitioner   who   has     successfully   executed   the  work   order   dated   30.07.2011   submitted   its   bid   on   23.07.2013.  The   bid   submitted   by   the   respondent   no.   4   discloses   that   the  respondent   no.   4   entered     into   MoU   with   the   aforesaid   three  companies   for   execution   of   the   work.   The   respondent   no.   4  submitted   its   bid   on   the   basis   of   credential     of   the   above  collaborators in the following manner:

(a) Relying on the experience of M/s Neo Parisrutan Pvt. Ltd  for the purpose of experience in O & M of WTP;
(b)  Relying  on the credential of M/s Hindustan Architects  Pvt. Limited for the purposes of laying and maintaining long  distance large diameter pipeline and
(c) Relying on M/s Basak Engineering & Co for its HT & LT  5 contractor   license.   Upon   relying   on   the   above,   the  Respondent   No.   4   stated   that   the   Department   would   find  him competent to execute the work.

4. The writ petitioner asserts that the respondent no. 4  does not meet the experience eligibility  for the following reasons:

(a)   the   Certificate   given   by   M/s.   Hindustan   Architects  Private Limited was only for laying of 12 km pipeline and it  did   not   meet   the   requirement   of   laying   as   well   as  maintaining of a 30 km pipeline.
(b)   the   certificate   given   by   M/s.   Neo­Parisrutan   Private  Limited did not meet the required experience of operating  and maintaining a pumping station consisting of a VT Pump  of minimum capacity of 800 Cubic Meter per hour discharge. 

The   Certificate   given   related   only   to   operation   and  maintenance   of a Water Treatment Plant and did not deal  with VT pump in a pumping station.

(c)   there   is   no   proof   that   Mr.   Abhay   Kumar   Sinha   or   his  Joint­Venture   Partners   have   any   experience   of   1   year   in  maintenance   of   3   nos.   Elevated   Service   Reservoir   with   a  minimum capacity of 1 lakh gallon.

(d) the Respondent No. 4 only claim was that it had been  executing various type of works of substantial quantum in  the   State   of   Jharkhand.   The   Certificate   annexed   by   the  Respondent No. 4 showed that  he had been recently given a  contract   by   the   Department   for   the   levelling,   design   and  construction of RCC ESR, but there was no work of O & M of  the nature required.

(e)   the   tender   conditions   required   that   the   prime  bidder/lead partner should have minimum 50 % proportion  in the partnership. Despite being the prime bidder, there was  no   expertise   that   Abhay   Kumar   Sinha   possessed.   Abhay  Kumar Sinha was not meeting the experience eligibility of  minimum 50%.

5. After   the   period   under   the   work   order   dated  30.07.2011   ended,   the   respondent­Department   vide   letter  29.07.2013  permitted  the petitioner to continue the O & M work  for   about   two   months   till,   the   tender   was   finalized.   On  05.08.2013,   the   technical bid  was opened and the  bid  of  three  6 bidders including, the petitioner and the respondent no. 4 were  admitted   for   "evaluation"   purposes.   The   result   of   the   bid  evaluation was  uploaded on website on 25.09.2013 at 5.35 p.m.  indicating   that   the   petitioner's   bid   as   well   as   the   bid   of   the  respondent   no.   4     have   been   accepted   and     at   5.36   p.m.   the  petitioner  was  informed   by   email that financial bid would be  opened   on   26.09.2013   at   10.30   a.m.   In   the   financial   bid   the  respondent   no.   4   was   declared   lowest   bidder   at Rs. 9,35,42,954.60 whereas, the petitioner's financial bid was at  Rs. 10,41,49,525.82/­. Since, the financial bid was opened within  24 hours of the acceptance of technical bid, the petitioner  had no  time to verify the credentials of the respondent no. 4. Suspecting  foul   play,   the   petitioner   gathered   information   and   immediately  thereafter,   lodged   a   complaint   on   27.09.2013   challenging   the  eligibility   of   the   respondent   no.   4   in   terms   of   Clause   1.9     r/w  Clause   1.12.2.2.   About   25   days   thereafter,   the respondent­Department informed the petitioner vide letter dated  21.10.2013   that   the     work   of   O   &   M   has   been   allotted   to M/s Abhay Kumar Sinha and the petitioner was  directed to hand  over the project in working condition by 15.11.2013. Though, the  period     under   work   order   dated   30.07.2011   ended   in   August,  2013   and   no   complaint   whatsoever   was   made   against   the  petitioner­company,   on   22.10.2013,   that   is,   immediately   after  awarding   the   work   in   question   to   the   respondent   no.   4,   the  respondent­Department wrote a letter that the work of painting of  WTP and replacement of filter media was not carried out by the  petitioner.     The   petitioner immediately  replied  vide  letter  dated  25.10.2013 refuting the said allegation. It is stated that action of  the   respondent­Department   in   awarding   the   contract   to   a  technically ineligible   party who is merely acting as an agent to  secure   work   would   be   detrimental   to   the   public   interest.   The  respondent­Department acted in haste and in an arbitrary manner  7 relaxed   technical   eligibility  criteria  in  favour   of    one   party  and  therefore,   constrained,   the   petitioner   approached   this   Court   by  filing the present writ petition.

6.  A   counter­affidavit   has   been   filed   on   behalf   of   the  respondent­State   of   Jharkhand   stating   that   the   "prime   bidder"

M/s Abhay Kumar Sinha along with the MoU partners fulfills the  eligibility criteria. The prime bidder M/s Abhay Kumar Sinha has  sufficient financial turn­over and is a Class I unlimited registered  contractor   of   Drinking   Water   and   Sanitation   Department,  Government   of   Jharkhand.   It   is   executing   Shivli   Rural   Water  Scheme and it has already carried out O & M work of 2.5 MLD  Mugma   Water   Supply   Scheme.   The   Joint­Venture   partner M/s   Neo­Parisrutan   Private   Limited   (NPPL)   has   successfully  commissioned 55.02 MLD WPT at Phulwari and 90.8 MLD WPT  Sermanpore   (CMW­SA)   on   Turnkey   basis   along   with   civil,  mechanical and electrical works. It is further stated that the prime  bidder   (M/s   Abhay   Kumar   Sinha)   along   with   the   Joint­Venture  partners   fulfills  the  eligibility  criteria  which is evident  from the  inspection report submitted by the Sub­Divisional Officer, Maithan.  The eligibility criteria of 50% and experience of partnership for  prime bidder was modified with consent of the bidders present in  the pre­bid meeting held on 09.07.2013. The uploading of price  bid result was as per Clause 1.9 of the Tender. After execution of  agreement dated 17.10.2013, the petitioner and NCCL both were  asked to handover the Project in working condition. The NCCL has  handed over the same however, the petitioner has not handed over  the Project and various components of the Plant are in dilapidated  conditions. Various pumps, motors and transformer are lying idle  for want of repairs. The Tender process was completed as per NIT  conditions and  the  pre­bid meeting and subsequent  clarification  and   corrigendum   were   issued   in   a   transparent   manner.   The  petitioner had sufficient time to raise the question of eligibility of  8 respondent no. 4 however, it raised an objection only after 52 days  when   its   price   bid   was   found   higher   by   1.06   crores.   Further  affidavits  have  been  filed by the respondent­State of Jharkhand  bringing   on   record   certain   documents   to   indicate   that   the  Superintending Engineer has been authorised and competent  to  deal with all aspects of the Tender for work in question.

7. A counter­affidavit has been filed by respondent no. 4  stating that the answering respondent and other partners formed  Joint­Venture and are fully eligible for the work in question. The  word "Joint­Venture" has not been defined in any statutory form.  The word "lead partner" is used for convenience however, in case  of   Joint­Venture,   the   combined   effect   has   to   be   seen   for   the  purpose   of   contract.   The   respondent   no.   4   being   one   of   the  partners   in   Joint­Venture   who   has   been   authorised   to   sign  documents   on   behalf   of   the   Joint­Venture,   is   fully   eligible   for  participating   in   the   Tender   process   irrespective   of   relaxation   or  not.   The   experience   certificates   submitted   by   respondent   no.   4  were enquired by the Authority and the same were found correct.  It is further stated that the Superintending Engineer is competent  authority   to   decide   the   Tender   process.   Under   the   Jharkhand  Public Works Department Code, relaxation is also permissible in  the   larger   public   interest.   Only   two   tenderers   namely,   the  respondent no. 4 and the writ petitioner qualified in technical bid  and if the respondent no. 4 is disqualified, it would become a case  of single Tender which cannot be accepted and thus, fresh Tender  has to be initiated. In such a situation, in larger public interest,  with   the   consent   of   the   writ   petitioner,   certain   relaxation   was  made, even though it is not required in case of Joint­Venture and  as   such   there   is   no   infirmity   in   the   decision   making   process.  Further affidavits have been filed by respondent no. 4 asserting  that the respondent no. 4 with the other Joint­Venture partners are  eligible and fully competent to execute the work in question.

9

8. The   petitioner   has   filed   affidavits/rejoinder­affidavits  denying   the   allegations.  It  is   stated   that   in   MoU   signed   by   the  respondent no. 4 with other collaborators, "lead partner" is neither  defined nor indicated. 

9.  Heard the learned counsel appearing for the parties. 

10. Mr.   Saurav   Kumar,   the   learned   counsel   for   the  petitioner   submits   that,   the   mandatory   condition   in   the   Tender  document   cannot   be   ignored/overlooked   rather,   it   has   to   be  adhered to and respected by all.  The   respondent­Superintending  Engineer   has  no  authority  to  change/modify/amend  the   Tender  condition.   In   the   garb   of   clarification   the   mandatory   condition  under   Clause   1.9   and   Clause   1.12.2.2   have   been  amended/modified by the respondents which is not permissible.   Though   Clauses   in   the   Tender   clearly   stipulate   submission   of  requisite documents and this is a mandatory condition however,  documents   establishing   experience   of   "lead   partner"   were   not  submitted. It is further submitted that, there is a specific clause in  the   Tender   that   if   the   bid   is   not   accompanied   by   necessary  documents, it would be liable to be rejected.  Referring to the past  experience   of   the   petitioner­company   in   successfully   executing  several   projects   across   the   globe,   the   learned   counsel   for   the  petitioner   submits   that,   the   petitioner   undertakes   to   carry   the  work   under   e­procurement   notice   dated   25.06.2013   at   the   rate  quoted   by   the   respondent   no.   4.   It   is   further   submitted   that   it  would be in the public interest that an ineligible candidate is not  awarded contract which is of great significance for the reason that  it   may   adversely   affect   the   health   of   the   people.   The   learned  counsel relied on judgments in "Ram Gajadhar Nishad v. State of   U.P. & Ors."  reported in  (1990) 2 SCC 486, "W.B. State Electricity   Board v. Patel Engineering Co. Ltd. & Ors."  reported in  (2001) 2   SCC   451,   "Sorath   Builders   v.  Shreejikrupa   Buildcon   Ltd.   &   Ors."   reported in  (2009) 11 SCC 9, "Monarch Infrastructure (P) Ltd. v.  

10

Commissioner, Ulhasnagar Municipal Corporation & Ors."  reported  in (2000) 5 SCC 287, "National Thermal Power Corporation Ltd. v.   Ansaldo   Caldaie   Boilers   India   Private   Ltd.   &   Anr."  reported   in  (2012) 4 SCC 471, "Shagun Mahila Udyogik Sahakari v. State of   Maharashra   &   Ors."  reported   in  (2011)   9   SCC   340   and   "Ramchandra   Keshav   Adke   (dead)   by   Lrs.   &   Ors.   v.   Govind   Joti   Chavare & Ors." reported in (1995) 1 SCC 559. 

11.  As against the above,  Mr. Rajesh Shankar, the learned  G.A.   appearing   for   the   respondent­State   of   Jharkhand   submits  that,   though   the   petitioner   participated   in   the   pre­bid   meeting  dated 09.07.2013 and a proceeding was drawn, it never raised any  objection to the qualification of respondent no. 4 and only  when  the   price   bid   was   open   on   26.09.2013,   it   lodged   a   protest   on  27.09.2013.  The conduct of the petitioner­company indicates that  it somehow wants to retain the possession of the plant to continue  the work in the manner it desires.  Referring to Rule 290 of PWD  Code   and   certain   communications,   it   is   submitted   that   the  Superintending   Engineer   has   necessary   power   to   take   decision  with respect to clarification of the Tender condition.   Under the  instructions   issued   by   the   Government   of   Jharkhand,   the  Superintending Engineer is the person who grants administrative  as well as financial sanction to the project of this nature.   It is  further submitted that, respondent no. 4 is a Joint­Venture which  is a collective body of the individuals having requisites experience  and finance.

12. Mr. A. K. Sinha, the learned Senior counsel appearing  for the respondent no. 4 submits that, the petitioner cannot raise a  grievance with respect to the clarification in Tender conditions and  it must establish prejudice caused to it. The relaxation, if any, in  the Tender conditions is applicable to all the participants and thus,  it would not cause any prejudice to the petitioner­company.  It is  further   submitted   that,   the   case   of   the   petitioner   was   fully  11 considered   and   only   when   it   was   declared   L­2,   it   raised   a  grievance with respect to suitability/eligibility of respondent no. 4.  The respondent no. 4 is fully capable of executing the work under  Tender. It is further submitted that the word amendment is not  determinative and it has to be seen whether the proceeding dated  09.07.2013   is   clarificatory   and   explanatory.   The   word   "lead  partner"   has   not   been   defined   anywhere   and   thus,   if   the  expression lead partner or prime partner has been used in certain  documents, it has been loosely used by the respondent no. 4 or the  respondent­State   of   Jharkhand.     Relying   on   a   decision   in  "Executive officer, Arthanareswarar Temple v. R. Sathaymoorthy &   Ors."  reported   in   AIR   1999     SC   958,     it   is   reiterated   that   the  petitioner is required to show prejudice caused to it. The original  period  under the  contract  is to expire  on  15.11.2015 and thus,  only few months have been left and therefore, interference in the  matter would not be in the  public interest. Relying on decision in  "Air   India   Ltd.   Vs.   Cochin   International   Airport   Ltd."  reported   in  (2000)   2   SCC   617,   it   is   further   submitted   that   merely   because  some error has been committed in the award of Tender, the High  Court   in   exercise   of   jurisdiction   under   Article   226   of   the  Constitution of India would not interfere with the decision of the  administrative   authority,   as   the   High   Court   does   not   act   as   an  appellate authority.   Relying on decision in  "New Horizons Ltd. &   Anr  v.  Union of India  & Ors." reported in  (1995) 1 SCC 478, it is  submitted that it is not in dispute that one or the other partners of  the   Joint­Venture   has   adequate   experience   in   terms   of   Tender  conditions.   Referring to decision in  "Ranjan Kumar Etc. Etc. Vs.   State of Bihar",  reported in  2014 (2) JLJR 583(SC), it is further  submitted   that,   once   the   petitioner   participated   in   the   Tender  process, it cannot be permitted to raise grievance with respect to  award of Tender to respondent no. 4.  

13. In  reply, relying on decision of the Hon'ble Supreme  12 Court   in  "Patel   Engineering"  case  the   learned   counsel   for   the  petitioner­company   submits   that   in   view   of   the   fact   that   the  mandatory   conditions   in   the   Tender   documents   have   been  amended by a person who is not authorised, the entire decision  making   process   is   vitiated   and   therefore,   the   matter   requires  interference   by   this   Court.   It   is   submitted   that   the   Tender  conditions must be adhered to and respected by the  respondents  and it is in the public interest that the mandatory conditions in the  Tender   are   followed.   Reiterating   the   undertaking   of   the petitioner­company that it is capable of executing   the work for  the  price  for which the respondent no. 4 submitted its bid, the  learned   counsel   for   the   petitioner   submits   that,   the   decision  communicated   to   the   petitioner   vide   letter   dated   21.10.2013   is  liable to be quashed and the respondents may be directed to grant  work under the Tender notice dated 25.06.2013 for O & M work  in Tender, to the petitioner­company.

14.  I   have   carefully   considered   the   submissions   of   the  counsel for the parties and perused the documents on record.

15. Before   referring   to   various   contentions   raised   on  behalf of the rival parties, the relevant provisions in the Tender  document may usefully be noticed;  

1.9.  Experience   and   Turn   Over:­  Only   those  contractor/Firm   are   eligible   to   participate   in   Tender   who  have   got   previous   experience   certificate   of   execution   and  successful completion of following component/terms to the  extend shown against each item. 

*  Intending   bidders   should   have   O   &   M   work   experience  under   government/Semi   Government/Urban   Local  Body/Industrial Township/Registered company of any large  scale Core Industries with the following eligibility criteria. 

*   The   bidder   should   have   at   least   1   year   experience   in  13 successful   operation   &   maintenance   of   Municipal   water  treatment plant of minimum capacity 30 MLD anywhere in  India. 

* The bidder preferably should having H.T & L.T. Contractor  license and should have experience in successful operation &  maintenance of pumping station of minimum capacity 800  m3/hr. Discharge of V.T. Pump and 400 m3/hr. Discharge of  Centrifugal motor pump in anywhere in India. 

*   The   bidder   preferably   should   be   having   Experience   in  maintenance   of   Elevated   Service   Reservoirs   for   1   years  minimum  or  more  for  the   capacity  of  1.00  lakh  gallon   at  least 3 nos. and laying as well as maintaining of rising mains  & distribution network of pipe of 200mn to 400mn dia 30  kms in length. 

* Turn over (Certificate issued by C.A) (Equivalent to, or 50% of, tendered amount in any one year  of last three financial years) 1.12. Folder   'A'   (Technical   Bid)   should   contain  (Scanned copy):­  1.12.1 Details of earnest money deposited  1.12.2.1 Firm   registration   or   proof   of   application   for  registration, Partnership deed and power of attorney in case  of   partnership   firms/affidavit   regarding   proprietorship   in  case   of   proprietorship   firm/articles   of   association  memorandum   in   the   case   of   company/declaration   of  individual   concern,   document   regarding   Joint­Venture   and  detail of condition under which JV is formed (in case of JV).

1.12.2.2 The lead partner of JV shall meet the following  qualifying criteria in proportion to the partnership in JV but  not less than 50% cl. 1.9 of basic information of tenderer 1.12.3 Attested copy of registration in proper category  14 in   D.W.   &   S.D.,   Jharkhand/other   State   or   Central  Government   pertaining   to   respective   water   supply   nodal  dept; up to date Latest income tax clearance certificate/PAN  Card, sales tax clearance certificate. 

1.12.4 Cost of BOQ 1.12.5 Turn Over ceertificate. 

1.12.6 Credentials   on   satisfactory   performance   of  contracts completed in the part in the following format. 

1.12.7  Details of Past experience 1.12.8 Details of similar works executed during previous  years to be attached in technical bid in the following format. 


                      Attach attested copies of 

                      (i)    Work order 

                      (ii)   Satisfactory completion certificate. 

       1.12.9         Important Note

The eligibility criteria for the civil contractor are as under (If  not mentioned otherwise in tender notice.) To be attached in  Technical Bid in following format 1.12.10   Details of similar work presently in hand (To be  attached in Technical Bid in the following format) Sr.  Year Name of the work with  Estimated value  Organization   for  No.  work   order  reference  &  of work (Rs.) which   work   was  brief description executed 1 2 3 4 5

16. From the aforesaid clauses in the Tender document it  appears that a bidder should have experience of atleast one year  in   successful   operation   and   maintenance   of   Municipal   Water  Treatment Plant of minimum capacity of 30 MLD.  The petitioner  has been awarded work order dated 30.07.2011 for O & M work  for 77 MLD.   It has been made clear in Clauses 1.9 and 1.12.2.2  15 that the "lead partner" of Joint­Venture shall meet the qualifying  criteria in proportion to the partnership in Joint­Venture but not  less than 50% of Clause 1.9 of basic information of the tenderer. In  Clause 1.9 there are as many as 6 essential qualifications and thus,  in view of Clause 1.12.2.2 the lead partner in a Joint­Venture must  fulfill three out of six conditions mentioned in Clause 1.9.  It has  been contended on behalf of the respondent no. 4 that the word  "lead partner" has not been defined in the Tender document and  therefore, if any one of the partners in Joint­Venture fulfills the  condition he is eligible for award of work.  It is further submitted  that  the  respondent  no. 4 was authorised to submit  the  Tender  document and take all necessary steps in this regard and in that  sense only he has been described as lead partner.  The submission  raised on behalf of respondent no. 4 is liable to rejected. Once the  Tender condition under Clause 1.12.2.2 makes it imperative that a  "lead partner" of Joint­Venture must have 50 % of qualifications  under  Clause   1.9,   it  was necessary  for  the  respondent  no. 4 to  disclose   who   is   the   lead   partner   in   Joint­Venture.     No   such  statement has been made by the respondent no. 4 in the present  proceeding. Merely relying on the experience of one or the other  partners in the Joint­Venture, it is submitted that the respondent  no. 4 is a "collaborator" in the Joint­Venture. Stressing the need  for compliance of the mandatory conditions in contract, in "B.S.N.   Joshi & Sons Ltd.   v.   Nair Coal Services Ltd. & Ors." reported in   (2006) 11 SCC 548 the Hon'ble Supreme Court observed as under:

"66.  We are also not shutting our eyes towards   the new principles of judicial review which are   being   developed;  but  the  law as it  stands now   having regard to the principles laid down in the   aforementioned decisions may be summarised as   under:
(i)   if   there   are   essential   conditions,   the   same   must be adhered to;
(ii)  if   there is no power of general  relaxation,   ordinarily the same shall not be exercised and   16 the   principle   of   strict   compliance   would   be   applied where it is possible for all the parties to   comply with all such conditions fully;
(iii) if, however, a deviation is made in relation   to   all   the   parties   in   regard   to   any   of   such   conditions,   ordinarily   again   a   power   of   relaxation may be held to be existing;
(iv)   the  parties   who  have  taken  the  benefit   of   such relaxation should not ordinarily be allowed   to   take   a   different   stand   in   relation   to   compliance with another part of tender contract,   particularly when he was also not in a position   to comply with all the conditions of tender fully,   unless the court otherwise finds relaxation of a   condition which being essential in nature could   not   be   relaxed   and   thus   the   same   was   wholly   illegal and without jurisdiction;
(v) when a decision is taken by the appropriate   authority upon due consideration of the tender   document submitted by all the tenderers on their   own   merits   and   if   it   is   ultimately   found   that   successful   bidders   had   in   fact   substantially   complied with the purport and object for which   essential   conditions   were   laid   down,   the   same   may not ordinarily be interfered with;
(vi)   the   contractors   cannot   form   a   cartel.   If   despite the same, their bids are considered and   they are given an offer to match with the rates   quoted   by   the   lowest   tenderer,   public   interest   would be given priority;
(vii) where a decision has been taken purely on   public   interest,   the   court   ordinarily   should   exercise judicial restraint."

17. It   has   been   contended   on   behalf   of   the respondent­State of Jharkhand that a decision was taken in the  pre­bid   meeting   held   on   09.07.2013   and   certain   clarifications  were issued.   Copies of the alleged clarification and corrigendum  have been placed on record. A perusal of these documents would  indicate   that   in   the   proceeding   held   on   09.07.2013   a  decision/clarification   with   respect   to   earnest   money   etc.   was  taken.   A   decision   was   also   taken   that   the   prime   bidder/first  17 partner would be permitted to submit the Tender document.   It  further appears that a decision was taken that a prime bidder/first  partner has to qualify only with respect to financial turn over and  other partners in JV/MoU may have other technical experiences  and that has to be seen in "the totality" for deciding the eligibility  of a tenderer in Joint­Venture. From the documents produced on  record it appears that the proceeding dated 09.07.2013 was never  uploaded.  Even assuming that the said proceeding took place on  09.07.2013, I do not find any material brought on record by the  respondent­State   of   Jharkhand   to   disclose   the   authority   of  Superintending   Engineer   to   change   the   mandatory   conditions  under Clause 1.9 and 1.12.2.2.  Reference to Rule 290 of the PWD  Code   and letter of the Department to assert the authority of the  Superintending   Engineer   is   completely   misconceived.   A   Tender  document  reflects  the  policy decision of the Government  of the  State   and   no   officer   of   the   State   can   change   the   mandatory  conditions in Tender document. The power of the Superintending  Engineering to grant administrative and financial approval and to  deal with the subject­matter, would not authorise him to change  the   mandatory   conditions   of   Tender.   The   participation   of  petitioner on 07.09.2013 also would not confer jurisdiction on him  to change the conditions of contract. 

18.   Referring   to   decision   in  "Asia   Foundation   and   Construction   Ltd.   Vs.   Trafalgar   House   Construction   (I)   Ltd.   And   Others" reported in (1997) 1 SCC 738, I am of the view that it is  well settled that fairness in action on the part of the Government  is   the   necessity   of   the   time.   The   decision   taken   by   the  Superintending   Engineer   to   amend   mandatory   conditions   under  Clause 1.9 and 1.12.2.2 cannot be said to be a minor deviation in  decision making process.  In my opinion Superintending Engineer  is   not   competent   to   relax   the   Tender   conditions   which   would  favour   a   tenderer.   Contentions   raised   on   behalf   of   respondent 18 no.   4   that   the   relaxation   if   any   of   the   Tender   condition   is  applicable   to   petitioner   also   is   devoid   of   merit.   By   importing   a  report   of   the   S.D.O,   the   necessary   experience   which   the  respondent no. 4 was lacking, has been sought to be filled up by  the respondent­Superintending Engineer. In the counter­affidavit,  the   respondent­State   of   Jharkhand   has   taken   a   stand   that   the  respondent   no.   4­prime   bidder   M/s   Abhay   Kumar   Sinha   along  with MoU partners fulfills eligibility criteria which is clear from  the supporting documents which were uploaded and also from the  inspection made by the Sub­Divisional Officer, Drinking Water and  Sanitation, Maithan. It is further stated that in the pre­bid meeting  held on 09.07.2013  the eligibility criteria of 50% and experience  in partnership for "prime bidder" was modified with the consent of  the bidders who participated in the pre­bid meeting. The minutes  of   the   pre­bid   clarification   were   uploaded   on   the   internet   on  10.07.2013 . The minutes dated 09.07.2013 which was uploaded  on   internet   is   signed   on   10.07.2013.   It   transpires   that   it   was  clarified   that   Joint­Venture   has   to   be   notarized   with   details   of  Joint­Venture   agreement   in   proportion   of   turn   over   and   work  experience. It is further revealed that clarification with respect to  EMD   was   to   be   issued   through   corrigendum.   The   decision   in pre­bid   meeting   held   on   09.07.2013  does  not  find  place  in  the pre­bid   clarification   which   was   uploaded   on   internet.   The  consequent   corrigendum   which   was   signed   on   10.07.2013   also  does not disclose the decision taken in the pre­bid meeting held on  09.07.2013   with   respect   to   the   decision   that   the   experience   of  other   Joint­Venture   partners   would   be   taken   in   "totality".   In  "Harla vs. State of Rajasthan",  reported in  AIR 1951 SC 467  the  Hon'ble Supreme Court has observed as under :

8.  "..................Natural   justice   requires   that   before the law can become operative it must be   promulgated or published. It must be broadcast   in some recognisable way so that all men may   19 know what it is; or at the very least, there must   be some special rule or regulation or customary   channel   by   or   through   which   such   knowledge   can   be   acquired   with   the   exercise   of   due   and   reasonable diligence. The thought that a decision   reached   in   the   secret   recesses   of   a   chamber   to   which   the   public   have   no  access  and  to   which   even   their   accredited   representatives   have   no   access   and   of   which   they   can   normally   know   nothing,   can   nevertheless   affect   their   lives,   liberty   and   property   by   the   mere   passing   of   a   Resolution without anything more is abhorrent   to civilised man............"
19. The   learned   counsel   appearing   for   the   petitioner  submits that when the pre­bid meeting was held on 09.07.2013,  the bids were yet to be submitted. Moreover, the bid documents  were   received   and   kept   for   assessment   by   the   respondents   for  about 25 days however, it appears that in response to letter dated  20.09.2013   of   the   Superintending   Engineer,   the   Sub­Divisional  Officer   visited   the   Silliguri   Water   Treatment   Plant   of M/s   Neo­Parisrutan   Private   Limited   (NPPL)   along   with   the  employee   of   NPPL.   The   said   report   further   discloses   that   the Sub­Divisional   Officer   has   recorded   an   opinion   that   NPPL   is  "competent" for handling and guiding the O & M of the Project in  "totality" as MoU collaborator of M/s Abhay Kumar Sinha. I find  that   no   document   in   support   of   the   observations   made   by   the Sub­Divisional   Officer   in   report   dated   24.09.2013   accompanied  the   said   report.   It   further   appears   that   one   of   the   essential  conditions of the Tender was that the tenderes were required to  upload scanned copies of the documents and in case the bid was  not supported by essential documents it was liable to be rejected. I  find   that   even   if   it   is   assumed   that   the   stand   of   the respondent­State of Jharkhand that the Sub­Divisional Officer was  directed   to   verify   the   veracity   of   the   documents   submitted   by  respondent no. 4, the Sub­Divisional Officer had no occasion to  20 record   his   opinion   that   NPPL   is   competent   for   handling   and  guiding the O & M of the Project. Further, the use of the word  "totality"   used   by   Sub­Divisional   Officer   in   his   report   dated  24.09.2013   creates   a   serious   doubts   on   the  stand   taken   by   the  respondent­State   of   Jharkhand.   In   absence   of   the   experience  certificate   uploaded   along   with   the   bid   of   respondent   no.   4,  decision with respect to eligibility of respondent no. 4 taken on  25.09.2013 suffers from procedural irregularity and thus vitiated.

The   materials   brought   on   record   make   the   visit   and   the  consequent   report   by   the   S.D.O.   highly   suspicious.     However,  without taking note of the same I find that the Tender condition  under Clause 1.9 and 1.12.2.2 are mandatory. There are various  provisions   under   Clause   1.12   which   contain   the   words   "only",  "shall" etc. and thus, the conditions are mandatory, is apparent.  Moreover,   in   a   work­contract   of   this   magnitude,   the   conditions  relating to experience have to be mandatory. The Superintending  Engineer has no authority to change the mandatory conditions. In  "W.B. SEB  v.  Patel Engg. Co. Ltd. & Ors."   reported in  (2001) 2   SCC 451 the need for adhering to mandatory conditions has been  emphasized by the Hon'ble Supreme Court. The contention raised  on behalf of the State with respect to conduct of the petitioner in  making a grievance only after the price bid was open,   does not  merit acceptance.   The process by which the petitioner­company  has been eliminated from the bid process is illegal and therefore,  on the ground that the petitioner­company did not raise grievance  after the pre­bid meeting dated 09.07.2013 is liable to be rejected.

20. Extensive argument has been advanced by the learned  Senior   Counsel   for   the   respondent   no.   4   to   indicate   that   the  respondent no. 4 is eligible as a Joint­Venture partner. Relying on  decision in "New Horizon" case, the learned Senior Counsel for the  respondent no. 4 submits that it is not necessary that each partner  must   have   all   the   qualifications   and   if   each   of   the   partners   in  21 Joint­Venture   have   different   qualifications   which   in   totality  satisfies   the   Tender   condition,   the   Joint­Venture   must   be   held  eligible. I am of the opinion that the issue involved in the present  writ   petition   is   entirely   different.   The   question   is   whether   the  essential  condition  under Clause 1.9 and Clause 1.12.2.2 could  have been modified in pre­bid meeting. As noticed above, in terms  of  the   Tender  document, there  has to be  a "lead partner"  who  must have 3 out of 6 essential conditions mentioned in Clause 1.9.  It is interesting to note that the respondent no. 4 has described  himself   as   "lead   partner"   and/or   "collaborator"   in   different  affidavits   filed   by   him.   The   learned   Senior   Counsel   for   the  respondent   no.   4   tries   to   clarify   the   same   by   submitting   that  respondent no. 4 has been described as "lead partner" only in the  sense   he   was   authorised   to  submit   the  bid   document  and  take  necessary   actions   in   this   regard.   However,   I   find   that   the  respondent­State of Jharkhand has also described the respondent  no.   4   as   "prime   bidder".   Even   if   all   these   discrepancies   are  ignored, the fact remains that in terms of the Tender conditions,  partners/collaborators of the Joint­Venture are required to identify  "lead bidder" and the said "lead bidder" must satisfy the condition  contained in Clause 1.12.2.2. 

 21. In  "Raunaq   International   Ltd.   Vs.   I.V.   R.   Construction   Ltd." reported in 1999 1 SCC 492, it has been indicated that one  of the considerations which has to be kept in mind in commercial  transactions is price at which the other side is willing to work.  It  has further been observed by the Hon'ble Supreme Court that past  experience of the tenderer and the ability of the tenderer to take  follow   up   action   should   also   be   taken   into   consideration.   The  petitioner   has   successfully   competed   the   work   order   dated  30.07.2011   is   a   matter   of   record.   It   has   been   directed   by   the  respondent­State of Jharkhand to continue the work for another  two months after the expiry of term. The learned counsel for the  22 petitioner has submitted that the capability and eligibility of the  petitioner­   company   cannot   be   doubted.   Though   certain  objections  have   been  raised with respect  to qualification  of the petitioner­company   and   Mr.   Rajesh   Shankar,   the   learned   G.A.  appearing for the respondent­State of Jharkhand has tired to rely  on  certain  communications including the communication  of the  Deputy Commissioner, Dhanbad to submit  that the work of the  petitioner company was not satisfactory, I am of the view that had  there   been   any   complaint   against   the   petitioner­company,   the  respondent­State   of   Jharkhand   would   have   taken   action   for  termination of the work order dated 30.07.2011 awarded to the  petitioner which has not been done in the present case.

22. The proceeding in the present case indicates that when  this matter was heard on 11.11.2013, an order was passed that  the petitioner shall not be compelled to hand over the plant to  respondent no. 4 and though, the case was listed on as many as  20 occasions before the hearing in the case started on 05.02.2015,  the   respondent­State   of   Jharkhand   did   not   file   an   application  seeking   vacation   of   interim   order   dated   11.11.2013.   The   writ  petition   was   pending   in   this   Court   and   an   interim   order   was  passed by this Court however, the respondent­State of Jharkhand  handed   over   the   work   for   Maithan   Project   to   the   respondent no. 4, without seeking permission from this Court. I am of the  opinion that the respondent­State of Jharkhand is not justified in  handing   over   a   part   of   the   work   to   respondent   no.   4,   without  seeking permission of the Court. The contention of the learned  Senior Counsel for the respondent no. 4 that since the respondent  no. 4 has satisfactorily executed the work for Maithan Project for  more   than   one   year,   if   this   Court   interferes   in   the   present  proceeding, it may not be  in the public interest, is liable to be  rejected. The bid of the respondent no. 4 has been accepted in  breach of mandatory conditions of the Tender. It is in the public  23 interest   that   the   Government   adheres   to   the   conditions   of   the  contract and does not act in breach of the same. The submission  that in cases where a single bid is found acceptable, work under  the   Tender   cannot   be   awarded   to   the   tenderer   is   also  misconceived. There is no such absolute law. After the Court finds  that the writ petitioner was illegally eliminated, it is entitled for  award of work under the Tender.

23. In view of the above discussion, I am of the opinion  that the writ petition deserves to be allowed and accordingly, it is  allowed. The agreement with the petitioner should be executed  with   effect   from   17.10.2013,   that   is,   the   date   of   execution   of  agreement   with   respondent   no.   4.   The   interim   order   dated  11.11.2013 is discharged. 

(Shree Chandrashekhar, J.) Manish/Amit/Satyarthi/A.F.R.