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 3, Cited by 1]

Delhi High Court

M/S Well Protect Manpower Services Pvt. ... vs Mcd & Ors. on 2 March, 2012

Author: Sanjay Kishan Kaul

Bench: Sanjay Kishan Kaul, Rajiv Shakdher

*               IN THE HIGH COURT OF DELHI AT NEW DELHI


%                                                  Reserved On : 23.02.2012
                                                 Date of decision : 02.03.2012

+                                W.P.(C) 5437/2011


M/S WELL PROTECT MANPOWER SERVICES PVT. LTD
                                        ...... Petitioner

                        Through : Mr.Sunil Mittal, Mr.D.K.Sharma,
                                  Mr.S.K.Vashishtha, Mr.D.K.Mittal,
                                  Mr.Pranav Rishi and Mr.Kshitij Mittal,
                                  Advocates.

                        versus

MCD & ORS.                                                             ..... Respondents

                        Through : Ms.Maninder Acharya, Advocate
                                 for R-1 and R-2.

                                     Mr.Rakesh Khanna, Sr.Adv. with Mr.Rajesh
                                     Gogna and Ms.Jyotika Kalra, Advocates
                                     for R-3.

CORAM:
HON'BLE MR. JUSTICE SANJAY KISHAN KAUL
HON‟BLE MR. JUSTICE RAJIV SHAKDHER

    1.      A public notice was issued on 13.06.2009 by R-1/MCD,
            inviting tenders from the reputed/specialized watch and ward
            agencies/contractors having capacity to provide required
            number of uniformed trained manpower for security services for
            the hospitals to protect its assets and to regulate public in
            OPD/Indoor etc. The petitioner claims that this was in breach of
            the Circular dated 09.05.2006 stipulating that all the tenders

__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 1 of 21
             after 30.09.2006 would be processed only through the e-
            tendering process.
    2.      The tender floated had two stages - the technical bid and the
            price bid. It is only on qualifying the technical bid, was the
            price bid liable to be opened. The technical bids were opened
            on 15.07.2009 and four bidders qualified including the
            petitioner and R-3 (M/s Prehari Protection System Private
            Limited). The price bids were opened on 10.08.2009 and
            evaluated by the Price Evaluation Committee. On 24.08.2009,
            the MCD asked the technically qualified bidders to provide the
            complete bifurcation of the quoted price. The MCD on
            11.09.2009 concluded that the price bid only of R-3 was valid
            and responsive. We may notice that it is the say of the petitioner
            that R-3 used forged and false documents for qualifying the
            technical bid since the performance certificate stated to be
            issued by M/s NTPC Limited was forged and fabricated. The
            Price Evaluation Committee called R-3 for negotiation on
            25.09.2009. There were complaints of irregularities including to
            the Central Vigilance Commission, but the tender was awarded
            to R-3 on 26.04.2010.
    3.      The petitioner claims that the Chief Vigilance Officer („CVO‟
            for short), MCD on the basis of the complaints received with
            regard to irregularities in awarding the contract to R-3 requested
            the Commissioner, MCD for initiating action against R-3 and
            further recommended to call for an explanation from all the
            members of the Technical Evaluation Committee („TEC‟ for
            short) which was to be forwarded to the Vigilance Department
            along with relevant comments and the action taken report. In
            pursuance to the said decision dated 22.09.2010, reply was
__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 2 of 21
             submitted by the Health Department, but the explanation of the
            TEC was found unsatisfactory by the CVO on 27.10.2010 and a
            recommendation was made for cancellation of the tender
            awarded to R-3 along with recommendation for suitable action
            against the Technical Evaluation Committee Members. It is the
            further claim of the petitioner that the MCD took a decision on
            02.11.2010 for cancellation of the tender of R-3 and issued a
            show cause notice on 11.11.2010 to R-3.
    4.      The R-3 aggrieved by the action of the MCD preferred WP(C)
            No.424/2011 claiming various reliefs but did not succeed and
            the learned Single Judge in terms of the order dated 24.01.2011
            while disposing of the writ petition only fixed a time-bound
            schedule for a decision pursuant to the show cause notice after
            giving a personal hearing to R-3.
    5.      The petitioner has, thus, filed the present writ petition under
            Article 226 of the Constitution of India seeking quashing of the
            tender awarded on 26.04.2010 and a direction to the
            respondents to call the petitioner for re-negotiations and award
            of contract.
    6.      On the first date of hearing on 01.08.2011, learned counsel for
            the petitioner made a three-fold submission:
                    i. The recommendation of the Chief Vigilance
                    Officer, MCD for cancellation of the tender
                    awarded to respondent No.3 on the Performance
                    Certificate issued by NTPC Limited having been
                    found forged has not been acted upon and thus
                    respondent No.3 continues to work the tender.
                    ii. If respondent No.3 has obtained the tender
                    through a forged Performance Certificate, the said
__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 3 of 21
                     respondent cannot count the time period spent
                    towards working the tender in question as part of
                    experience.
                    iii. On cancellation, the tender should be awarded
                    to the petitioner.
    7.      The order after recording the aforesaid three submissions,
            further proceeds to record that the counsel for the petitioner
            fairly stated that out of the three pleas, the last one was not
            being pressed by him as the tender was only for a period of 2
            years and it was open to the MCD to invite fresh tenders. The
            writ petition is naturally contested by the respondents who have
            filed their counter affidavits.
    8.      In the course of hearing, on 13.10.2011, it transpired that R-
            2/Additional Director (Health), MCD, had got verified the
            Performance Certificate issued by the NTPC, which as per the
            CVO, MCD had been found to be forged, and the NTPC had
            given a response stating that R-3 had actually carried out the
            work.      These documents had not been placed on record. In
            fact, the MCD pleaded that even if the certificate issued by
            NTPC is not taken into account, the R-3 met the requirements
            as per the tender conditions. We, thus, called upon R-2 to file an
            affidavit in this behalf.
    9.      Learned counsel for the petitioner drew our attention to the
            notings dated 22.09.2010 of the CVO of the MCD. The notings
            show that a detailed inquiry on the allegations made in the
            complaints was carried out and it was found that R-3 did not
            fulfil the eligibility conditions mentioned in Clause 2 r/w Clause
            8.2.5 of the Tender Form. The financial bid was found not to be
            signed by all the members of the Tender Opening Committee,
__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 4 of 21
             the check list of technical bid was left blank by the agency and
            was also not signed by members of TEC and the experience
            certificates furnished by the firms were also not verified by the
            members of the TEC before awarding the work. A further
            aspect of the complaints was that R-3 was not deploying Ex-
            servicemen as per the terms and conditions of the contract
            requiring employment of at least 33% of manpower from the
            category of Ex-servicemen i.e. it was alleged that only 6 of the
            107 employees of R-3 were Ex-servicemen. The action was,
            thus, proposed against R-3.
    10.     The second noting dated 27.10.2010 referred to the explanation
            given by the TEC and the CVO, MCD came to the conclusion
            that the interpretation of the clauses by the TEC while
            evaluating the bids was not correct. On most other matters also,
            the finding has been adverse including regarding experience
            certificate. Having found the explanation given by the TEC as
            unsatisfactory, a recommendation was made that the tender
            awarded to R-3 may be cancelled and a fresh tender be called
            for. A suitable action against the TEC members was suggested.
    11.     Learned counsel for the petitioner fairly conceded that the
            tender invited was for a period of two years and the said period
            would come to an end in April, 2012 and, thus, no purpose
            would be served by terminating the contract awarded to R-3.
            He, however, submitted that if his plea is correct that R-3 was
            awarded the tender, though it was not qualified, then at least R-
            3 should not be permitted to use the experience of having
            executed the tender in question for purposes of obtaining any
            fresh tender from any party. In a nutshell, the plea raised was
            that providing of services under the contract in question should
__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 5 of 21
             not give experience benefit to R-3 and that could be the
            effective relief.
    12.     Learned counsel for the petitioner vehemently contended that
            the present case is one of interference by the political wing of
            the MCD to support the illegality of the award of the contract to
            R-3 despite the said respondent not being eligible.                      In this
            behalf, learned counsel drew our attention to a report filed along
            with the counter affidavit of R-1 and R-2 (Annexure R-7). This
            report is of a committee of five members constituted by the
            Hon‟ble Mayor of MCD comprising of a Chairman (Chairman
            of MRPH Committee), three members (councilors of MCD)
            and Additional Commissioner, IT as the convenor, to decide the
            case of continuance/cancellation of contract awarded to R-3 in
            the wake of Commissioner‟s recommendation to cancel the
            contract based on the report of the Vigilance Department of the
            MCD.        The committee in para 4 of the report noted that it
            should assess the entire matter holistically keeping public
            interest, patient care and credibility of the MCD uppermost in
            its mind while making its recommendations rather than
            analyzing it with the perspective of legal complexities.
    13.     We must observe that we fail to appreciate as to how the legal
            parameters in an award of contract could have been given a go-
            by to preserve the credibility of the MCD. The Committee
            found that defects pointed out by the Vigilance Department,
            even if they existed, could not have been detected by any
            reasonable person or they are too insignificant observations
            which would not be material to disqualify R-3 technically. Para
            5 of the report contains the operative portion, which reads as
            under:
__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 6 of 21
                       "5. Having regard to the facts and
                      circumstances, the Committee has concluded:-

                      a) That, there was inherently no problem with
                      the tender process - there was wide publicity
                      and enough competition;
                      b) That, the TEC and PEC have followed
                      transparent and fair procedures in their
                      decisions as would appear to a rational and
                      reasonable observer:

                      c) That, the objections raised by the Vigilance
                      Department are tenuous and pedantic, which
                      they themselves could not detect or point out
                      before awarding the contract in spite of they
                      having had access to the full documents;
                      d) That, the abrupt cancellation of the contract
                      would not be in the interest of the MCD nor in
                      the interest of citizens of Delhi especially in
                      view of the performance of the firm, which has
                      been found to be quite satisfactory to the user
                      health units.
                      The Committee therefore is of the considered
                      view that the cancellation of the contract, at
                      this juncture, on the grounds raised by the
                      Vigilance Department is not cancelled for and
                      recommends continuation of the contract as
                      per the agreement signed between the
                      Municipal Corporation of Delhi and the firm."

    14.     We may, however, notice that the submission of learned counsel
            for R-1 and R-2 is that the said respondents have not been
            influenced by the said report of the political wing, but the
            matter had been examined by the Additional Commissioner
            (Health) as per the order 29.03.2011, which has received the
            imprimatur of the Commissioner, MCD. A copy of this order
            has also been annexed to the counter affidavit of R-1 and R-2.

__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 7 of 21
             The order notes that the show cause notice dated 11.11.2010
            issued to R-3 was on two grounds: Firstly, the criteria laid
            down under Clause 2 r/w Clause 8.2.5 of the Tender Form had
            not been fulfilled and Secondly, the condition no.43 of the
            terms and conditions of the contract requiring employment of at
            least 33% manpower from the category of Ex-servicemen was
            also not fulfilled. Insofar as the second issue is concerned, it
            was admitted by R-3 that for a certain period of time this
            condition       had been breached but that was on account of
            scarcity of Ex-servicemen due to Commonwealth Games.
    15.     The other important aspect noticed is that the petitioner himself
            had filed WP(C) No.2329/2010 aggrieved by its financial bid
            being declined as non responsive, which was dismissed on
            09.04.2010 with costs of Rs.20,000/- to be paid to R-3. The SLP
            preferred by the petitioner being SLP(Civil) No.11677/2010
            was also dismissed on26.04.2010 only reducing the costs from
            Rs.20,000/- to Rs.5,000/-.              The Additional Commissioner
            (Health) as per its order dated 29.03.2011 found that the
            condition with regard to deployment of 33% of Ex-servicemen
            had been fulfilled and that said issue did not affect the eligibility
            criteria for the award of the tender. The list of Ex-servicemen
            along with their deployment at various hospitals and poly-
            clinics had been submitted and no complaint/objection had been
            received from any health institutions in this regard. However,
            the question of compliance of Clause 2 read with Clause 8.2.5
            of the Tender Form was examined and it was found that while
            Clause 2.2 provided the „eligibility criteria‟, Clause 8.2.5 only
            provided for the „documents to be submitted by the bidder‟.
            These two clauses were held to be independent and thus if the
__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 8 of 21
             contracting agency met the requirement of Clause 2 during any
            preceding period, then it could be reasonably concluded that the
            conditions of the tender had been complied with whereas the
            purpose of Clause 8.2.5 was to ensure that the bidder had been
            providing similar kind of services for at least five consecutive
            years i.e. in support of Clause 2.1 of the Tender Form and not in
            relation to Clause 2.2.          Even if, Clause 8.2.5 was subject to
            Clause 2.2, it was found on a perusal of the record produced
            that R-3 had complied with the requirement of Clause 2 and
            Clause 8.2.5 of the Tender Form at the time of the award of the
            tender. R-3 had submitted an affidavit declaring that all the
            contents of the experience certificate were genuine and there
            was no reason to doubt the same.                In a nutshell, R-1 and R-2
            contended that on re-visiting the issue, it was found that R-3
            had complied with the tender conditions. This plea is, of course,
            supported by R-3. We may notice that in view of the limited
            plea sought to be advanced by the petitioner that the experience
            gained by R-3 from the contract in question should not enure for
            the benefit of R-3, R-1 and R-2 had no objection to the same as
            the contract would stand executed by April, 2012, but they
            defended their decision which concluded that R-3 was not
            ineligible. R-3 was not willing to concede to its ineligibility.
            Thus, the question of eligibility/ineligibility of R-3 is required
            to be gone into.
    16.     In order to appreciate the relevant terms and conditions, we
            consider it necessary to reproduce both Clause 2 and Clause
            8.2.5 of the Tender Form, which are as under:
                     " 2. ELIGIBLE BIDDERS : -

__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 9 of 21
                      2.1 All security agencies who are providing similar
                     kind of services for at least last five consecutive
                     years and having annual average turnover of Rs.100
                     Lac (30% of the estimated value of the contract)
                     during the last three financial years in the books of
                     accounts and being run by the ExServicemen/Ex-
                     Para-military men or reputed firms.

                     2.2 The bidder should have the experience of
                     competition of similar works in any of the
                     Departments/Autonomous Institutions/ Universities/
                     Public Sector Undertakings of the Government of
                     India or Government of NCT of Delhi or any other
                     State Government or Public Sector Banks or Local
                     Bodies/Municipalities as follows:

                     a) Three similar completed works costing not less
                     than amount equal to 30% of the estimated cost; or

                     b) Two similar completed works costing not less
                     than the amount equal to 50% of the estimated cost.


                                   *******************
                     8.2 DOCUMENTS COMPRISING THE BID
                     (TO BE SUBMITTED IN TECHNICAL
                     ENVELOPE)
                     ...
                     ...
                     8.2.5 The bidder shall furnish the details regarding
                     total number of works, as stated in Clause A.2.2.(a)
                     (b) and (c), completed in preceding five years, which
                     were similar in nature and complexity as in the
                     present contract requiring supply of trained man
                     power to provide Security Services."

                     (Note: It is agreed that in Clause 8.2.5, the
                     reference to Clause A and (c) is by mistake as there
                     is no such clause)

    17.     If we scrutinize the aforesaid clauses, it emerges that there are
            three stipulations in Clause 2.1 forming part of the eligibility
            conditions: Firstly, the security agency should have provided
            similar kind of services for at least last five consecutive years;
__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 10 of 21
             Secondly, the security agency should have annual average
            turnover of Rs.100 lac (30% of the estimated value of the
            contract) during the last three financial years in the books of
            accounts and Thirdly, the security agency should be run by
            ExServicemen/Ex-Para-military men or reputed firms.
    18.     The Clause 2.2 provides for experience of completion of similar
            works in Government Departments, Autonomous Institutions,
            etc. We may notice that the expression used in Clause 2.1(First
            Part) is "similar kind of services" while Clause 2.2 refers to
            "similar works" i.e. the expressions are more or less identical.
            The experience of completion of similar works requires either
            of the criteria to be complied with: Three similar completed
            works, each costing not less than the amount equal to 30% of
            the estimated cost (which in the present case would be three
            contracts of Rs.1.05 crores each) or Two similar completed
            works, each costing not less than the amount equal to 50% of
            the estimated cost (which in the present case would be Rs.1.75
            crores per work).
    19.     Clause 8.2.5 requires the bidders to furnish details regarding
            total number of works as stated in Clause 2.2(a)(b) completed in
            five years which were similar in nature and complexity as in the
            present contract requiring supply of trained manpower to
            provide security services.
    20.     The interpretation sought to be adopted by the Additional
            Commissioner (Health) and as canvassed by the respondents is
            that though the first part of Clause 2.1 requires experience of
            similar kind of services for at least last five consecutive years,
            Clause 2.2 requires completed works of requisite value which
            does not provide for any time limit i.e. the experience required
__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 11 of 21
             as per Clause 2.2 has no co-relation with the time period of five
            years stipulated in Clause 2.1. To support this plea, the
            Additional Commissioner (Health) held that Clause 8.2.5,
            where once again the reference was to the period of 5 years,
            provides for documents to be furnished and has to be read de
            hors Clause 2.          We find such an interpretation completely
            unacceptable. It is crystal clear that Clause 2.1 (First Part)
            requires past experience of similar kind of services with
            reference to last five consecutive years. The financial turnover
            condition for the last three financial years of Rs.100 lakhs is
            Second Part of Clause 2.1. Clause 2.2 refers to Institutions
            where such experience as per Clause 2.1 (First Part) had to be
            obtained, qua similar works, gives two alternatives to satisfy the
            condition of such past experience i.e.three works of Rs.1.05
            crores each or two works of Rs.1.75 crore each. This is
            naturally in the last five consecutive years which is further
            made clear by Clause 8.2.5 which refers to the documents to be
            submitted as per Clause 2.2(a)(b) for the last preceding five
            years. It could hardly be the intent of the drafters of the contract
            that the similar experience gained decades ago of the requisite
            value as per Clause 2.2 would satisfy the requirement of the
            First Part of Clause 2.1. This is a completely stretched
            interpretation      sought      to    be    given      by    the     Additional
            Commissioner (Health).
    21.     We cannot but notice the complete turnaround in the stand of
            the respondents over the passage of time. The Chief Vigilance
            Officer of the MCD having found various infirmities in the
            award of the contract to R-3, required a show cause notice to be
            issued. That such infirmity prima facie existed is apparent from
__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 12 of 21
             the fact that the Commissioner, MCD gave his imprimatur to
            the issuance of such a show cause notice. This was interceded
            in between by the decision of the political wing of the MCD to
            constitute its own committee which apparently sought to
            influence the scrutiny of the award of the tender to R-3. The
            infirmities in the award of the tender to R-3 were sought to be
            explained away in the report of the Committee by using the
            adjectives such as "tenuous", "pedantic" "assess the entire
            matter holistically keeping public interest" apart from issues of
            "patient care" and "credibility of the MCD uppermost in its
            mind" rather than "analyzing it with the perspective of legal
            complexities". This approach is completely fallacious and a
            cover-up operation to give credibility to the award of the
            contract to R-3 by seeking to ignore the legal principles by
            calling them "legal complexities". The object is clear that the
            MCD having awarded the tender to R-3, despite infirmities
            found, must not backtrack. The endeavour of the Additional
            Commissioner (Health) in its order is also towards this objective
            by seeking to give a tenuous interpretation to Clause 2 and
            Clause 8.2.5. We are, thus, clearly of the view that the
            interpretation of the contract sought to be given                        by the
            respondents is completely unacceptable and the current
            interpretation is as set out hereinabove.
    22.     Now coming to the alternative conclusion contained in the order
            of the Additional Commissioner (Health) that even if Clause
            2.1, Clause 2.2 and Clause 8.2.5 are read together, R-3 had
            complied with the requirements. Such a conclusion is based on
            the consideration of the work experience of R-3 as discussed in
            the additional affidavit of R-1 and R-2 affirmed on 14.11.2011.
__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 13 of 21
             The work experience certificate submitted by R-3 has been
            discussed in para 4 of the affidavit which reads as under:


            S.NO. NAME OF INSTITUTION            PERIOD       OF             VALUE           OF
                                                 WORK                        WORK
            1.       M/s       Punjab      State i) 01.04.2002 to            Approximately
                     Cooperative Supply and 23.02.2006                       Rs.21,00,000/- lacs
                     Marketing Federation Ltd.,                              per   month     i.e.
                     Chandigarh. „Markfed‟                                   Rs.9,66,00,000/- is
                                                                             the    approximate
                                                                             value     of    the
                                                                             completed work.


                                                  ii) 01.11.1998 for Rs.18,00,000/- per
                                                  one year           month            i.e.
                                                                     Rs.2,16,00,000/-
            2.       NTPC Talcher,        Thermal 01.10.2003      to Rs.1,05,08,196/-
                     Power     Station,    Angul, 30.09.2005
                     Orissa.
            3.       M/s Hafed, Haryana, Kaithal i) 10.10.2006 to Rs.74,50,000/-
                     Unit, Panipat Unit          31.10.2008

                                                     ii) 2006 to 2009        Rs. 62,26,719/
                                                     Total                   Rs.1,36,76,719/-

            4.       Post Graduate Institute of 01.10.1999            to Approx.
                     Medical         Research, 30.04.2002                Rs.5,30,000/- per
                     Chandigarh                                          month
                                                                         i.e.Rs.1,59,00,000/-
                                                                         approx.
            5.       AIIMS, New Delhi           01.01.2009           for Rs.4,00,00,000/-
                                                one year
            6.       Safderjung Hospital, New 01.06.2009             for Rs.9,00,000/-
                     Delhi                      one year
            7.       NTPC Anta                  07.02.2004              to Rs.17,68,130/-
                                                06.02.2005
            8.       Ludhiana Distt. Co-op Milk 15.12.2008              to
                     Producers UnionLtd., Verka 14.12.2009


    23.     It is the submission of learned counsel for R-1 and R-2 that the
            first three contracts have been taken into consideration for
            purposes of work experience of R-3 where the test as per Clause
            2.2(a) has been applied of completed work of Rs.1.05 crore
            each.     If the experience of the last five years is taken into
            account, the relevant period would be 01.06.2004 to 31.05.2009
__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 14 of 21
             as confessed by learned counsel for the respondents. The tender
            at serial no.8 has no figures mentioned, the tender at serial nos.
            6 & 7 are below the bench mark of Rs.1.05 crore per tender and
            tender at serial no.4 was granted and executed much prior to
            this period. Even otherwise, these tenders have not been taken
            into account in the own wisdom of R-1 and R-2 for determining
            the experience as canvassed by learned counsel for R-1 and R-2.
            The first tender was awarded much prior to the relevant period
            though a part of it was executed during the period of 5 years.
            The position is the same qua the second tender. The argument
            of learned counsel for R-1 and R-2 is that it is the date of the
            completion of the tender which would be relevant i.e. as long as
            the tender is completed within a period of 5 years, the past
            experience, irrespective of the period of that tender falling prior
            to the stipulated period of five years, is to be counted. This, in
            our considered view, is completely unacceptable. In fact, the
            tender ought to have commenced and completed within a period
            of five years. We may notice that these are not tenders for
            erection or supply of material, but for providing services as
            security agency. Even if the beneficial interpretation is given,
            the proportionate value of the tender(s) completed within the
            last five years is taken into account; the value of the work for
            the first tender would be about Rs.5.04 crores, the value of the
            work for the second tender would be Rs. 65 lakhs and value of
            the work of the third tender would be Rs.1.36 crores. The
            benchmark qua the three tenders is Rs.1.05 crores in the present
            case and the second tender falls below that value. The test is,
            thus, not satisfied. If the alternative test of two tenders of
            Rs.1.75 crores is applied, then the second and third tenders fall
__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 15 of 21
             outside this value and only the first tender would fall within the
            value and, thus, once again the parameter is not met.
    24.     We have gone into these details only to show that in whatever
            manner the calculations are made, R-3 does not meet the
            requirements of the tender insofar as the past experience is
            concerned and thus ought not to have been awarded the tender.
    25.     Learned counsel for the petitioner has also referred to the other
            documents filed with the affidavit of R-1 and R-2 affirmed on
            14.11.2011 which include the information sought by R-1 and R-
            2 from NTPC qua the work experience of R-3. The information
            sent by NTPC shows that the contractor had committed
            violation of the labour rules and after deducting the provident
            fund of the workers and adding the contribution of the
            employer, the same had not been got deposited in the provident
            fund account. It has also been mentioned that the entity which
            worked with NTPC Limited was M/s Prahari Security Services
            & Detective Services Pvt.Ltd.                The tender qua MCD was
            applied for by M/s Prehari Protection System Private Limited
            (R-3 herein). This fact has been pointed out only to show the
            non-performance of R-3 which conducts business under
            different names, but in our view, this does not affect the
            principal controversy i.e. whether R-3 meets the requirements
            of the tender.
    26.     Another aspect pointed out by learned counsel for the petitioner
            is that the information sought under RTI from NTPC Limited
            where query was raised whether M/s Prahari Security Services
            & Detective Services Pvt.Ltd was awarded the security services
            contract with effect from 01.09.2006 and the number of security
            guards engaged per day, the answer to this is "no". In respect of
__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 16 of 21
             the date of termination, it was informed that the date of
            termination was 06.04.2006. It was, thus, submitted that a
            wrong information had been furnished by R-3. The aforesaid
            has been explained by learned counsel for R-1 and R-2 as the
            information was sought qua specific period while the period
            taken into account, in our considered view (erroneously), is
            prior to that. We may notice that the petitioner had proceeded
            on the basis that as per clause 2.2, three similar completed
            works or two similar completed works of requisite turnover had
            to be executed in the last three financial years based on the
            second parameter of clause 2.1 providing for an annual average
            turnover of Rs.100 lakhs during the last three financial years.
            However, as we have observed aforesaid, the correct
            interpretation of the tender is that the past experience of last five
            consecutive years is to be taken into account as per the first
            requirement of Clause 2.1 and, thus, the requisite three or two
            completed works has to be with reference to this five years
            period for which documents had to be submitted as per Clause
            8.2.5 also for the last preceding five years.
    27.     We are, thus, of the unequivocal view that R-3 did not meet the
            tender conditions qua the past experience. We may add that
            though due credence must be given to interpretation of a tender
            as envisaged by the drafters of the tender, the endeavour in the
            present case, is to interpret the tender conditions tenuously to
            somehow justify the action of R-3 being awarded the tender
            despite the earlier prima facie conclusions to the contrary only
            as a cover-up operation. Thus, the interpretation sought to be
            given to the tender is completely contrary to the very terms of
            the tender.
__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 17 of 21
     28.     Learned counsel for R-3, towards the end of the arguments,
            sought to raise an objection about the maintainability of the
            petition on the principles of constructive res judicata by relying
            on the Constitution Bench Judgment of the Supreme Court in
            The Direct Recruit Class-II Engineering Officers‟ Association
            and Ors v. State of Maharashtra and Ors.; AIR 1990 SC 1607.
            In this behalf, a reference was made to para 35, the relevant
            portion of which reads as under:

                "It is well established that the principles of res judicata
                are applicable to writ petitions. The relief prayed for on
                behalf of the petitioner in the present case is the same as
                he would have, in the event of his success, obtained in
                the earlier writ petition before the High Court. The
                petitioner in reply contended that since the special 'leave
                petition before this Court was dismissed in limine
                without giving any reason, the order cannot be relied
                upon for a plea of res judicata. The answer is that it is
                not the order of this Court dismissing the special leave
                petition which is being relied upon; the plea of res
                judicata has been pressed on the basis of the High
                Court's judgment which became final after the dismissal
                of the special leave petition. In similar situation a Con-
                stitution Bench of this Court in Daryao and Others v.
                The State of U.P. and Others,[1962] 1 SCR 574 : (AIR
                1961 SC 1457), held that where the High Court dismisses
                a writ petition under article 226 of the Constitution after
                hearing the matter on the merits, a subsequent petition
                in the Supreme Court under Article 32 on the same facts
                and for the same reliefs filed by the same parties will be
                barred by the general principle of res judicata. The
                binding character of judgments of courts of competent
                jurisdiction is in essence a part of the rule of law on
                which the administration of justice, so much emphasised
                by the Constitution, is founded and a judgment of the
                High Court under article 226 passed after a hearing on
__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 18 of 21
                 the merits must bind the parties till set aside in appeal as
                provided by the Constitution and cannot be permitted to
                be circumvented by a petition under Article 32. An
                attempted change in the form of the petition or the
                grounds cannot be allowed to defeat the plea as was
                observed at page 595 (of SCR) (at p.1467 of AIR) of the
                reported judgment, thus:

                      "We are satisfied that a change in the form of
                      attack against the impugned statute would
                      make no difference to the true legal position
                      that the writ petition in the High Court and
                      the present writ petition are directed against
                      the same statute and the grounds raised by
                      the petitioner in that behalf are substantially
                      the same."

                The decision in Forward Construction Co. and others v.
                Prabhat Mandal (Regd.), Andheri and Others, [1986] 1
                SCC 100 : (AIR 1986 SC 391), further clarified the
                position by holding that an adjudication is conclusive
                and final not only as to the actual matter determined but
                as to every other matter which the parties might and
                ought to have litigated and have had decided as
                incidental to or essentially connected with subject
                matter of the litigation and every matter coming into the
                legitimate purview of the original action both in respect
                of the matters of claim and defence. Thus, the principle
                of constructive res judicata underlying Explanation IV of
                s. 11 of the Code of Civil Procedure was applied to writ
                case. We, accordingly hold that the writ case is fit to be
                dismissed on the ground of res judicata."


    29.     The aforesaid principle is sought to be applied to the facts of the
            present case on the ground that the writ petition filed by the
            petitioner earlier being WP(C) No.2329/2010 was dismissed on
            09.04.2010. It was pleaded that if there were any other pleas
__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 19 of 21
             available to the petitioner, they should have been raised in that
            petition and not by filing the present writ petition.
    30.     We are unable to accept the aforesaid plea as the contours of the
            controversy in that writ petition and in the present writ petition
            are completely different. The WP(C) No.2329/2010 was
            concerned with the challenge laid by the petitioner to his
            financial bid being declared as non-responsive. The subject
            matter of the present writ petition arises from the ineligibility of
            R-3. The order passed by the concerned authorities of R-1 and
            R-2 on the basis of which the award of tender to R-3 is sought
            to be justified are much post the decision in that writ petition.
            As noticed, the show cause notice issued to R-3 was
            unsuccessfully challenged by R-3 in WP(C) No.424/2011,
            decided on 24.01.2011.
    31.     As long as R-1 and R-2 were proceeding against the award of
            tender to R-3 on account of prima facie view of its ineligibility,
            the process was on and the petitioner was entitled to wait for
            that process to end. This process only ended with the order of
            the Additional Commissioner (Health) dated 29.03.2011 which
            is stated to have received the imprimatur of the Commissioner,
            MCD. Thus, the principles of res judicata or constructive res
            judicata do not bar the present writ petition.

            RELIEF

    32.     We are of the considered view that the limited relief prayed for
            by the petitioner in the present case ought to be granted i.e.
            without the tender awarded in favour of R-3 being cancelled, as
            the same is stated to be coming to an end in April, 2012, R-3 is
            held dis-entitled to use the experience gained by execution of
__________________________________________________________________________________________
WP (C) No.5437 of 2011                                                           Page 20 of 21
             the contract in the form of past experience for any future tenders
            and thus R-1 and R-2 will not issue any certificate of past
            experience to R-3 based on the contract in question.
    33.     The writ petition is accordingly allowed with costs of Rs.5,000/-
            each against R-1 & R-2 and R-3 respectively.




                                                 SANJAY KISHAN KAUL, J.
MARCH 02 , 2012                                  RAJIV SHAKDHER, J.
dm




__________________________________________________________________________________________ WP (C) No.5437 of 2011 Page 21 of 21