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 22, Cited by 0]

Gujarat High Court

Ocean Blue Boating Pvt Ltd vs State Of Gujarat on 12 July, 2018

Author: M.R. Shah

Bench: M.R. Shah, A.Y. Kogje

       C/SCA/10078/2018                                       CAV JUDGMENT




            IN THE HIGH COURT OF GUJARAT AT AHMEDABAD

             R/SPECIAL CIVIL APPLICATION NO. 10078 of 2018

                                       With

                          CIVIL APPLICATION NO. 1 of 2018


FOR APPROVAL AND SIGNATURE:


HONOURABLE MR.JUSTICE M.R. SHAH
and
HONOURABLE MR.JUSTICE A.Y. KOGJE
==========================================================

1 Whether Reporters of Local Papers may be allowed to see the judgment ?

2 To be referred to the Reporter or not ?

3 Whether their Lordships wish to see the fair copy of the judgment ?

4 Whether this case involves a substantial question of law as to the interpretation of the Constitution of India or any order made thereunder ?

========================================================== OCEAN BLUE BOATING PVT LTD Versus STATE OF GUJARAT ========================================================== Appearance:

MR SN SOPARKAR, SENIOR ADVOCATE with MS SALONEE KULKARNI, ADVOCATE, MS GRISHMA AHUJA, ADVOCATE, & MR SHALIN JANI, ADVOCATE for SHARDUL AMARCHAND MANGALDAS AND CO(8426) for the PETITIONER MR CHINTAN DAVE, ASSISTANT GOVERNMENT PLEADER for Respondent No.1 MR TANVISH U BHATT, ADVOCATE FOR M/S WADIA GHANDY AND CO(5679) for RESPONDENT(s) No. 4 MR PINAKIN M RAVAL(2495) for RESPONDENT(s) No. 2 NOTICE SERVED BY DS(5) for the RESPONDENT(s) No. 1,3,5 ========================================================== CORAM: HONOURABLE MR.JUSTICE M.R. SHAH and HONOURABLE MR.JUSTICE A.Y. KOGJE Page 1 of 61 C/SCA/10078/2018 CAV JUDGMENT Date : 12/07/2018 C.A.V. JUDGMENT (PER : HONOURABLE MR.JUSTICE M.R. SHAH)
1. By way of this petition under Article 226 of the Constitution of India, the petitioner has prayed for issuance of an appropriate Writ, direction or order to quash and set aside the issuance of the bid document and any steps taken by respondents Nos.1 to 3 pursuant to the bid document. In the alternative, it is prayed that an appropriate Writ, direction or order, be issued directing respondents Nos.1 and 2 to modify the bid document to allow reasonable variance in the technical specifications for rescue boats; and to provide for rational eligibility criteria for entities interested in submit bids pursuant to the bid document.
2. The facts leading to the present Special Civil Application and the case on behalf of the petitioner in nutshell are as under:
2.1 It is the case on behalf of the petitioner that it is India's premium Boating Company and a market leader in the sectors of commercial boating, leisure boating, defence Page 2 of 61 C/SCA/10078/2018 CAV JUDGMENT applications and boat infrastructure solutions. The petitioner has exclusive dealerships with the world's leading brands in motor/ sail boats, speed boats, High Density Polyethylene ("HDPE") rescue boats, etc. According to the petitioner, there are no Original Equipment Manufacturers (OEMs) of HDPE rescue boats in India. It is stated that when the Indian State agencies issue tenders for procurement for such rescue boats, Indian HDPE rescue boats suppliers such as the petitioner, make supplies by importing rescue boats from foreign OEMs.
2.2 It is the case on behalf of the petitioner that in the year 2017, respondent No.2 - Gujarat State Disaster Management Authority ("GSDMA") through the Gujarat State Disaster Rescue Force ("GSDRF") had invited bids in terms of the tender document dated 04.05.2017 for supply of 73 units of 8 seater rescue boats; 15 units of 14 seater boats and 5 units of air boats. It is the case on behalf of the petitioner that the tender notice/ tender document provided number of technical specifications as per Schedule-II as under:-
(Schedule-2) Specifications for HDPE LIFE BOAT FOR RESCUE (14 SEATER) • Rescue Boat should have Roto-moulded Double Skin Hull • Length of the Rescue Boat should be minimum 550 cm Page 3 of 61 C/SCA/10078/2018 CAV JUDGMENT • Width of the Rescue Boat should be minimum 240 cm • Weight of the Rescue Boat should be maximum 600 kg. • Capacity of the Rescue Boat should be minimum 14 persons • Hull Material should be HDPE & Hull Type should be `V' shaped • OBM: Minimum 50 HP 2 stroke Remote Operated Yamaha / Tohatsu OBM should be provided • OBM panel should be provided for fixing OBM • Console should be provided • Towing Eye should be provided • Anchor Cleat and Anchor Bulkhead should be provided • Fender Strip and Grab Handles should be provided • Passenger Grab Rail should be provided • Foldable Canopy should be provided • Rescue Boat should be CE Certified or any IACS Member Certified (Certificate to be submitted with Technical Bid). • Manually operated Bilge pump should be provided.
**** Schedule-3 Specifications for the HDPE LIFE BOAT FOR RESCUE (8 SEATER) • Rescue Boat should have Roto-moulded Double Skin Hull • Length of the Rescue Boat should be minimum 400 cm • Width of the Rescue Boat should be minimum 170 cm • Depth of the Rescue Boast should be maximum 55 cm • Weight of the Rescue Boat should be maximum 150 kg. • Capacity of the Rescue Boat should be minimum 8 persons Page 4 of 61 C/SCA/10078/2018 CAV JUDGMENT • Hull Material should be HDPE & Hull Type should be `V' shaped • OBM: Minimum 30 HP 2 stroke Tiller Yamaha / Tohatsu OBM should be provided • OBM panel should be provided for fixing OBM • Mooring Ring, Mooring cleat and Chromed drain plug should be provided • Storage bench should be provided • Tow rope hole, Deck Lashing and Foot Bars should be provided • Foldable Canopy should be provided • Rescue Boat should be CE Certified or any IACS Member Certified (Certificate to be submitted with Technical Bid).
2.3 It is the case on behalf of the petitioner that the combination of the technical specifications was such that the boats manufactured by only two particular foreign Original Equipment Manufacturers can meet the requirements and in particular, only FUNYAK SECU 13 manufactured by FunYak meets the technical specifications for the 8 seater boats while only MAC 570 manufactured by MAC Boats meets the specifications for the 14 seater boats. It is the case on behalf of the petitioner that therefore, the petitioner made a detailed representation and according to the petitioner, the petitioner suggested certain modifications to the technical specifications/ rigid criteria in relation to the length, width, capacity of the Page 5 of 61 C/SCA/10078/2018 CAV JUDGMENT rescue boats and acceptable brand of engines to be installed in the rescue boats, with no margin for variation. It is the case on behalf of the petitioner that a pre-bid meeting was held on 10.08.2017 in which the petitioner and other suppliers raised concern about the technical specifications favouring one particular dealer and informing the concerned authorities of respondent No.2 that the specifications were tailor-made to favour one particular dealer. It is the case on behalf of the petitioner that however, respondent No.2 did not provide a satisfactory response to the concerns of the petitioner and other suppliers. However, subsequently, on the representations made by the petitioner and other suppliers, GSDRF modified the technical specifications slightly by issuing a corrigendum dated 17.08.2017. It is the case on behalf of the petitioner that despite the aforesaid modification to the technical specifications, only two Original Equipment Manufacturers, namely, FunYak and Whaly Boats UK and two dealers in India including the petitioner, could become eligible to bid 8 seater HDPE rescue boats and in terms of the technical specifications. It is the case on behalf of the petitioner that once again, the petitioner raises same concern about 14 seater boats' technical specifications favouring one particular dealer and thereafter, the petitioner repeatedly informed the Page 6 of 61 C/SCA/10078/2018 CAV JUDGMENT concerned authorities of the GSDRF that the specifications mentioned in the year 2017 tender read with the corrigendum dated 17.08.2017 were still tailor-made to favour one particular dealer. It appears that thereafter, due to non-receipt of sufficient number of bids, respondent No.2 cancelled the tender notice and the petitioner was communicated such decision vide letter dated 10.04.2018.
2.4 That thereafter, respondent No.2 floated fresh tenders on or around 08.05.2018 in terms of the original bid document on the platform of respondent No.3 - Government e-

Marketplace for supply of 73 units of 8 seater rescue boats; 15 units of 14 seater boats and 5 units of air boats. It is the case on behalf of the petitioner that new fresh bid document is identical to the 2017 tender notice and like 2017 tender, the technical specification for HDPE rescue boats such as length, width, weight and carrying capacity were tailored to match the technical specifications of particular boats manufactured only by FunYak and MAC Boats. It is the case on behalf of the petitioner that the 2017 tender which had identical requirements to the bid document, was slightly amended upon the request of the petitioner and other suppliers before it was unilaterally cancelled by respondent No.2 by a corrigendum.

Page 7 of 61 C/SCA/10078/2018 CAV JUDGMENT

However, fresh bid document issued on 08.05.2018 did not contain the ratifications made by the corrigendum and respondent No.2 has again reverted to the original position to the detriment of the petitioner as well as other suppliers.

2.5 It is the case on behalf of the petitioner that thereafter, the petitioner made number of representations with a request to the GSDRF to suitably modify the technical specifications to ensure fair competition. It is the case on behalf of the petitioner that thereafter, the petitioner has received the reply vide e-mail dated 24.05.2018 from respondent No.2 in which it has been stated that the question of changes in dimensions requested to suit one particular brand does not exist and that the technical specifications are "standard and best for rescue purposes".

2.6 It is the case on behalf of the petitioner that even in the fresh tender document/ bid document in the eligibility criteria, there is no mention to the experience in relation to marine or boating equipment. It is the case on behalf of the petitioner that thereafter, the petitioner came to know that from the bidders who have participated/ submitted the bids, three had no experience in relation to marine or boating Page 8 of 61 C/SCA/10078/2018 CAV JUDGMENT equipment and the other applicants had no reputation or antecedents in the marine equipment supply business in India.

It is the case on behalf of the petitioner that therefore, the petitioner addressed an additional letter dated 24.05.2018 to the Chief Executive Officer of respondent No.3 and brought to the notice of said respondent, the antecedents of the Companies that had participated in the bidding process on the platform of respondent No.3 pursuant to bid document.

2.7 It is the case on behalf of the petitioner that thereafter, as on 31.05.2018, the website of respondent No.3 showed that respondents No.4 and 5 and one Gravity Innovates have been declared as L2, L3 and L1 respectively in relation to the bid document. It is further the case on behalf of the petitioner that upon discovering that Gravity Innovates has been declared as L1 in relation to the bid document, the petitioner addressed a letter dated 01.06.2018 to respondent No.3 bringing it to the notice of respondent No.3 that Gravity Innovates has no experience whatsoever in supplying boating/ rescue equipments.

2.8 It is the case on behalf of the petitioner that thereafter, as on 04.06.2018, the website of respondent No.3 Page 9 of 61 C/SCA/10078/2018 CAV JUDGMENT modified the contents of its website to selectively hide the names of respondents No.4, 5 and Gravity Innovates who had been respectively declared as L2, L3 and L1 in relation to the bid document.

2.9 It is the case on behalf of the petitioner that as in view of rigidity of technical specifications in the bid documents, the petitioner was unable to participate in the bid process in terms of the bid documents, since none of the OEMs that the petitioner has exclusive arrangements with manufacture boats to the exact specifications required by the bid document. Therefore, the petitioner was constrained to address a letter dated 11.06.2018 to respondent No.1 to highlight the various flaws in the process of procurement of rescue boats by respondent No.2 on the platform of respondent No.3. It is the case on behalf of the petitioner that however, respondent No.1 has failed to take any action pursuant to the petitioner's letter dated 11.06.2018 and respondents No.2 and 3 have proceeded further with the tender process with the above-cited specifications which according to the petitioners are tailor-made to suit only one manufacturer, therefore, the petitioner has preferred the present Special Civil Application for the aforesaid reliefs.

Page 10 of 61 C/SCA/10078/2018 CAV JUDGMENT

3. Shri S.N.Soparkar, learned Senior Advocate has appeared on behalf of the petitioner and Shri Tanvish U.Bhatt, learned advocate has appeared on behalf of respondent No.4 and Shir Pinakin M. Raval, learned advocate has appeared on behalf of respondent No.2. Though served, nobody appears on behalf of respondents Nos.3 and 5.

4.1 Shri S.N.Soparkar, learned Senior Advocate appearing on behalf of the petitioner has vehemently submitted that the bid documents contain technical specifications that are tailored to suit rescue boats that are manufactured by only two foreign companies and to favour their exclusive dealers in India.

4.2 It is vehemently submitted by Shri S.N.Soparkar, learned Senior Advocate appearing on behalf of the petitioner that as such, all the technical specifications stipulated in the bid document are required to be fulfilled. It is submitted that barring only two foreign companies/ manufacturers, no other manufacturer would become eligible and/or fulfill all the technical specifications. It is submitted that therefore, as the technical specifications are tailored to suit only few Page 11 of 61 C/SCA/10078/2018 CAV JUDGMENT manufacturers/ suppliers, the same deserves to be quashed and set aside and/or modified to the extent making others eligible so that there may be fair competition and/or the tender process becomes more competitive.

4.3 It is submitted by Shri S.N.Soparkar, learned Senior Advocate appearing on behalf of the petitioner that the technical specifications for the 8 seater and 14 seater HDPE rescue boats in the bid documents are fixed in such a way that internationally, only one OEM can supply each of the HDPE required rescue boats. It is submitted that the concerned OEMs have exclusive dealership with respondent No.5 and/or their associates and affiliates.

4.4 Shri S.N.Soparkar, learned Senior Advocate appearing on behalf of the petitioner has submitted that the bid document is drafted and framed to exclude the petitioner and other suppliers from participating in the bid process for the supply of 8 seater and 14 seater boats. It is submitted that the technical specifications mentioned in the bid documents are such that there is no possibility for the petitioner or any other supplier to make a bid to meet such specifications.

Page 12 of 61 C/SCA/10078/2018 CAV JUDGMENT

4.5 It is further submitted by Shri S.N.Soparkar, learned Senior Advocate appearing on behalf of the petitioner that like most other tenders, even the technical specifications in the bid document do not even allow for minor variations which would have no impact on the quality or usefulness of the HDPE rescue boat supplied. It is further submitted by Shri S.N.Soparkar, learned Senior Advocate appearing on behalf of the petitioner that the 2017 tender, which had identical requirements to the impugned bid document was slightly amended upon the request of the petitioner and other suppliers, before it was unilaterally cancelled by respondent No.2 by the corrigendum. However, the bid document issued on 08.05.2018 did not contain the ratifications made by the corrigendum, indicating that respondent No.2, after correcting its position has reverted to its original position to the detriment of the petitioner as well as other suppliers.

4.6 It is further submitted by Shri S.N.Soparkar, learned Senior Advocate appearing on behalf of the petitioner that even in the fresh bid document, there is no provision for experience for supply of 73 units of 8 seater rescue boats; 15 units of 14 seater boats and 5 units of air boats. It is submitted that in absence of any condition for having sufficient Page 13 of 61 C/SCA/10078/2018 CAV JUDGMENT experience which can be said to be a vital condition and which could play an important role in getting the best, the bid document deserves to be quashed and set aside and/or modified, as prayed.

It is submitted by Shri S.N.Soparkar, learned Senior Advocate appearing on behalf of the petitioner that therefore, the eligibility criteria in the bid document which do not give any credence or weightage to the experience can be said to be arbitrary and mala fide which deserves to be quashed and set aside.

4.7 It is further submitted by Shri S.N.Soparkar, learned Senior Advocate appearing on behalf of the petitioner that even otherwise, the specifications in the bid document are not in compliance with the relevant guidelines issued by the Central Vigilance Commission in relation to the tender process.

It is submitted that the CVC guidelines provide that it is expected that tender conditions shall not be too specific nor too lax and shall ensure fair competition. It is submitted that in the present case, the bid document in view of its rigidity with regard to the technical specifications for the rescue boats to be procured are violative of the CVC guidelines being too specific.

Page 14 of 61 C/SCA/10078/2018 CAV JUDGMENT

4.8 It is submitted by Shri S.N.Soparkar, learned Senior Advocate appearing on behalf of the petitioner that therefore as the technical qualifications mentioned in the bid documents are tailored to suit only one or two manufacturers in the world and/or its suppliers and they are arbitrary, discriminatory and mala fide, the same deserves to be quashed and set aside and/or the same are required to be modified so as to make the petitioner and others eligible to participate in the tender process and therefore to quash and set aside the entire tender process proceeded further on the basis of such arbitrary, discriminatory and mala fide technical specifications.

Making above submissions and relying upon the decision of the Hon'ble Supreme Court in the case of Meerut Development Authority v. Association of Management Studies And Another - (2009)6 SCC 171 (Paragraphs 26 to

28) and another decision of the Hon'ble Supreme Court in the case of Reliance Telecom Limited and Another v. Union of India And Another - (2017)4 SCC 269 (Paragraphs 40 to

45), it is requested to allow the present petition and grant the reliefs as prayed for in the petition.

Page 15 of 61 C/SCA/10078/2018 CAV JUDGMENT

5. The present petition is vehemently opposed by Shri Pinakin M. Raval, learned advocate appearing on behalf of respondent No.2. A detailed affidavit is filed on behalf of respondent No.2.

5.1 A preliminary objection is raised by Shri Pinakin M. Raval, learned advocate appearing on behalf of respondent No.2 on entertainability of the present petition at this stage. It is submitted that as such, the petitioner has not participated in the tender process and has not submitted its tender and therefore, the petitioner has no locus to challenge the technical specifications mentioned in the bid document.

5.2 It is further submitted by Shri Pinakin M. Raval, learned advocate appearing on behalf of respondent No.2 that as such, tenders are floated in terms of the bid document on the platform of respondent No.3 on 08.05.2018 with the required technical specifications and eligibility criteria. It is submitted that thereafter, much water has flown and the tender process has proceeded further and thereafter when the same is at the final stage of taking final decision, to be taken by the highest committee headed by Hon'ble the Chief Minister, at that stage, belatedly, the petitioner has preferred Page 16 of 61 C/SCA/10078/2018 CAV JUDGMENT the present Special Civil Application on 22.06.2018 challenging the technical specifications. It is submitted that if the petitioner was so much aggrieved by the technical specifications and was so serious in challenging the same, it ought to have challenged the same at the earliest and therefore, the petitioner cannot be permitted now to challenge the technical specifications belatedly when the entire tender process has been completed.

5.3 It is further submitted by Shri Pinakin M. Raval, learned advocate appearing on behalf of respondent No.2 that even otherwise on merits also, the present petition deserves to be dismissed. It is vehemently submitted by Shri Pinakin M. Raval, learned advocate appearing on behalf of respondent No.2 that as such, the petitioner cannot insist to have the technical specifications which may suit it and/or some of the suppliers. It is submitted that as such, it is for the employer and/or the end user and/or the buyer/ purchaser to provide the technical specifications as per their requirements. It is submitted that merely because of some of the technical specifications a prospective bidder may not become eligible by not fulfilling some of the eligibility criteria/ technical specifications and/or by such technical specifications only a few may become eligible, cannot be a ground to set aside the Page 17 of 61 C/SCA/10078/2018 CAV JUDGMENT technical specifications which as such are just and proper and which are provided as per the requirements of the end-user / buyer. It is vehemently submitted by Shri Pinakin M. Raval, learned advocate appearing on behalf of respondent No.2 that by the aforesaid, it cannot be said that the technical specifications are tailored to suit only a few. It is submitted that merely because of compliance of such technical specifications only a few may become eligible, by that itself it cannot be said that technical specifications are tailored to suit only a few.

5.4 It is further submitted by Shri Pinakin M. Raval, learned advocate appearing on behalf of respondent No.2 that in the present case, after the first tender was cancelled/ scrapped due to non-availability of sufficient number of participants/ bidders, the process of bid has been entrusted to respondent No.3 - Government e-portal. It is submitted that after the first tender was cancelled thereafter when the fresh tenders are invited, the technical specifications are mentioned after getting the opinion of the experts/ experts' committee consisting of (1) ACEO GSDMA, (2) Inspector General of Police (Armed Units), Police Bhavan, (3) Director, State Fire Prevention Services, (4) Deputy Commandant, Indian Coast Page 18 of 61 C/SCA/10078/2018 CAV JUDGMENT Guard, and (5) Deputy Commandant, NDRF.

5.5 It is submitted by Shri Pinakin M. Raval, learned advocate appearing on behalf of respondent No.2 that the technical committee comprising of the aforesaid numbers finalized the technical specifications of the bids to be procured and thereafter the tender has been floated at Government e-

Marketplace.

5.6 It is further submitted by Shri Pinakin M. Raval, learned advocate appearing on behalf of respondent No.2 that opening of the bids for the rescue boats and HDPE roto moulded boats 14 seater boat was done on 25.05.2018 and that of air-boat and HDPE roto moulded 8 seater boat was done on 31.05.2018. It is submitted that thereafter, it was decided by the Competent Authority that GSDMA may go for reverse auction to get the reduction and more competitive prices. It is submitted that reverse auction was opened on GeM portal on 02.06.2018 and 03.06.2018. That a reduction in price was observed after opting the reverse auction process on the GeM portal. It is submitted that as reverse auction process was applied, thereafter, on the net/ site the names of the bidders who were L1, L2 and L3 were not mentioned because at that Page 19 of 61 C/SCA/10078/2018 CAV JUDGMENT time, nothing was clear who would be L1, L2 and L3. It is submitted that therefore, no mala fides can be attributed by non-mentioning of the names on the net subsequently.

5.7 Now so far as the submission on behalf of the petitioner regarding not providing any clause for experience in the eligibility criteria is concerned, it is submitted that in the present case, the contract is for supply and therefore, non-

mention of any experience as an eligibility criteria does not make the tender process/ tender document illegal and/or arbitrary. It is submitted that it might have a relevance so far as contract for manufacture and supply is concerned. It is submitted that therefore, for non-requirement of any experience as an eligibility criteria, the entire tender process is not required to be quashed and set aside.

Making above submissions and relying upon the decision of this Court in the case of Goldstone Infratech Limited v. State of Gujarat & Ors. (supra), it is requested to dismiss the present petition.

6. Present petition is opposed by Shri Tanvish U. Bhatt, learned advocate appearing on behalf of respondent No.4.

Page 20 of 61 C/SCA/10078/2018 CAV JUDGMENT

6.1 It is vehemently submitted by Shri Tanvish U. Bhatt, learned advocate appearing on behalf of respondent No.4 that the petitioner is not entitled to the reliefs sought for in the petition in a petition under Article 226 of the Constitution of India.

6.2 It is vehemently submitted by Shri Tanvish U. Bhatt, learned advocate appearing on behalf of respondent No.4 that merely because some of the conditions may not suit the petitioner and/or by cumulative technical specifications, only a few may qualify, it cannot be said that the technical specifications are tailored.

6.3 Shri Tanvish U. Bhatt, learned advocate appearing on behalf of respondent No.4 has as such disputed that by the technical qualifications provided in the tender document, only one or two manufacturers will qualify. It is submitted that even the petitioner is not entitled to any relief sought for in the petition on the ground of delay and not approaching the Court at the relevant time and approaching the Court after the entire bid process is completed.

Page 21 of 61 C/SCA/10078/2018 CAV JUDGMENT

Making above submissions and relying upon the decision of the Division Bench of this Court in Goldstone Infratech Limited v. State of Gujarat & Ors. (supra), in which the Division Bench of this Court has considered almost all the decisions on interference by courts in contractual/ tender matters, it is requested to dismiss the present petition.

7. Heard learned counsel appearing on behalf of the respective parties at length.

8. At the outset, it is required to be noted that in the present petition under Article 226 of the Constitution of India, the petitioner has prayed to quash and set aside the issuance of the bid document, more particularly, the technical specifications in the bid document as well as the condition that to become eligible, a bidder must comply with and/or satisfy all the technical specifications. In the alternative, it is prayed to issue an appropriate Writ, direction or order, directing respondents Nos.1 and 2 to modify the bid document to allow reasonable variance in the technical specifications for the purchase of rescue boats.

8.1 It is the case on behalf of the petitioner that all Page 22 of 61 C/SCA/10078/2018 CAV JUDGMENT technical specifications provided in the bid document are tailored to suit only two manufacturers and if all the technical qualifications are to be complied with and/or satisfied, barring a few, no other bidder, including the petitioner, would qualify.

It is the case on behalf of the petitioner that by not providing any clause to relax any of the technical qualifications and not providing/ allowing any reasonable variance in the technical qualifications, the petitioner and other bidders will never be qualified, therefore, it is prayed to quash and set aside the bid document and in the alternative to direct respondents No.1 and 2 to modify the bid document so as to allow reasonable variance in the technical qualifications. It is also the case on behalf of the petitioner that not insisting for any experience would permit anyone who might be in the business recently to qualify and/or compete the bid and therefore, not providing any experience in the eligibility criteria renders the bid document arbitrary and therefore also the entire process deserves to be quashed and set aside.

The other submissions are already recorded hereinabove.

9. While considering the issues involved in the present Page 23 of 61 C/SCA/10078/2018 CAV JUDGMENT petition, the scope of judicial review in contractual matters, as considered by the Hon'ble Supreme Court in a few decisions which have been recently dealt with and considered by the Division Bench of this Court in the case of Goldstone Infratech Limited v. State of Gujarat & Ors. (supra) and in the case of MDD Medical Systems (India) Pvt. Ltd. v.

State of Gujarat - Special Civil Application No.7201/2018, is required to be referred to and considered.

While dealing with the similar issue, the Division Bench of this Court in the case of MDD Medical Systems (India) Pvt. Ltd.

v. State of Gujarat (supra) in Paragraphs 6 to 6.2 has observed and held as under:

"6. While considering the issues involved in the present   petition,   the   scope   of   judicial   review   in   contractual   matters, as considered by the Hon'ble Supreme Court in a   few decisions and few decisions which have been recently   dealt with and considered by the Division Bench of this   Court   in   the   case   of  Goldstone   Infratech   Limited   v.  State   of   Gujarat   &   Ors.   -   Special   Civil   Application   No.2097/2018  decided on 22.02.2018, are required to  be   referred   to   and   considered.   While   dealing   with   the   similar   issue,   the   Division   Bench   of   this   Court   in   the   above decision, in Paragraphs 8.1 to 9.13 has   observed   and held as under:­  "[8.1] While considering the aforesaid issue, the scope of   Page 24 of 61 C/SCA/10078/2018 CAV JUDGMENT judicial review in the contract matter as considered by the   Hon'ble Supreme Court in few decisions are required to be   dealt   with   and   considered.   In   the   case   of   Educomp   Datamatics   Ltd.  &  Ors  [(2004)   4   SCC   19],   the  Hon'ble  Supreme   Court   has   observed   and   held   that   terms   of   initiation to tender are not open to judicial scrutiny, the   same being in the realm of contract. It is observed that   the   Government   must   have   a   free   hand   in   setting   the   terms of the tender. It must have reasonable play in its   joints as a necessary concomitant for an administrative   body in an administrative sphere. It is further observed   that the Court can scrutinize the award of the contracts   by   the   Government   or   its   agencies   in   exercise   of   their   powers   of   judicial   review   to   prevent   arbitrariness   or   favoritism. It is entitled to pragmatic adjustments which   may be called for by the particular circumstances. It is   further observed and held that the Courts cannot strike   down   the   terms   of   the   tender   prescribed   by   the   Government because it feels that some other terms in the   tender   would   have   been   fair,   wiser   or   logical.   While   observing that in 9 to 12, the Hon'ble Supreme Court has   observed and held as under: 
9. It is well settled now that the courts can scrutinize   the award of the contracts by the government or its   agencies in exercise of its powers of judicial review to   prevent   arbitrariness   or   favoritism.   However,   there   are inherent limitations in the exercise of the power   of judicial review in such matters. The point as to the   extent   of   judicial   review   permissible   in   contractual   matters   while   inviting   bids   by   issuing   tenders   has   been   examined   in   depth   by   this   Court   in   Tata   Cellular   vs.   Union   of   India   [1994   (6)   SCC   651].  

After   examining   the   entire   case   law   the   following   principles have been deduced.

94.   The   principles   deducible   from   the   above are:

(1)   The   modern   trend   points   to   judicial   restraint in administrative action.
(2)   The   court   does   not   sit   as   a   court   of   appeal but merely reviews the manner in  which the decision was made.
(3) The court does not have the expertise   Page 25 of 61 C/SCA/10078/2018 CAV JUDGMENT to correct the administrative decision. If a   review   of   the   administrative   decision   is   permitted   it   will   be   substituting   its   own   decision,   without   the   necessary   expertise   which itself may be fallible.
(4) The terms of the invitation  to tender   cannot be open to judicial scrutiny because   the invitation to tender is in the realm of   contract.   Normally   speaking,   the   decision   to accept the tender or award the contract   is   reached   by   process   of   negotiations   through several tiers. More often than not,   such   decisions   are   made   qualitatively   by   experts.
(5) The Government must have freedom of   contract. In other words, a fair play in the   joints   is   a   necessary   concomitant   for   an   administrative   body   functioning   in   an   administrative   sphere   or   quasi   administrative   sphere.   However,   the   decision   must   not   only   be   tested   by   the   application   of   Wednesbury   principle   of   reasonableness   (including   its   other   facts   pointed out above) but must be free from   arbitrariness   not   affected   by   bias   or   actuated by mala fides.
(6) Quashing decisions may impose heavy   administrative   burden   on   the   administration  and lead to increased and   unbudgeted expenditure.

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

The award of a contract, whether it is by a   private   party  or  by a public   body  or  the   State,   is   essentially   a   commercial   transaction.   In   arriving   at   a   commercial   decision   considerations   which   are  paramount are commercial considerations.   The   State   can   choose   its   own   method   to   arrive   at   a   decision.   It   can   fix   its   own   terms   of  invitation   to   tender   and   that   is   not open to judicial scrutiny. It can enter   into negotiations before finally deciding to   accept one of the offers made to it. Price   need  not   always   be   the   sole  criterion   for   Page 26 of 61 C/SCA/10078/2018 CAV JUDGMENT awarding a contract. It is free to grant any   relaxation,   for   bona   fide   reasons,   if   the   tender conditions permit such a relaxation.   It may not accept the offer even though it   happens   to   be   the   highest   or   the   lowest.   But   the   State,   its   corporations,   instrumentalities   and   agencies   are   bound   to   adhere   to   the   norms,   standards   and   procedures laid down by them and cannot   depart from them arbitrarily. Though that   decision is not amenable to judicial review,   the court can examine the decision­making   process and interfere if it is found vitiated   by   mala   fides,   unreasonableness   and   arbitrariness.

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

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

Page 27 of 61 C/SCA/10078/2018 CAV JUDGMENT

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

[8.3] In the case of Central Coalfields Limited (Supra),   the Hon'ble Supreme Court has further observed and held   that the Court, as far as possible,  avoid a construction   which would render the words used by the author of the   document meaningless and futile or reduce to silence any   part of the document and make it altogether inapplicable.   It   is   further   observed   and   held   that   whether   a   term   is   essential or not is a decision taken by the employer, which   should be respected and soundness of that decision cannot   be questioned by Court. It is further observed in the case   of Central Coalfields Limited (Supra) that it is well settled   Page 28 of 61 C/SCA/10078/2018 CAV JUDGMENT rule of interpretation applicable alike to documents as to   statutes   that,   save   for   compelling   necessity,   the   Court   should   not   be   prompt   to   ascribe   superfluity   to   the   language   of   a   document   and   should   be   rather   at   the   outset  inclined  to  suppose   every   word  intended  to  have  some effect or be of some use. It is further observed that to   reject   words   as   insensible   should   be   the   last   resort   of   judicial interpretation, for it is an elementary rule based   on common sense that no author of a formal document   intended   to   be   acted   upon   by   the   others   should   be   presumed to use words without a meaning. Even in the   case   of   Michigan   Rubber   (India)   Limited   (Supra),   the   decision   which   has   been   relied   upon   by   the   learned   counsel for the petitioner, the Hon'ble Supreme Court has   observed that the Court cannot interfere with the terms of   the tender prescribed by the Government because it feels   that some other terms in the tender would have been fair,   wiser or logical. 

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

31. We were informed by the learned Attorney General   that 9 of the 11 bidders furnished a bank guarantee in   the   prescribed   and   correct   format.   Under   these   circumstances,  even after stretching  our credulity,  it is   extremely difficult to understand why JVC was unable to   access the prescribed format for the bank guarantee or   furnish a bank guarantee in the prescribed format when   every other bidder could do so or why it could not seek a   clarification or why it could not represent against any   perceived  ambiguity.  The objection  and the conduct of   JVC   regarding   the   prescribed   format   of   the   bank   guarantee or a supposed ambiguity in the NIT does not   appear to be fully above board.
32.   The   core   issue   in   these   appeals   is   not   of   judicial   review of the administrative action of CCL in adhering to   the terms of the NIT and the GTC prescribed by it while   dealing   with   bids   furnished   by   participants   in   the   bidding   process.   The   core   issue   is   whether   CCL   acted   perversely enough in rejecting the bank guarantee of JVC   on the ground that it was not in the prescribed format,   Page 29 of 61 C/SCA/10078/2018 CAV JUDGMENT thereby   calling   for   judicial   review   by   a   constitutional   court and interfering with CCL's decision.
33.   In  Ramana   Dayaram   Shetty   v.   International  Airport   Authority   of   India,   1979   3   SCC   489   this  Court held that the words used in a document are not  superfluous   or   redundant   but   must   be   given   some   meaning   and   weightage:   "It   is   a   well   settled   rule   of   interpretation   applicable   alike   to   documents   as   to   statutes   that,   save   for   compelling   necessity,   the   Court   should   not   be   prompt   to   ascribe   superfluity   to   the   language  of a document "and  should   be  rather  at the   outset inclined to suppose every word intended to have   some   effect   or   be   of   some   use".   To   reject   words   as   insensible   should   be   the   last   resort   of   judicial   interpretation,   for   it   is   an   elementary   rule   based   on   common   sense   that   no   author   of   a   formal   document   intended   to   be   acted   upon   by   the   others   should   be   presumed  to  use  words  without a meaning.  The  court   must,   as   far   as   possible,   avoid   a   construction   which   would   render   the   words   used   by   the   author   of   the   document meaningless and futile or reduce to silence any   part   of   the   document   and   make   it   altogether   inapplicable."
34.   In  Ramana   Dayaram   Shetty   case,   the   expression   "registered IInd Class hotelier" was recognized as being   inapt and perhaps ungrammatical; nevertheless common   sense was not offended in describing a person running a   registered II grade hotel as a registered II Class hotelier.  

Despite this construction in its favour, respondents 4 in   that   case   were   held   to   be   factually   ineligible   to   participate in the bidding process.

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

It   is   indeed   unthinkable   that   in   a   democracy   governed   by   the   rule   of   law   the   executive   Government   or   any   of   its   officers   should   possess   Page 30 of 61 C/SCA/10078/2018 CAV JUDGMENT arbitrary power over the interests of the individual.   Every action of the executive  Government must be   informed   with   reason   and   should   be   free   from   arbitrariness. That is the very essence of the rule of   law and its bare minimal requirement. And to the   application of this principle it makes no difference   whether   the   exercise   of   the   power   involves   affectation   of   some   right   or   denial   of   some   privilege."

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

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

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

42. Unfortunately, this Court did not at all advert to the   Page 31 of 61 C/SCA/10078/2018 CAV JUDGMENT privilege of participation principle laid down in Ramana   Dayaram   Shetty   and   accepted   in   G.   J.   Fernandez.   In   other words, this Court did not consider whether, as a   result  of the  deviation,  others could   also have   become   eligible   to   participate   in   the   bidding   process.   This   principle was ignored in Poddar Steel.

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

Judicial review of administrative action is intended   to   prevent   arbitrariness,   irrationality,   unreasonableness, bias and  mala fides. Its purpose  is   to   check   whether   choice   or   decision   is   made   "lawfully"   and   not   to   check   whether   choice   or   decision   is   "sound".   When   the   power   of   judicial   review is invoked in matters relating to tenders or   award of contracts, certain special features should   be   borne   in   mind.   A   contract   is   a   commercial   transaction.   Evaluating   tenders   and   awarding   contracts   are   essentially   commercial   functions.   Principles   of   equity   and   natural   justice   stay   at   a  distance.   If   the   decision   relating   to   award   of   contract is bona fide and is in public interest, courts   will   not,   in   exercise   of   power   of   judicial   review,   interfere even if a procedural aberration or error in   assessment or prejudice to a tenderer, is made out.   The power of judicial review will not be permitted   to be invoked to protect private interest at the cost   Page 32 of 61 C/SCA/10078/2018 CAV JUDGMENT of public interest, or to decide contractual disputes.   The   tenderer   or   contractor   with   a   grievance   can   always seek damages in a civil court. Attempts by   unsuccessful   tenderers   with   imaginary   grievances,   wounded   pride   and   business   rivalry,   to   make   mountains   out   of   molehills   of   some   technical/procedural violation or some prejudice to   self, and persuade courts to interfere by exercising   power   of  judicial  review,   should   be   resisted.   Such   interferences, either interim or final, may hold up   public works for years, or delay relief and succor to   thousands   and   millions   and   may   increase   the   project cost manifold."
This Court then laid down the questions that ought to be   asked in such a situation. It was said :
Therefore,   a   court   before   interfering   in   tender   or   contractual matters in exercise of power of judicial   review, should pose to itself the following questions:
(i) Whether the process adopted or decision made by   the   authority   is  mala   fide  or   intended   to   favour   someone;   OR   Whether   the   process   adopted   or   decision made is so arbitrary and irrational that the   court   can   say:   "the   decision   is   such   that   no   responsible   authority   acting   reasonably   and   in   accordance with relevant law could have reached";
(ii)   Whether   public   interest   is   affected.   If   the   answers   are   in   the   negative,   there   should   be   no   interference under Article 226." 

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

47. The result of this discussion is that the issue of the   acceptance or rejection  of a bid or a bidder should  be   looked   at   not   only   from   the   point   of   view   of   the   unsuccessful party but also from the point of view of the   employer. As held in Ramana Dayaram Shetty the terms   of   the   NIT   cannot   be   ignored   as   being   redundant   or   superfluous.   They   must   be   given   a   meaning   and   the   necessary significance.  As pointed out in Tata Cellular   there   must   be   judicial   restraint   in   interfering   with   administrative action. Ordinarily, the soundness of the   Page 33 of 61 C/SCA/10078/2018 CAV JUDGMENT decision   taken   by   the   employer   ought   not   to   be   questioned but the decision making process can certainly   be   subject   to   judicial   review.   The   soundness   of   the   decision may be questioned if it is irrational or mala fide  or   intended   to  favour  someone   or  a  decision   "that  no   responsible   authority   acting   reasonably   and   in   accordance   with   relevant   law   could   have   reached"   as   held in Jagdish Mandal followed in Michigan Rubber.

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

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

52. There is a wholesome principle that the Courts have   been   following   for   a   very   long   time   and   which   was   articulated   in  Nazir   Ahmed   v.   King   Emperor,   1936  AIR(PC) 253 namely­ Where a power is given to do a certain thing   Page 34 of 61 C/SCA/10078/2018 CAV JUDGMENT in a certain way the thing must be done in   that   way   or   not   at   all.   Other   methods   of   performance are necessarily forbidden."

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

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

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

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

Page 35 of 61 C/SCA/10078/2018 CAV JUDGMENT
8.   The   scope   of   judicial   review   in   matters   relating   to   award of contract by the State and its instrumentalities   is settled by a long line of decisions of this Court. While   these decisions clearly recognize that power exercised by   the  Government  and   its  instrumentalities  in  regard  to   allotment of contract is subject to judicial review at the   instance of an aggrieved party, submission of a tender in   response   to   a   notice   inviting   such   tenders   is   no   more   than making an offer which the State or its agencies are   under no obligation to accept. The bidders participating   in the tender process cannot, therefore, insist that their   tenders should be accepted simply because a given tender   is   the   highest   or   lowest   depending   upon   whether   the   contract is for sale of public property or for execution of   works   on   behalf   of   the   Government.   All   that   participating bidders are entitled to is a fair, equal and   non   discriminatory   treatment   in   the   matter   of   evaluation of their tenders. It is also fairly well settled   that   award   of   a   contract   is   essentially   a   commercial   transaction  which must be determined on the basis of   consideration   that   are   relevant   to   such   commercial   decision. This implies that terms subject to which tenders   are invited are not open to the judicial scrutiny unless it   is found that the same have been tailor made to benefit   any particular tenderer or class of tenderers. So also the   authority inviting tenders can enter into negotiations or   grant   relaxation   for   bona   fide   and   cogent   reasons   provided such relaxation is permissible under the terms   governing the tender process.
9.   Suffice   it   to   say   that   in   the   matter   of   award   of   contracts the Government and its agencies have to act   reasonably   and   fairly   at   all   points   of   time.   To   that   extent the tenderer has an enforceable right in the Court   who   is   competent   to   examine   whether   the   aggrieved   party has been treated unfairly or discriminated against   to   the   detriment   of   public   interest.   (See   Meerut   Development   Authority   v.   Assn.   Of   Management   Studies4   and   Air   India   Ltd.   v.   Cochin   International   Airport Ltd.
10. The scope of judicial review in contractual matters   was further examined by this Court in  Tata Cellular v.  

Union of India, Raunaq International Ltd. case and in   Jagdish   Mandal   v.   State   of   Orissa   [Supra]  besides   several other decisions to which we need not refer.

[8.5]  In  the  case of  Tata  Cellular  (Supra),  the Honble   Page 36 of 61 C/SCA/10078/2018 CAV JUDGMENT Supreme   Court   in   para   94   has   observed   and   held   as   under:

94. The principles deducible from the above are :
[1]   The   modern   trend   points   to   judicial   restraint   in   administrative action.
[2] The court does not sit as s court of appeal but merely   reviews the manner in which the decision was made. [3] The court does not have the expertise to correct the   administrative decision. If a review of the administrative   decision   is   permitted,   it   will   be   subsisting   its   own   decision,   without   the   necessary   expertise   which   itself   may be fallible.
[4] The terms of the invitation of tender cannot be open   to judicial scrutiny because the invitation to tender is in   the realm of contract. Normally speaking, the decision to   accept the tender or award the contract is reached by   process of negotiations through several tiers. More often   than   not,   such   decisions   are   made   qualitatively   by   experts.
[5] The Government must have freedom of contract. In   other   words,   a   fair   play   in   the   joints   is   a   necessary   concomitant for an administrative body functioning in   an administrative sphere or quasi­administrative sphere.   However,   the   decision   must   not   only   be   tested   by   the   application   of   Wednesbury   principle   of   reasonableness   (including its other facts pointed out above) but must be   free from arbitrariness not affected by bias or actuated   by mala fides. 
[6]   Quashing   decisions   may   impose   heavy   administrative burden on the administration and lead to   increased and un­budgeted expenditure.
[8.6]   In   the   case   of   Michigan   Rubber   [India]   Limited   (Supra),   the   Honble   Supreme   Court   has   observed   and   held as under :
24. It is also highlighted by the State as well as by the   KSRTC   that   the   tender   conditions   were   stipulated   by   way   of   policy   decision   after   due   deliberation   by   the   KSRTC. Both the respondents highlighted that the said   conditions   were   imposed   with   a   view   to   obtain   good   quality   materials   from   reliable   and   experienced   suppliers.   In   other   words,   according   to   them,   the   conditions were aimed at the sole purpose of obtaining   good quality and reliable supply of materials and there   was no ulterior motive in stipulating the said conditions.
Page 37 of 61 C/SCA/10078/2018 CAV JUDGMENT

[8.7]   In   the   case   of  Tamil   Nadu   Generation   &   Distribution   Corporation   Limited   [TANGEDCO]   &   Anr. vs. CSEPDI­TRISHE Consortium & Anr., reported   in  (2017) 4 SCC 318, the Hon'ble  Supreme Court has   observed and held that in a complex fiscal evaluation, the   Court   has   to   apply   the   doctrine   of   restraint.   Several   aspects,   clauses,   contingencies,   etc.,   have   also   to   be   factored.

[9.0] In the case of  Raunaq International Limited vs.   I.V.R. Construction Ltd. and Ors. reported in (1999)1   SCC 492, it is observed and held by the Honble Supreme   Court that (a) before entertaining a petition, Court must   be   satisfied   that   some   element   of   public   interest   is   involved;   (b)   the   dispute   purely   is   not   inter   se   private   parties;   (c)   difference   in   price   offer   between   the   two   tenderers   may   or   may   not   be   decisive   in   deciding   the   question of public interest; (d) where a decision is taken   bonafide   and   the   choice   exercised   on   legitimate   consideration,   without   any   arbitrariness,   Court   should   not   show   indulgence;   (e)   While   granting   interim   injunction, Court must carefully weigh conflicting public   interest;   (f)   where   the   decision   making   process   stands   structured   and   the   tender   conditions   do   set   out   requirements,   Court   is   entitled   to   examine   application   thereof to the relevant fact circumstances; (g) relaxation  if otherwise permissible, in terms of the conditions must   be   exercised   for   legitimate   reasons;   (h)   nature   and   urgency in getting the project implemented is a relevant   factor;   (i)   judicial   review   is   permissible   only   on   the   established grounds, including malafide, arbitrariness or   unreasonableness of the variety of Wednesbury principle.

[9.1]   The   Honble   Apex   Court   in   the   case   of  Master   Marine Services (P) Ltd. vs. Metlalfe & Hodg Kinson   (P) Ltd. and another  reported in  (2005) 6 SCC 138   (Two Judges), Court reiterated the principles that: (a)   State can choose its own method to arrive at a decision;  

(b) State and its instrumentalities have duty to be fair to   all   concerned;   (c)   even   when   some   defect   is   found   in   Page 38 of 61 C/SCA/10078/2018 CAV JUDGMENT decision   making   process,   Court   must   exercise   its   extra   ordinary writ jurisdiction with great caution and that too   in   furtherance   of   public   interest;   and   (d)   larger   public   interest in passing an order of intervention is always a   relevant consideration. 

[9.2]   The   Honble   Apex   Court   in   the   case   of  Jagdish   Mandal   vs.   State   of   Orissa   and   others  reported   in   (2007)14   SCC   517   (Two   Judges),   reiterated   the   aforesaid principles by stating that before interfering in a   tender and contractual matter, in exercise of its power of   judicial   review,   Court   should   pose   itself   the   following   question:­

(i)   Whether   the   process   adopted   or   decision   made by the authority is mala fide or intended   to favour someone;

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

(ii) Whether public interest is affected.

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

[9.3]   In   the   case   of   Maa   Binda   Express   Carrier   and   another (Supra), the Honble Supreme Court relying upon   its earlier decisions reiterated the following principles:­ 23& & Page 39 of 61 C/SCA/10078/2018 CAV JUDGMENT

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

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

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

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

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

(Emphasis supplied) [9.4] The principles stand reiterated in Haryana Urban   Development   Authority   and   others   vs.   Orchid   Infrastructure Developers Private Limited  reported in   (2017)   4   SCC   243   (Two   Judges)  and  Reliance   Telecom Limited and another vs. Union of India and   another reported in (2017) 4 SCC 269 (Two Judges).

[9.5]   In   the   case   of   International   Trading   Co.   and   Page 40 of 61 C/SCA/10078/2018 CAV JUDGMENT Another   (Supra),   while   emphasizing   on   national   priorities,   the  Honble  Supreme   Court   has   observed   and   held in paras 22 and 23 as under: 

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

v.   Regional   Transport   Authority5,   Shree   Meenakshi   Mills Ltd. v. Union of India6, Hari Chand Sarda v. Mizo  District   Council7  and   Krishnan   Kakkanth   v.   Govt.   of   Kerala8.)  [9.6] In the case of  Global Energy Ltd. and Another   V/s.   Adani   Exports   Ltd.   and   Others  reported   in   (2005)4 SCC 435, it was observed that unless terms of a   tender   notice   are   wholly   arbitrary,   discriminatory   or   actuated by malice are not subject to judicial review. It   was observed as under:­

10. The principle is, therefore, well settled that the terms   of   the   invitation   to   tender   are   not   open   to   judicial   Page 41 of 61 C/SCA/10078/2018 CAV JUDGMENT scrutiny and the Courts cannot whittle down the terms   of the tender as they are in the realm of contract unless   they are wholly arbitrary, discriminatory or actuated by   malice.   This   being   the   position   of   law,   settled   by   a   catena of decisions of this Court, it is rather surprising   that   the   learned   Single   Judge   passed   an   interim   direction on the very first day of admission hearing of   the writ petition and allowed the appellants to deposit   the earnest money by furnishing a bank guarantee or a   bankers' cheque till three days after the actual date of   opening of the tender. The order of the learned Single   Judge   being   wholly   illegal,   was,   therefore,   rightly   set   aside by the Division Bench. 

[9.7]   In   case   of  Siemens   Aktiengeselischaft   and   Siemens Limited V/s. Delhi Metro Rail Corporation   Ltd.   and   Others  reported   in  (2014)11  SCC   288,   the   Honble Supreme Court relying upon the decision in the   case of Tata Cellular (Supra), observed as under:­

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

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

30.   Looking   to   the   huge   vehicular   population   of   the   country, the capacity of the manufacturer has to be as   great   because   plates   are   to   be   fitted   to   a   very   large   number   of   existing   vehicles   within   first   two   years.  

Page 42 of 61 C/SCA/10078/2018 CAV JUDGMENT

Thereafter, every year about one lakh vehicles in each   State would be required to be fitted with the plates. If   the bulk of contract is exhausted in the first two years,   fresh   manufacturers   would   not   come   forward   to   undertake the remaining work as it would not be cost­   effective.   A   long­term   contract   was   necessitated   for   various reasons such as necessity of huge investment for   building infrastructure, uninterrupted supply of plates in   the   first   two   years   and   thereafter   every   year   and   the   investment of such infrastructure requiring recovery over   a long duration by way of supply. If the contract period   is lowered,  the  cost of plate  might go up  as the  huge   investment will have to be recovered in a shorter period.

35.   Taking   up   first   the   challenge   to   the   impugned   conditions   in   the   Notices   Inviting   Tenders   issued   by   various   State   authorities,   we   find   sufficient   force   in   submissions   advanced  on  behalf of  the  Union  and  the   State authorities and the contesting manufacturers. The   State as the implementing authority has to ensure that   scheme of high security plates is effectively implemented.   Keeping   in   view   the   enormous   work   involved   in   switching   over   to   new   plates   within   two   years   for   existing   vehicles   of   such   large   numbers   in   each   State,   resort   to   'trial   and   error'   method   would   prove   hazardous.   Its   concern   to   get   the   right   and   most   competent   person   cannot   be   questioned.   It   has   to   eliminate   manufacturers   who   have   developed   recently   just   to   enter   into   the   new   field.   The   insistence   of   the   State   to   search   for   an   experienced   manufacturer   with   sound   financial   and   technical   capacity   cannot   be   misunderstood.   The   relevant   terms   and   conditions   quoted above are so formulated to enable the State to   adjudge the capability of a particular tenderer who can   provide   a   fail­safe   and   sustainable   delivery   capacity.   Only   such   tenderer   has   to   be   selected   who   can   take   responsibility   for   marketing,   servicing   and   providing   continuously   the   specified   plates   for   vehicles   in   large   number firstly in initial two years and annually in the   next 13 years. The manufacturer chosen would, in fact,   be a sort of an agent or medium of the RTOs concerned   for   fulfillment  of  the   statutory  obligations   on   them   of   providing high security plates to vehicles in accordance   with   rule   50.   Capacity   and   capability   are   two   most   relevant criteria for framing suitable conditions of any   Notices Inviting Tenders. The impugned clauses by which   it   is   stipulated   that   the   tenderer   individually   or   as   a   Page 43 of 61 C/SCA/10078/2018 CAV JUDGMENT member of joint­venture must have an experience in the   field of registration plates in at least three countries, a   common minimum net worth of Rs. 40 Crores and either   joint­venture   partner   having   a   minimum   annual   turnover of at least Rs. 50 Crores and a minimum  of   15% turnover of registration plates business have been,   as stated, incorporated as essential conditions to ensure   that the manufacturer selected would be technically and   financially   competent   to   fulfill   the   contractual   obligations which looking to the magnitude of the job   requires   huge   investment   qualitatively   and   quantitatively. 

38. In the matter of formulating conditions of a tender   document   and   awarding   a   contract   of   the   nature   of   ensuring   supply   of   high   security   registration   plates,   greater latitude is required to be conceded to the State   authorities. Unless the action of tendering Authority is   found to be malicious and misuse of its statutory powers,   tender   conditions   are   unassailable.   On   intensive   examination of tender conditions, we do not find that   they   violate   the   equality   clause   under   Article   14   or   encroach on fundamental rights of a class of intending   tenderer   under   Article   19   of   the   Constitution.   On   the   basis of the submissions made on behalf of the Union   and State authorities and the justification shown for the   terms of the impugned tender conditions, we do not find   that   the   clauses   requiring   experience   in   the   field   of   supplying registration plates in foreign countries and the   quantum of business turnover are intended only to keep   out   of   field   indigenous   manufacturers.   It   is   explained   that on the date of formulation of scheme in rule 50 and   issuance   of   guidelines   thereunder   by   Central   Government,   there   were   not   many   indigenous   manufacturers   in   India   with   technical   and   financial   capability to undertake the job of supply of such high   dimension,  on   a  long   term   basis   and   in   a  manner   to   ensure safety and security which is the prime object to be   achieved   by   the   introduction   of   new   sophisticated   registration plates. 

39. The notice inviting tender is open to response by all   and even if one single manufacture is ultimately selected   for a region or State, it cannot be said that the State has   created   monopoly   of   business   in   favour   of   a   private   party. Rule 50 permits, the RTOs concerned themselves   to implement the policy or to get it implemented through   Page 44 of 61 C/SCA/10078/2018 CAV JUDGMENT a selected approved manufacturer. 

40.   Selecting   one   manufacturer   through   a   process   of   open  competition   is   not  creation   of  any  monopoly,   as   contended,   in   violation   of   Article   19(1)(g)   of   the   Constitution read with clause (6) of the said Article. As   is sought to be pointed out, the implementation involves   large   network   of   operations   of   highly   sophisticated   materials.   The   manufacturer   has   to   have   embossing   stations   within   the   premises   of   the   RTO.   He   has   to   maintain a data of each plate which he would be getting   from  his   main   unit.   It  has  to  be   cross­checked   by  the   RTO data. There has to be a server in the RTO's office   which is linked with all RTOs' in each State and thereon   linked   to  the   whole   nation.   Maintenance   of   record   by   one and supervision over its activity would be simpler for   the State if there is one manufacturer instead of multi­ manufacturers as suppliers. The actual operation of the   scheme  through the  RTOs in  their  premises  would get   complicated   and   confused   if   multi­manufacturers   are   involved.   That   would   also   seriously   impair   the   high   security   concept   in   affixation   of   new   plates   on   the   vehicles.   If   there   is   a   single   manufacturer   he   can   be   forced to go and serve rural areas with thin vehicular   population   and   less   volume   of   business.   Multi­ manufacturers  might concentrate  only on  urban  areas   with higher vehicular population. 

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

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

And (ii) Whether the public interest is affected? If   the answers to the above questions are in negative,   Page 45 of 61 C/SCA/10078/2018 CAV JUDGMENT then there should be no interference  under  Article  226?

[9.9] Applying the law laid down by the Honble Supreme   Court in the aforesaid decisions to the facts of the case on   hand, we are of the opinion that looking to the purpose   and object of the supply of electric buses under the FAME   Scheme   and   the   main   object   and   purpose   of   FAME   Scheme is to encourage Make in India, it cannot be said   that the conditions impugned in the present petition can   be said to be arbitrary and/or non­nexus with the object   to be achieved. As such considering the law laid down by   the Honble Supreme Court in the aforesaid decisions it is   ultimately for the employer to stipulate any conditions of   eligibility   criteria   and   the   same   is   not   required   to   be   interfered with by the Courts in exercise of powers under   Article 226 of the Constitution of India unless they are   found to be so arbitrary and/or perverse which a prudent   person would not impose. Looking to the nature of work   the buses to be supplied under the FAME Scheme and that   when the concerned supplier ultimately would be getting   65% subsidy, we are of the opinion that the conditions   impugned   in   the   present   petition   being   condition   Nos.   Clause   4.1,   Clause   7.1(a),   Clause   7.3(a)(i),   Clause   7.3(a)(ii) to Volume­I of the RFP and also Clause 7.1 and   Clause 12.1.D to Volume­III cannot be said to be either   arbitrary and/or the same has no nexus at all. It cannot   be   said   that   the   conditions   are   such   that   no   prudent   person would impose such conditions. Merely because the   conditions / eligibility criteria might not suit the bidder   like   the   petitioners   and/or   by   such   conditions   a   prospective   bidder   is   likely   to   be   ineligible   and/or   excluded from the zone of consideration, such conditions   are not required to be amended and/or modified at the   instance   of   such   proposed   bidder.   Even   if   by   such   conditions   if   some   class   is   likely   to   be   benefitted,   such   conditions cannot be said to be tailor­made to suit only   those particular class. 

[9.10] As observed by the Honble Supreme Court in the   case of Tata Cellular (Supra) when a conscious decision   Page 46 of 61 C/SCA/10078/2018 CAV JUDGMENT has   been   taken   by   the   employer   to   impose   certain   conditions and/or provide the eligibility criteria and that   too after obtaining the opinion of the Experts, normally   the Court will not interfere with the same as the Court   does not sit as a Court of Appeal but merely reviews the   manner in which the decision was made. In the case of   Tata   Cellular   (Supra),   the   Honble   Supreme   Court   has   further observed that the Court does not have expertise to   correct the administrative decision. It is further observed   that if the review of administrative decision is permitted,   it will be substituting its own decision, without necessary   expertise  which  itself   may   be  fallible.   At   this   stage   few   para No.82 of the decision of the Honble Supreme Court   in the case of Tata Cellular (Supra) are required to be   referred to and reproduced which are as under:

82. Bernard Schwartz in Administrative Law, 2nd Edn.,   p. 584 has this to say : 
If   the   scope   of   review   is   too   broad,   agencies   are   turned   into   little   more   than   media   for   the   transmission   of   cases   to   the   courts.   That   would   destroy the values of agencies created to secure the   benefit   of   special   knowledge   acquired   through   continuous administration in complicated fields. At   the same time, the scope of judicial inquiry must   not be so restricted that it prevents full inquiry into   the question of legality. If that question cannot be   properly explored by the judge, the right to review   becomes  meaningless.  It  makes judicial  review  of   administrative orders a hopeless formality for the  litigant....   It   reduces   the   judicial   process   in   such   cases to a mere feint.'  Two   overriding   considerations   have   combined   to   narrow   the   scope   of   review.   The   first   is   that   of   deference   to   the   administrative   expert.   In   Chief   Justice Neely's words :
I have very few illusions about my own limitations   as a judge and from those limitations I generalize to   the   inherent   limitations   of   all   appellate   courts   reviewing   rate   cases.   It   must   be   remembered   that   this   Court   sees   approximately   1262   cases   a   year   with five judges. I am not an accountant, electrical   Page 47 of 61 C/SCA/10078/2018 CAV JUDGMENT engineer, financier, banker, stock broker, or systems   management   analyst.   It   is   the   height   of   folly   to   expect   judges   intelligently   to   review   a   5000   page   record   addressing   the   intricacies   of   public   utility   operation.'  It is not the function of a judge to act as a superboard,   or with the zeal of a pedantic schoolmaster substituting   its judgment for that of the administrator.  The result is a theory of review that limits the extent   to   which   the   discretion   of   the   expert   may   be   scrutinized by the non­expert judge. The alternative   is for the court to overrule the agency on technical   matters   where   all   the   advantages   of   expertise   lie   with the agencies, If a court were to review fully the   decision  of  a body such   as  state  board  of  medical   examiners it would find itself wandering amid the   maze of therapeutics or boggling at the mysteries of   the   Pharmacopoeia'.   Such   a   situation   as   a   state   court expressed it many years ago 'is not a case of   the   blind   leading   the   blind   but   of   one   who   has   always been deaf and blind insisting that he can see   and hear better than one who has always had his   eyesight and hearing and has always used them to   the  utmost  advantage  in   ascertaining   the  truth in   regard to the matter in question'. 
The second consideration leading to narrow review   is   that   of   calendar   pressure.   In   practical   terms   it   may   be   the   more   important   consideration.   More   than any theory of limited review it is the pressure   of   the   judicial   calendar   combined   with   the   elephantine   bulk   of   the   record   in   so   many   review   proceedings which leads to perfunctory affirmably of   the vast majority of agency decisions." 
[9.11] In the present case the conditions are imposed and   the   eligibility   criteria   is   prescribed   in   the   RFP   by   the   respondent Nos.2 and 3 after consulting the Expert  CEPT   University and the conditions are imposed as suggested   and/or opined by the Expert / Consultant. 
[9.12] In the petition the petitioners seek to challenge the   tender   conditions   contained   in   Clauses   (i)   No.4.1;   (ii)   No.7.1; (iii) No.7.2; (iv) No.7.3(a)(i); (v) No.7.3(a)(ii)   Page 48 of 61 C/SCA/10078/2018 CAV JUDGMENT of   Volume­I;   and   (vi)   Serial   No.7.1;   and   (vii)   Serial   No.12.1.D   of   Volume­III   of   the   RFP   dated   19.01.2018.   Looking to the reliefs sought in the present petition the   petitioners   have   requested   to   issue   appropriate   writ,   direction and order directing the respondents to suitably   amend / modify the aforesaid conditions which suits the   petitioners own convenience. Thus, it can be said that the   petitioners   seek   to   re­write   and   re­determine   certain   tender conditions of the RFP, so as to tailor­make the said   tender conditions only with a view to suit the petitioners   own convenience. We are afraid that the petitioners can   insist   and/or   pray   to   amend   and/or   modify   the   terms   and   conditions   /   eligibility   criteria   which   suits   the   petitioners. We are afraid that such reliefs can be granted   in   exercise   of   powers   under   Article   226   of   the   Constitution   of   India,   unless   the   eligibility   criteria   /   conditions are found to be so arbitrary which no prudent   person would impose and/or are found to be manifestly   tailor­made to suit only a particular bidder and/or found   to be malafide. In exercise of powers under Article 226 of   the   Constitution   of   India   more   particularly   in   a   case   where a prospective bidder  / bidder  has challenged the   eligibility criteria as mentioned in the RFP, the Court is  not   required   to   consider   each   and   every   condition   /  eligibility criteria minutely.
[9.13] As observed by the Honble Supreme Court in the   case   of  Monarch   Infrastructure   (P)   Ltd.   vs.   Commissioner,   Ulhasnagar   Municipal   Corporation   and  Others  reported in  (2000) 5 SCC  287  the terms  and   conditions   in   the   tender   are   prescribed   by   the   Government bearing in mind the nature of contract and   in such matters the authority calling for the tender is the   best Judge to prescribe the terms and conditions of the   tender. It is further observed that it is not for the Courts   to   say   whether   the   conditions   prescribed   in   the   tender   under consideration were better than the one prescribed   in the earlier tender invitations. It is further observed and   held  that   the   terms   of   the  invitation   to  tender   are  not   open to judicial scrutiny, the same being in the realm of   Page 49 of 61 C/SCA/10078/2018 CAV JUDGMENT contract. It is observed that the Government must have a   free   hand   in   setting   the   terms   and   conditions   of   the   tender, it must have a reasonable play in its joints as a   necessary concomitant for an administrative body in an   administrative   sphere.   The   Courts   would   interfere   with   the administrative policy decision only if it is arbitrary,   discriminatory,   mala   fide   or   actuated   by   bias.   It   is  entitled to pragmatic adjustments which may be called for   by the particular circumstances. The Courts cannot strike   down   the   terms   of   the   tender   prescribed   by   the   government because it feels that some other terms in the   tender would have been fair, wiser or logical...."
6.1   Identical   question   came   to   be   considered   by   the   Division   Bench   of   this   Court   in   the   case   of  Tractors   and  Farm Equipment Limited v. Union of India And Ors. in   Special   Civil   Application   No.18153/2017  decided   on   11.10.2017, and after considering the law laid down by the   Hon'ble Supreme Court on the point, more particularly, with   respect to judicial review of the eligibility criteria prescribed by   the employer, it is observed and held that merely because the   eligibility   criteria   may   not   be   suitable   to   a   bidder   and/or  considering the eligibility criteria it may not be found to be   eligible,   cannot   be   a   ground   to   set   aside   the   condition   to   become eligible once it is found to be reasonable and having a   direct nexus with the scope of the work for which the tenders   are invited. 
6.2  In  the  case   of  Monarch   Infrastructure   (P)   Ltd.   vs.   Commissioner,   Ulhasnagar   Municipal   Corporation   and   Others reported in (2000) 5 SCC 287 it is observed and held   by the Hon'ble Supreme Court that the terms and conditions   in   the   tender   are   prescribed   by   the   Government   bearing   in   mind the nature of contract and in such matters the authority   Page 50 of 61 C/SCA/10078/2018 CAV JUDGMENT calling for the tender is the best Judge to prescribe the terms   and conditions of the tender. It is further observed that it is   not for the Courts to say whether the conditions prescribed in  the   tender   under   consideration   were   better   than   the   one   prescribed   in   the   earlier   tender   invitations.   It   is   further   observed and held that the terms of the invitation to tender   are not open to judicial scrutiny, the same being in the realm   of contract. It is observed that the Government must have a   free hand in setting the terms and conditions of the tender, it   must   have   a   reasonable   play   in   its   joints   as   a   necessary   concomitant for an administrative body in an administrative   sphere."

Applying the law laid down by the Hon'ble Supreme Court as well as this Court in the decisions referred to hereinabove to the facts of the case on hand, it is required to be considered whether the petitioner is entitled to the reliefs sought for in the present petition, in exercise of powers under Article 226 of the Constitution of India or not?

10. At this stage, it is required to be noted that as such, the technical specifications are provided looking to the need and as per the requirement of the end-user, more particularly, the Gujarat State Disaster Management Page 51 of 61 C/SCA/10078/2018 CAV JUDGMENT Authority. As stated in the affidavit-in-reply, the technical specifications are suggested and approved by the Technical Committee comprised of experts. Therefore, the technical specifications which are stated in the bid document are as such suggested, approved and finalized by the Technical Committee consisted of experts. As observed by the Hon'ble Supreme Court in the case of Tata Cellular vs. Union of India (supra), when a conscious decision has been taken by the employer to impose certain conditions and/or provide the eligibility criteria and that too, after obtaining the opinion of the experts, normally the Courts will not interfere with the same as the Court does not sit as a Court of appeal but merely reviews the manner in which the decision was made. At this stage, it is required to be noted that the learned counsel appearing on behalf of the petitioner is not in a position to point out how any of the technical qualifications are arbitrary. It appears that even it is not the case on behalf of the petitioner that any of the technical qualifications has no nexus with the product to be purchased. However, it is the case on behalf of the petitioner that as per the tender condition, all the technical specifications must be satisfied and/or complied with and it is the case on behalf of the petitioner that if all the technical qualifications are to be Page 52 of 61 C/SCA/10078/2018 CAV JUDGMENT satisfied, in that case, only one or two bidders will become eligible and the petitioner and/or other bidders/ prospective bidders may not be able to compete as they may not be able to fulfill all the technical qualifications. The aforesaid can hardly be a ground to set aside the technical specifications and/or the entire bid process. Merely because of the technical specifications provided only a few may become eligible and/or a few may not become eligible due to non-fulfillment of all the technical qualifications like the petitioner, it cannot be said that the technical specifications provided are tailored to suit only a few. Similar submission has been negatived by the Hon'ble Supreme Court in the case of Association of Registration Plates V/s. Union of India and Others (supra) and followed by the Division Bench of this Court in Tractors and Farm Equipment Limited v. Union of India And Ors. (supra) as well as Goldstone Infratech Limited v. State of Gujarat & Ors. (supra) and MDD Medical Systems (India) Pvt. Ltd. v. State of Gujarat (supra).

11. Now so far as the submission on behalf of the petitioner that earlier in the year 2017, when the tenders were invited, the very same technical specifications were provided which are now provided and in between, before the earlier bids Page 53 of 61 C/SCA/10078/2018 CAV JUDGMENT were cancelled, the technical specifications were slightly modified by a corrigendum and therefore, it is now not open to prescribe the same technical specifications again and revert back to the same position providing technical specifications which as such were modified. However, it is required to be noted that again, before the present technical specifications are provided, the opinion of the Expert Technical Committee was obtained and the technical specifications are finalized by the Technical Committee consisting of experts. Even otherwise, what is required to be considered is whether any of the technical qualifications can be said to be arbitrary and having no nexus with the goods to be purchased, in the present case, rescue boats. Again, the observations made by the Hon'ble Supreme Court in the case of Monarch Infrastructure (P) Ltd. vs. Commissioner, Ulhasnagar Municipal Corporation and Others (supra) are required to be referred to wherein it is observed and held by the Hon'ble Supreme Court that the terms and conditions in the tender are prescribed by the Government bearing in mind the nature of contract and in such matters the authority calling for the tender is the best Judge to prescribe the terms and conditions of the tender. It is further observed that the terms of the invitation to tender are not open to judicial scrutiny, the same Page 54 of 61 C/SCA/10078/2018 CAV JUDGMENT being in the realm of contract. It is observed that the Government must have a free hand in setting the terms and conditions of the tender, it must have a reasonable play in its joints as a necessary concomitant for an administrative body in an administrative sphere. The Courts would interfere with the administrative decision only if it is arbitrary, discriminatory, mala fide or actuated by bias. It is further observed that the Courts cannot strike down the terms and conditions of the tender prescribed by the Government because it feels that some other terms in the tender would have been fair, wiser or logical.

12. After considering various decisions of the Hon'ble Supreme Court on the point and the scope of judicial review in contractual matters, the Division Bench of this Court in the case of Goldstone Infratech Limited v. State of Gujarat & Ors. (supra) has observed and held that merely because the conditions/ eligibility criteria might not suit the bidder like the petitioner and/or by such conditions a prospective bidder is likely to be ineligible and/or excluded from the zone of consideration, such conditions are not required to be amended and/or modified at the instance of such proposed bidder. It is further observed that even by such conditions if some class is Page 55 of 61 C/SCA/10078/2018 CAV JUDGMENT likely to be benefitted, such conditions cannot be said to be tailor-made to suit only a particular class. What is required to be considered is whether the technical qualifications provided are such that no prudent person would prescribe such technical specifications. It is required to be noted that in the present case, the bids are invited for supply of rescue boats which are required to have a special specific technical qualifications bearing in mind the security, safety and the purpose for which the rescue boats are to be purchased.

13. Now so far as the submission on behalf of the petitioner that earlier in the year 2017 when the bids were invited, it provided the experience as one of the eligibility criteria, however, when the fresh tenders are invited, such clause of experience is not there and therefore by not providing experience clause in the eligibility criteria, few new-

comers may be able to submit the tenders/ bids. However, it is required to be noted that as such, the bids are invited for supply of the rescue boats and the contract is not for manufacture of the rescue boats. It is not in dispute and even it is the case on behalf of the petitioner, so stated in the petition, that none of the bidders, even prospective bidders, would be manufacturing the boats in India and the rescue Page 56 of 61 C/SCA/10078/2018 CAV JUDGMENT boats are not at all manufactured in India and all the bidders/ prospective bidders would be only the suppliers. Therefore, ultimately, the bidders who will be the suppliers will have to procure the High Density Polyethylene rescue boats from the concerned foreign Original Equipment Manufacturers and such rescue boats will have to be in consonance with all the technical specifications, including the size etc. Therefore, in the facts and circumstances of the case, for not providing any experience in the eligibility criteria the bid document is not required to be quashed and set aside.

14. Now so far as the submission on behalf of the petitioner that insistence on the part of the concerned respondents to comply with all the technical qualifications/ specifications cumulatively would result in only one or two manufacturers becoming eligible and therefore, there shall not be any fair competition and therefore, same shall be against the guidelines issued by the CVC is concerned, as observed hereinabove, it cannot be said that the technical qualifications insisted are arbitrary and/or have no nexus with the goods to be procured and/or that no prudent person would provide such technical qualifications/ specifications. Merely because insistence in the bid document that all the technical Page 57 of 61 C/SCA/10078/2018 CAV JUDGMENT specifications must be satisfied and/or complied with cumulatively and or that only a few may become eligible because of such insistence cannot be a ground to set aside the tender document as prayed by the petitioner.

15. Now so far as reliance placed by learned Senior Advocate appearing on behalf of the petitioner upon the decision of the Hon'ble Supreme Court in the case of Reliance Telecom Limited and Another v. Union of India And Another (supra) is concerned, considering the aforesaid decision and the facts in the said case, we are of the opinion that the decision in the said case shall not be applicable to the facts of the case on hand and/or the same shall not be of any assistance to the petitioner. In the case before the Hon'ble Supreme Court, on the grounds stated in Paragraph-47, the Hon'ble Supreme Court specifically observed and found that the entire bid process was arbitrary and discriminatory.

Similarly, the decision of the Hon'ble Supreme Court in the case of Meerut Development Authority v.

Association of Management Studies And Another (supra) also shall not be applicable to the facts of the case on hand. As regards whether the technical specifications provided Page 58 of 61 C/SCA/10078/2018 CAV JUDGMENT can be said to be arbitrary and/or have no nexus and/or no prudent person would provide such technical specifications, the scope of judicial review is discussed hereinabove.

16. Now so far as the alternative prayer in the petition to issue an appropriate Writ, direction or order, directing respondents No.1 and 2 to modify the bid documents to allow reasonable variance in the technical specifications for rescue boats is concerned, such a relief is not permissible in exercise of powers under Article 226 of the Constitution of India. A bidder and/or prospective bidder cannot insist and/or pray to modify the bid document and/or technical specifications prescribed because either it does not suit it and/or for non-

compliance of such technical specifications, it may not become eligible. Court's interference would be required and/or called for only in a case where the technical specifications are so arbitrary and/or perverse and/or have no nexus and/or no prudent person would provide such technical specifications.

Under the circumstances, the petitioner shall not be entitled to even the alternative prayer, in exercise of powers under Article 226 of the Constitution of India.

17. The question whether the petitioner is entitled to Page 59 of 61 C/SCA/10078/2018 CAV JUDGMENT the reliefs sought in the present petition is also required to be considered from another angle, namely, that the petitioner has approached this Court challenging the technical specifications and the bid document by filing the present petition only on 22.06.2018. It is not in dispute that the bids were invited with technical specifications on or around 08.05.2018. That thereafter, the entire bid process has been continued and now the bids are at the stage of finalization before the High Power Committee for approval and/or final decision and at that stage, after a period of almost one and a half months and after the entire bid process has been concluded (except taking the final decision on the bids), the petitioner has preferred the present petition. The petitioner could have and ought to have challenged the technical specifications by filing the petition at the stage when the bids were invited with technical specifications on or about 08.05.2018. This may be an additional ground on which the petitioner may not be entitled to the reliefs in exercise of the powers under Article 226 of the Constitution of India.

18. In view of the above and for the reasons stated hereinabove, the present petition fails and the same deserves to be dismissed. It is, accordingly dismissed. Notice is Page 60 of 61 C/SCA/10078/2018 CAV JUDGMENT discharged.

In view of the above, Civil Application for direction also stands dismissed.

(M.R. SHAH, J) (A.Y. KOGJE, J) sunil Page 61 of 61