Full Judgment Text
* IN THE HIGH COURT OF DELHI AT NEW DELHI
th
Reserved on: 14 August, 2023
th
Pronounced on: 25 August, 2023
+ W.P.(C) 14204/2022 & CM APPLs. 43410/2022, 46387/2022
DHANUSH INFOTECH PRIVATE LIMITED THROUGH ITS
CHAIRMAN AND MANAGING DIRECTOR ..... Petitioner
Through: Mr. Vivek Soni, Advocate.
versus
NATIONAL INFORMATICS CENTRE SERVICES INC
THROUGH DIRECTOR GENERAL ..... Respondent
Through: Mr. Vikram Jetly, CGSC with Ms.
Shreya Jetly, Advocate with Mr.
Manoj Kumar Kulshresth, GM Law,
NICSI and Ms. Hemlata Gupta
NICSI.
+ W.P.(C) 2953/2023 & CM APPL. 11508/2023
M/S CMS COMPUTERS LTD ..... Petitioner
Through: Mr. R. M. Sinha, Mr. P. M. Sinha,
Ms. Namita and Ms. Nandni Harsh,
Advocates.
versus
NATIONAL INFORMATICS CENTRE SERVICES
INCORPORATED (NICSI) ..... Respondent
Through: Mr. Vikram Jetly, CGSC with Ms.
Shreya Jetly, Advocate with Mr.
Manoj Kumar Kulshresth, GM Law
NICSI and Ms. Hemlata Gupta
NICSI.
Signature Not Verified
W.P.(C) 14204/2022 and W.P.(C) 2953/2023 1 of 12
Digitally Signed
By:SAPNA SETHI
Signing Date:25.08.2023
13:29:45
CORAM:
HON'BLE THE CHIEF JUSTICE
HON'BLE MR. JUSTICE SANJEEV NARULA
J U D G M E N T
SANJEEV NARULA, J.
1. The present petitions relate to a tender process for empanelment of
vendors for providing development and maintenance services in respect of
software and websites employed by government offices for emerging and
ongoing projects undertaken under the aegis of the Government of India
[ hereinafter, “ the Tender ”]. The Petitioners converge on a singular
grievance: the rejection of their bids, citing their categorization as ‘outliers’
under the terms and conditions of the tender. Given the similarity in the
factual matrix and contentions raised, the Court deems it prudent to
pronounce a common judgement. For clarity and convenience, our
deliberation will predominantly revolve around the details set out in W.P.(C)
14204/2022. The facts, where they deviate, are delineated in the judgement.
BRIEF FACTS
2. The Petitioners – Dhanush InfoTech Private Limited [ hereinafter,
1 2
“ Dhanush ”] and CMS Computers Limited [referred to as “ CMS ”], are inter
alia engaged in providing information technology [“IT”] support services to
various governmental and non-governmental entities. They assert their
expertise in delivering IT solutions for numerous e-governance initiatives
spearheaded by entities such as National Informatics Centre, Ministry of
Electronics and Information Technology and various other public sector
1
Petitioner in W.P. (C.) 14204/2022.
Signature Not Verified
W.P.(C) 14204/2022 and W.P.(C) 2953/2023 2 of 12
Digitally Signed
By:SAPNA SETHI
Signing Date:25.08.2023
13:29:45
undertakings.
3. The Respondent released a Request for Proposal [“RFP”] aimed at
empanelling agencies in Tier 1A, 2 and 3 categories, for design,
development, implementation, and maintenance of application software and
website under the Tender. Within this tender’s framework, an empanelment
of fifteen vendors for Tier 2 and ten vendors of Tier 1A categories was
th
envisioned for future projects. On 18 May, 2022, Dhanush submitted their
bid for the Tender as a Tier 2 vendor, while CMS applied as a Tier 1A
vendor. Amongst the ten and six bidders who participated at the Tier 2 and
1A level respectively, seven and five successfully navigated the first stage of
technical evaluation, advancing to the financial evaluation stage, which was
bifurcated into two segments: ( i ) Identification of Outliers and ( ii )
Sequencing of Bidders as L1, L2, L3, and so on. Despite the Petitioners’
bids emerging as the most competitive, they were tagged as ‘outliers’, i.e.,
bidders offering extreme quotes, thus leading to the rejection of their bids.
4. Aggrieved with the bid rejection, the instant petitions have been filed
by the Petitioners.
SUBMISSIONS OF THE PARTIES
5. Mr. Vivek Soni, counsel appearing for Dhanush, made the following
submissions:
5.1 Dhanush’s bid has been rejected in an unjust, unfair, and arbitrary
manner. When contrasted with the margins suggested by other shortlisted
bidders, Dhanush proposed the lowest operative margin (7.00%), yet, their
bid faced rejection.
2
Petitioner in W.P.(C) 2953/2023.
Signature Not Verified
W.P.(C) 14204/2022 and W.P.(C) 2953/2023 3 of 12
Digitally Signed
By:SAPNA SETHI
Signing Date:25.08.2023
13:29:45
5.2 RFP for the Tender aimed to attract a wide pool of bidders, with an
intent to shortlist fifteen vendors for provision of service. Astonishingly,
only six were finalized for the Letters of Empanelment. As informed by the
Respondent’s tender division, the margin requirement ranged between a
floor of 7.075% and a ceiling of 13.2%. Most successful bids fell within the
8.49% (L1) to 9.95% bracket, significantly higher than 7.00%. Dhanush’s
bid was therefore rejected due to insignificant shortfall of 0.075% from the
floor margin.
5.3 Keeping in view the Public Exchequer’s best interests, Dhanush’s bid
could have been negotiated and accepted.
5.4 The Respondent’s methodology and formula utilised for determining
successful bids appears skewed, given the data set nature and the nominal
variance observed. When the issue was examined by a reputed statistical
institute, the experts recommended use of a different method, which, if
applied, reveals operative margin limit between 6.98%-11.02%. This
alternative method, being more efficient and authentic, should be employed
for bid evaluation.
5.5 With over fourteen years of stellar service, Dhanush has carved a niche
for itself in the IT domain, offering top-tier services to renowned global
corporations. Their long-standing association with the Government of India,
State Governments, and various ministries bears testimony to their
credibility.
6. The afore-noted contentions were supported by Mr. R. M. Sinha,
counsel for CMS. He explained that CMS’ quoted operative margin was
24.90%. The qualifying range for Tier 1A was from 25.050% to 25.450%.
Therefore, CMS’ bid is only 0.3% less than the bid of L1 ( i.e., 25.2%), and
Signature Not Verified
W.P.(C) 14204/2022 and W.P.(C) 2953/2023 4 of 12
Digitally Signed
By:SAPNA SETHI
Signing Date:25.08.2023
13:29:45
this insignificant difference cannot be termed as an “extreme quote” leading
to their disqualification. That apart, he urged that financial evaluation in the
Tender process commenced after the price bid had been opened, which is
impermissible.
7. Per contra , Mr. Vikram Jetly, counsel for Respondent, strongly
contested the maintainability of the present petitions, by arguing that the
Petitioners, having actively partaken in the Tender process with full
knowledge of its terms, cannot now reverse course to dispute the very
conditions (such as the formula for identifying outliers) that they initially
3
accepted. He emphasized that Respondent has carried out evaluation of the
financial bids in strict compliance with the stipulated tender conditions,
specifically those related to outlier identification. Consequently, the
Petitioners’ bids, when assessed against the prescribed criteria, were not
found to align with the defined operative margin, and were thus, deemed
ineligible for consideration.
ANALYSIS
8. We have considered the aforenoted contentions. The controversy in
the present case relates to identification of outliers ( i.e., extreme quotes),
basis whereof the Petitioners, despite being the most competitive bidders,
have faced rejection. Therefore, we must first take note of the conditions of
4
the RFP that are relevant to the issue at hand:
“ 8.3 BID OPENING
xx-xx-xx
iv. Financial bids (Packet -2) of only those bidders whose bids are found
3
Reliance was placed upon of E-Netspider India v. Union of India & Anr ., DHC Neutral Citation:
2020:DHC:3045-DB.
4
Clauses pertaining to financial evaluation of bids are identical in the RFPs for Tiers 1A and 2.
Signature Not Verified
W.P.(C) 14204/2022 and W.P.(C) 2953/2023 5 of 12
Digitally Signed
By:SAPNA SETHI
Signing Date:25.08.2023
13:29:45
technically qualified by the Technical Evaluation Committee as per the Eligibility
criteria will be opened in the presence of the bidder’s representatives subsequently
for further evaluation.
v. Financial bids , original and revised (if any), of only the technically qualified
bidders, shall be opened on a notified date and time, in the presence (physical/
Video Conference) of vendor’s representatives, who chose to remain present.
vi. The financial bids will then be passed on to a duly constituted Financial
Evaluation Committee (FEC) for evaluation.
9.2 FINANCIAL EVALUATION
i. On a designated day and time, the Abridged Financial Bids (Annexure-7:
Abridged Financial Bid) of only those bidders who satisfy all conditions of the
eligibility criteria may be opened electronically in the presence of the
representatives of the technically qualified bidding companies and other entities.
ii. After excluding outliers (extreme quotes), the bidder with the lowest quoted
percentage Operating Margin among all the quotes in the Abridged Financial Bids
(Annexure-7:Abridged Financial Bid) will be considered as L1 bidder. Extreme
quotes shall not be considered while determining L1 bidders.
To identify outliers, a combination of Quartile method and Deviation from Average
will be used. The quartile method will provide “Lower Limit” and “Upper Limit”.
The quotes beyond these range will be considered as 1st layer of rejection.
Further, while applying Deviation from Average, the average of all quotes (lies
within these limits) will be calculated to get “average %OM value”. To get 2nd
layer of rejection, % deviation will be applied on the “average %OM value”. This
will provide the Upper and Lower %OM range. Quotes beyond these range will
also be rejected.The bidders, whose quotes lies within this limit (2nd layer) will
only be considered to determine L1, L2, L3, … bidders. The lowest quoted value
within this range shall be considered as L1 quote and the bidder shall be termed as
L1 bidder. The next higher quotes withing this permissible range will be termed as
L2 bidder, L3 bidder, L4 bidder till the bidder with the highest quote. ”
9. The crux of the procedure for financial evaluation of bids, as
elucidated in the afore-extracted clauses, is a rigorous, two-layered process
to weed out extreme quotes and ensure a standardized evaluation. Evidently,
this procedure is intended to maintain transparency and fairness, with an aim
to eliminate bids that are excessively low or high, which may not reflect
realistic or sustainable values. Thus, the focal point of determination in the
present cases is whether the method delineated in the RFP has been applied
uniformly to all bids. This evaluation is vital to assess whether despite
offering the most competitive bids, the rejection of Petitioners’ bids for
Signature Not Verified
W.P.(C) 14204/2022 and W.P.(C) 2953/2023 6 of 12
Digitally Signed
By:SAPNA SETHI
Signing Date:25.08.2023
13:29:45
being an ‘outlier’ is arbitrary or unfair.
10. Clause 9.2 of the RFP provides that bidders, whose quoted percentage
of operative margin falls beyond the determined range, shall be termed as
outliers, and their bids shall be excluded from the Tender process. This
clause, at first, prescribes the use of a statistical technique called Inter
Quartile Range [“IQR”] method, which employs QUARTILE.INC function,
to define the lower and upper limits of this range. The IQR method is a
measure of statistical dispersion, more specifically, the difference between
the upper and lower quartiles in a data set. It is often used in financial
evaluations to assess variability and identify outliers. In the context of the
Tender, by harnessing the IQR method, Respondent discerned the lower and
upper limits for total operating margins. Quotes that did not conform to this
pre-determined spectrum were earmarked for the initial phase of rejection as
per Clause 9.2. The total operative margins of the technically qualified
bidders under Tier 2 category are as follows:
| S. No. | Bid ID | Bidder Name | Total Operating | ||
|---|---|---|---|---|---|
| Margin (In %) | |||||
| 1. | 418325 | CSM Technologies Private<br>Limited | 9.40 | ||
| 2. | 418602 | ABM Knowledgeware Limited | 9.50 | ||
| 3. | 420643 | Dev Information Technology<br>Limited | 9.95 | ||
| 4. | 418267 | Akal Information Systems<br>Limited | 8.60 | ||
| 5. | 418242 | SISL Infotech Private Limited | 8.49 | ||
| 6. | 422933 | Dhanush Infotech Private Limited | 7.00 | ||
| 7. | 416879 | eZest Solutions Limited | 8.51 |
Signature Not Verified
W.P.(C) 14204/2022 and W.P.(C) 2953/2023 7 of 12
Digitally Signed
By:SAPNA SETHI
Signing Date:25.08.2023
13:29:45
11. Based on the afore-noted quotes of the bidders, the permissible range
of operative margin percentages was calculated as follows:
| 1. | 1st Quartile | QUARTILE.INC(Oms, 1) | 8.500% |
|---|---|---|---|
| 2. | 2nd Quartile | QUARTILE.INC(Oms, 2) | 8.600% |
| 3. | 3rd Quartile | QUARTILE.INC(Oms, 3) | 9.450% |
| 4. | IQR (Inter Quartile Range) | 3rd Quartile- 1st Quartile | 0.950% |
| 5. | Lower Limit | 1st Quartile - 1.5* IQR | 7.075% |
| 6. | Upper Limit | 1st Quartile - 1.5* IQR | 10.875% |
12. Therefore, the permissible range for operating margin in Tier 2 was
bracketed between 7.075% and 10.875%. It is for this reason that Dhanush,
who bid at 7.00%, was disqualified. Then came the second stage of
evaluation: gauging deviation from average. The bidders whose quotations
remained within the permissible limits progressed to the next evaluation
phase, wherein their standing as L1, L2, L3, etc. were determined. The
computations for this stage are:
| S.No. | Scenario (number) | Deviation | ||||||
|---|---|---|---|---|---|---|---|---|
| a | Technically qualified bids >= 2* Panel size | 30 | ||||||
| b | Technically qualified bids > Panel size (but <2* Panel size) | 40 | ||||||
| c | Technically qualified bids < Panel size | 50 | ||||||
| Tier- 2 | ||||||||
| 1 | Panel size for Empanelment | 15 | ||||||
| 2 | Bidders (Technically Qualified) | 7 | ||||||
| 3 | Applicable Deviation | 50% | ||||||
| 4 | Average % OM value (average of quotes within limits in S.<br>No. 5 & S. No. 6) after first layer of rejection | 9.075% | ||||||
| 5 | Lower and Upper %OM range (applying % Deviation as<br>given in S. No. 3) | 4.538%<br>13.613% |
Signature Not Verified
W.P.(C) 14204/2022 and W.P.(C) 2953/2023 8 of 12
Digitally Signed
By:SAPNA SETHI
Signing Date:25.08.2023
13:29:45
13. On analysing the data, it unambiguously emerges that Dhanush’s
quote stood outside the stipulated range. Consequently, as per the tender
conditions articulated earlier, it was deemed an outlier. To buttress their case
of eligibility, Dhanush asserted the use of QUARTILE.EXC method in place
of QUARTILE.INC function prescribed under the RFP. While Dhanush has
proposed an alternative statistical tool, which they allege is more suited for
financial evaluation, the Court cannot substitute the methodology stipulated
under the Tender, against the wisdom of its author. It has been consistently
observed by the Supreme Court in various decisions that constitutional
courts must defer to the understanding and appreciation of the author of the
tender documents, unless there are allegations of mala fide or perversity in
5
the application of the tender conditions or documents. Respondent, being an
expert body in its domain, has carefully crafted the tendering procedure
based on its specialized knowledge and the intricacies of the field. Their
adherence to the pre-defined methodology for identifying outliers, as
stipulated in the RFP, showcases due diligence, thereby minimizing arbitrary
decisions. Introducing alternative methodologies, as Dhanush suggests,
inadvertently ushers in elements of subjectivity. This Court must respect the
autonomy of such entities, for their decisions stem from expertise and an in-
depth understanding of the domain. In light of the “extreme quotes”
provision (Clause 9.2(ii) of the RFP), Respondent’s decision to exclude
Dhanush aligns with the Tender’s protocols, and thus, remains beyond
5
Agmatel India Private Limited v. Resoursys Telecom and Ors ., (2022) 5 SCC 362, Afcons Infrastructure
Limited v. Nagpur Metro Rail Corporation Limited and Anr ., (2016) 16 SCC 818; Silippi Constructions
Contractors v. Union of India , (2020) 16 SCC 489.
Signature Not Verified
W.P.(C) 14204/2022 and W.P.(C) 2953/2023 9 of 12
Digitally Signed
By:SAPNA SETHI
Signing Date:25.08.2023
13:29:45
reproach. It is not open to this Court to interfere and decide upon the
superiority of one statistical method over another, especially when the
chosen method was neither inherently flawed nor biased. The threshold for
intervention is reserved for instances where there is an unequivocal breach
of natural justice or manifestly arbitrary actions, neither of which are present
in this case. Therefore, we see no ground or basis to determine the eligibility
by undertaking evaluation based on methodology of Dhanush’s choosing.
14. Furthermore, having accepted the tender conditions with full
knowledge, the Petitioner cannot contest them at this juncture. To now
accommodate Dhanush’s alternative statistical approach would not only
compromise the transparency of the process, but also disrupt the equitable
treatment accorded to all bidders. Such an action might be perceived as
endorsing the empanelment of bidders despite their rejection through due
process and promoting a bidding strategy of quoting the lowest price with
the possibility of submitting a higher bid subsequently. Maintenance of
consistency throughout the tender process is of paramount importance to
prevent the creation of an inconsistent precedent, which could have
cascading effects on future tenders and potentially undermine the
competitive spirit.
15. The essence of any tendering process lies in its equity, fairness, and
transparency. All participants, including the Petitioners, are entitled to
equitable and fair treatment during the bid evaluation, which the Respondent
has demonstrably adhered to during financial evaluation. The Respondent
strictly complied with the criteria outlined for identifying outliers. This
Court is not to assume appellate jurisdiction over the decision of the
Respondent and therefore, in absence of any demonstrable perversity, the
Signature Not Verified
W.P.(C) 14204/2022 and W.P.(C) 2953/2023 10 of 12
Digitally Signed
By:SAPNA SETHI
Signing Date:25.08.2023
13:29:45
impugned decision cannot be labelled as arbitrary or unreasonable purely on
the basis of Petitioners’ perception. Once an ‘outlier’ is identified, inducting
disqualified bidders with higher operating margins could destabilize the
competitive equilibrium presently enjoyed by the existing empanelled
vendors. This would incentivise strategic rather than fair and competitive
bidding, undermining genuine competition in tendering processes and
eroding the spirit of fair play. Such a shift is not just a commercial concern,
but could open floodgates to legal challenges from other empanelled
vendors against the Respondent. Equally significant is the sanctity of the
RFP – the bedrock of the bidding process. The Respondent is duty-bound to
abide by the terms and conditions set out in RFP, which explicitly state that
any bidder dismissed during the TEC/FEC evaluation should not be
considered for empanelment, regardless of the intervening circumstances.
16. It must also be emphasised that in any range-based evaluation system,
especially when aimed at eliminating outliers, there will always be entities
that sit on the periphery of the defined range. The mere proximity to the
defined threshold, whether it be L1 or any other benchmark, does not grant
special considerations. Such is the nature of range-based criteria, and its
integrity relies on strict adherence, rather than subjective adjustments. The
Petitioners’ closeness to the threshold, while understandably distressing for
them, cannot be a basis for setting aside a process that has been followed in
letter and spirit.
17. Based on reasons delineated above, we discern no compelling grounds
to intervene in the matter. We further observe that the issues raised in
W.P.(C) 2953/2023 mirror those in W.P.(C) 14204/2022, with the sole
distinction pertaining to the specific margins computed.
Signature Not Verified
W.P.(C) 14204/2022 and W.P.(C) 2953/2023 11 of 12
Digitally Signed
By:SAPNA SETHI
Signing Date:25.08.2023
13:29:45
18. Consequently, both these petitions, along with any other associated
applications, are hereby dismissed.
SANJEEV NARULA, J
SATISH CHANDRA SHARMA, CJ
AUGUST 25, 2023
d.negi
Signature Not Verified
W.P.(C) 14204/2022 and W.P.(C) 2953/2023 12 of 12
Digitally Signed
By:SAPNA SETHI
Signing Date:25.08.2023
13:29:45