Full Judgment Text
REPORTABLE
IN THE SUPREME COURT OF INDIA
CIVIL APPELLATE JURISDICTION
CIVIL APPEAL NO. 1049 OF 2019
(ARISING OUT OF SLP (C) NO. 26811 OF 2018)
VIDARBHA IRRIGATION DEVELOPMENT CORPORATION ...APPELLANT
Versus
M/S ANOJ KUMAR GARWALA ...RESPONDENT
WITH
CIVIL APPEAL NO. 1050 OF 2019
(ARISING OUT OF SLP (C) NO. 27818 OF 2018)
J U D G M E N T
ROHINTON F. NARIMAN, J.
1) Leave granted.
2) A Tender was called by the appellant before us on
06.01.2018 for balance earthwork to be done in a canal. The
Tender was ultimately replied to by three persons whose bids,
respectively, were - Rs.39.53 crores by Respondent No.1,
Rs.39.15 crores by Respondent No.2, and Rs.46.81 crores by
Respondent No.3. There is no dispute that the bid of
Respondent No. 2 was the lowest bid. At this stage, it is a
Signature Not Verified
little important to advert to some of the tender conditions:-
Digitally signed by R
NATARAJAN
Date: 2019.01.25
16:12:46 IST
Reason:
1
“Contract” is defined by the e-tender in question as follows:-
“1.3.9 CONTRACT :-
It shall mean and include following
documents.
Tender Documents.
Specifications.
Drawings.
Tender document & information/data
submitted by contractor
Common set of conditions/Minutes of pre-
Tender conference.”
Clause 2.15 speaks of “Pre-tender Conference” as follows:-
“1) Pre-tenders conference open to all
prospective tenderer will be held in the
office as stated in this Section, wherein
the prospective tenderer will have an
opportunity to obtain clarifications
regarding the work and the tender
conditions.
2) The prospective tenderers are free to
ask for any additional clarification either
in writing or orally and the reply to the
same will be given by the Chief
Engineer/Superintending Engineer in writing
and these clarifications referred to as
common set of conditions, shall form part
of tender documents and which will also be
common and applicable to all tenderer.
3) The e-tender submitted by the tenderer
shall be based on the clarification,
additional facility issued (if any) by the
Corporation and this tender shall be
unconditional. Conditional tenders will
summarily be rejected as non-responsive.
4) All tenderers are cautioned that the
tenders containing any deviation from the
contractual terms and conditions,
specifications or other requirements and
2
conditional Tenders will be rejected as
non-responsive.”
Clause 2.22 speaks of “Performance Security” as follows:-
“PERFORMANCE SECURITY in case of offer
below the cost put to tender as per PWD
Circular BDG-2016/BLD-2/Dt.:12/02/2016) &
corrigendum on date 17/03/2016/ WRD
Corrigendum No. Tender 0316/(189/16) Major
Projects-1 dated 14.7.16
Condition Regarding payment of performance
security (in place of condition for
payment of additional securitydeposit) if
offer quoted by the tenderer is below the
cost put to tender.
i) If the tenderer quote upto
1% below the cost put to tender, no
additional performance security
is required. However, if the
tenderer quote his offer more than
1% below the cost put to tender
to 10% below the cost put to
tender, tenderer shall submit the
demand draft or FDR or BG of the
amount equal to 1% of cost put to
tender towards performance
security in Envelope No.2 of
tender.
ii) If the tenderer quote his
offer more than 10% below (offer
below than 10%) the cost put to
tender, tenderer shall submit the
demand draft or FDR or BG of the
cumulative amount which is equal to
the amount by which offer is more
than 10 % below plus the amount as
per (i) above in the Envelop No.2
of tender. (For example, for 14%
below rate, 1% + (14%-10%) i.e.
4%, then total 5% of the cost put
to tender.
3
iii) The amount of performance
security shall be calculated on
rounding of contractors offer upto
two decimal places. The offer in
envelop No.2 without demand draft
or FDR or BG of appropriate
amount of performance security
shall be treated as invalid offer.
iv) Demand draft/BG/FDR shall be
drawn in the name of Executive
Engineer, Ghodazari Canal Division
Nagbhid.
v) Demand draft/BG/FDR/shall be
drawn from Nationalised or
scheduled banks.
vi) The BG/FDR shall be valid
upto one month after defect
liability period. Validity of
demand draft shall be minimum 3
months from the date of submission
of tender.
vii) Scanned copy of
BG/FDR/demand draft shall be
uploaded by the contractor at the
time of e-tendering.
viii) Contractor shall submit the
demand draft/FDR/BG in sealed
envelope in the office of the
Executive Engineer, Ghodazari Canal
Division Nagbhid within 5 working
days from the date of submission
of tender. Name of work and e-
tender number shall be written on
the envelope.
ix) On opening the tender, if
papers in Envelop No.1 don’t
fulfill the essential
qualification/ documents
requirements, the Executive
Engineer shall return the envelope
of Demand Draft/BG/FDR to concerned
4
Contractor within 7 days from the
date of opening of tender.
x) The Executive Engineer shall
refund the amount of performance
security after completion of work
successfully.
xi) Demand draft BG/FDR of the
second lowest tender shall be
returned within 3 days after
issuing works order to the lowest
tender.
xii) EMD of the contractors
submitting false documents/demand
draft/BG/FDR in above process shall
be forfeited and the contractor
shall be Black listed.
xiii) Executive Engineer shall
issue the work order only after
encashing the demand draft of the
lowest tenderer.”
“Important Note”
“If any of the documents required as per
Technical-Envelope-1 is not submitted on-
line or/and Financial Bid: in Envelope-II
(Commercial) is not properly uploaded,
or/and information given in various
Undertakings, Proform’s, Forms, Formats,
Appendices etc, in various Sections-II,
III, IV, VI is missing,
incomplete/misleading/false tender of the
bidder shall be liable for out-right
rejection and shall not be considered for
further process.”
Clause 2.35 speaks of “Acceptance of Tender” as follows:-
“2.35 x x x
2.35.1 A substantially responsive Bid is
one which conforms to all the terms,
conditions, and specifications of the
Bidding documents, without material
5
deviation or reservation. A material
deviation or reservation is one (a) which
affects in any substantial way the scope,
quality, or performance of the Works, (b)
which limits in any substantial way,
inconsistent with the Bidding documents,
the employer’s rights or the Bidder’s
obligations under the Contract; or (c)
whose rectification would affect unfairly
the competitive position of other Bidders
presenting substantially responsive Bids.
2.35.2 If a Bid is not substantially
responsive, it will be rejected by the
Employer, and may not subsequently be made
responsive by correction or withdrawal of
the non-conforming deviation or
reservation.”
3) On the facts in this case, it is undisputed that the bank
guarantee that was furnished for Rs. 42.14 lakhs by Respondent
No. 2 before us was initially furnished only for a period of
six months on 12.03.2018, in response to the tender. It is
common ground between the parties that the period ought to have
been 40 (forty) months. The bids were opened on 06.04.2018, and
on 07.04.2018, one day later, Respondent No. 2, sought to make
up this deficiency by adding a period of 34 months to the bank
guarantee which was valid for 6 months only. The aforesaid bid
made by Respondent No. 2 was accepted initially on 03.05.2018.
A Tender Evaluation Committee then evaluated all the bids on
07.07.2018, and finally, the bid of the Respondent No. 2 was
accepted as it was the lowest bidder among the three bids that
had been received. The bone of contention between the parties
6
is whether it is possible for the appellant before us to
condone the initial bank guarantee being given for an
admittedly incorrect period of 6 months.
4) Mr. Shekhar Naphade, learned senior counsel appearing on
behalf of the appellant, has taken us through the Government
Resolution (GR) dated 12.4.2017 in order to contend that the
term of bank guarantee, if originally wrongly given, and which
makes a tenderer ineligible, does not disqualify him as a
clarification can be sought from the bidder after which the
term may be extended in conformity with the tender conditions.
Apart from the above, he argued that, ultimately, the moment
the deficiency was pointed out, this deficiency was made good
by Respondent No. 2 and it is only thereafter that the bid of
the Respondent No. 2 was accepted, being the lowest bid. He
also added that the difference between the bid of Respondent
No. 1 and Respondent No. 2 would amount to roughly Rs. 37 lakhs
which again would be a saving to the public exchequer. He went
on to add that given the parameters of judicial review and that
a bona fide decision has been taken by the authority, this
could not have been interfered with and was wrongly interfered
with by the judgment under appeal. Mr. Raju Ramachandran,
learned senior counsel appearing on behalf of Respondent No. 2,
broadly adopted these submissions.
7
5) Mr. R. Basant, learned senior counsel appearing on behalf
of Respondent No. 1 has taken us through the tender conditions
and has argued that a period of six months for a bank
guarantee, which admittedly should have been 40 months, is a
material deviation which cannot be condoned later. He further
pointed out that in point of fact, objections were taken at a
pre-tender stage by certain would be tenderers, and after
considering those objections, the authority made it clear that
the PWD Circular dated 12.02.2016, together with corrigenda
issued thereafter, would make it clear that this is a material
condition which cannot be changed. He, therefore, argued that
it was known to the Respondent No. 2, right from the beginning,
that this particular condition was both material and has to be
satisfied, and, admittedly, on the facts, it was not satisfied.
He very fairly stated that the impugned judgment could not
stand on its own legs but could be supported with the arguments
that had been made by him.
6) At this stage, it is important to analyse the tender
conditions. As was correctly pointed out by Mr. Basant, Clause
2.15, as set out hereinabove, makes it clear that it is only at
a pre-tender stage that a clarification may be obtained
regarding tender conditions. Sub-clause 4 of Clause 2.15 is
important because all tenderers are cautioned by this Clause
8
that tenders containing any deviation from the contractual
terms and conditions, specifications or other requirements,
will be rejected as non-responsive.
7) At this stage, it is important to advert to the pre-tender
meetings that took place between the Chief Engineer and
prospective parties on 30.01.2018. Entry 46 of the document
that is produced by the appellant reads as follows:-
| S.No. | Provisions of<br>Tender | Modification/clarifications<br>sought by contractor | Modification/<br>Clarification sought by<br>the Department |
|---|---|---|---|
| 46 | 2.22 Performance<br>Security:<br>vi) The<br>B.G./F.D.R.<br>shall be valid<br>upto one month<br>after defect<br>liability<br>period. | 2.22 Performance Security:<br>The B.G./F.D.R’s validity<br>is upto 3 months at the<br>time of tender submission<br>&if work is awarded this<br>B.G./F.D.R’s validity<br>extended according to the<br>tender condition. It<br>should be taken after the<br>award of work as general<br>procedure in other<br>departments. | The clause of performance<br>security is included<br>based on G.R. dt.<br>12.02.2016 &Corrigendum<br>on date 17.03.2016 and<br>14.07.2016. As policy<br>decision, modification in<br>this Clause cannot be<br>made. |
What is important to note is that questions were raised as to
the period of bank guarantee, and the Department specifically
relied upon a GR dated 12.02.2016, together with the corrigenda
thereto, and stated that as a policy decision, modification in
this Clause cannot be made. It is clear, therefore, that a
modification to this very tender condition was suggested at the
pre-tender stage, and was rejected to the knowledge of all
prospective tenderers. Sub-clause 4 of Clause 2.15, therefore,
becomes important in this context as the Respondent No. 2 was
9
put on notice from the beginning itself that if there is any
deviation in terms of the period of bank guarantee, its bid
would be treated as non-responsive.
8) Clause 2.22, extracted herein above, also makes reference
to the self-same PWD Circular dated 12.02.2016 with the
corrigenda. A reading of this Clause would also show that a
bank guarantee that is to be furnished has to be valid up to
one month after the defect liability period which, admittedly,
is for a period of 40 months.
9) Mr. Naphade’s argument that had a demand draft been drawn
instead of a bank guarantee, its validity would only be a
minimum of three months from the date of submission of tender,
which would show that a deviation from the 40 months period
would certainly be permissible, (had a demand draft given
instead of a bank guarantee), cannot be countenanced. On the
facts of this case, no demand draft was given. Only a bank
guarantee was given, and clearly for a much lesser period then
that mandated by this Clause.
10) We may now come to Clause 2.35 which makes it clear that a
substantially responsive bid is one which conforms to all
terms, conditions and specifications without any material
deviation. Inter alia, a material deviation is one which
limits, in any substantial way, or is inconsistent with the
10
bidding documents or the employer’s rights or bidder's
obligations under the Contract. It cannot be gainsaid that a
bank guarantee, which is for a period of six months and not for
a period of 40 months, would not only be directly inconsistent
with the bidding documents but would also be contrary to the
employers’ right to a bank guarantee for a longer period. This
being the case, since a material deviation from the terms and
conditions of the tender document was made by Respondent No. 2,
when it furnished a bank guarantee for only six months
initially, it would be clear that such bid would have to be
considered as not substantially responsive and ought to have
been rejected by the employer. Clause 2.35.2 also makes it
clear that such a bid would have to be rejected outrightly and
may not be subsequently made responsive by correction.
11) It is important to note that the Government Resolution
dated 12.04.2017, which applies to the PWD Department, has
superseded the PWD Circular dated 12.02.2016 and corrigenda
dated 17.03.2016 and 14.07.2016. However, so far as the tender
conditions of the tender in question are concerned, Clause 2.18
is material and is set out hereunder:-
“Earnest Money:
All tenderers shall pay entire E.M.D. & the
mode of payment is indicated as specified
at Sr. No. 4, 6, 4 of Section IV.
11
As per GR PWD 12.04.2017 – E.M.D. shall be
paid online through bank account of own by
contracts, contractor shall submit the
undertaking that the EMD has been paid
through his bank account and he will be
responsible for any legal action under IPC
if it is found false.”
As against this, when it comes to performance security, the PWD
Circular of 12.02.2016 and its corrigeneda have alone to be
followed in the case of performance security. This being the
case, it is not possible to advert to the GR dated 12.04.2017
for the purpose of performance security as it applies only in
respect of earnest money, as is clear from Clause 2.18 of the
Tender.
12) The fact that a superseded Government Resolution continues
to be utilised for the purpose of performance security may
raise eyebrows. However, insofar as the tendering public is
concerned, they have been put on notice that the performance
security that is to be furnished, will only be as per the GR
dated 12.2.2016 and corrigenda and not as per the GR dated
12.04.2017.
13) The law on the subject is well settled. In Bakshi Security
and Personnel Services Pvt. Ltd. v. Devkishan Computed Pvt.
Ltd. and Ors. , (2016) 8 SCC 446, this Court held:
“14. The law is settled that an essential
condition of a tender has to be strictly
complied with. In Poddar Steel Corpn. v.
12
Ganesh Engg. Works [Poddar Steel Corpn. v.
Ganesh Engg. Works, (1991) 3 SCC 273] this
Court held as under: (SCC p. 276, para 6)
“6. … The requirements in a tender
notice can be classified into two
categories—those which lay down the
essential conditions of eligibility
and the others which are merely
ancillary or subsidiary with the
main object to be achieved by the
condition. In the first case the
authority issuing the tender may be
required to enforce them rigidly.
In the other cases it must be open
to the authority to deviate from
and not to insist upon the strict
literal compliance of the condition
in appropriate cases.”
15. Similarly in B.S.N. Joshi & Sons Ltd.
v. Nair Coal Services Ltd. [B.S.N. Joshi &
Sons Ltd. v. Nair Coal Services Ltd.,
(2006) 11 SCC 548] this Court held as
under: (SCC pp. 571-72, para 66)
“(i) if there are essential
conditions, the same must be
adhered to;
(ii) if there is no power of
general relaxation, ordinarily the
same shall not be exercised and the
principle of strict compliance
would be applied where it is
possible for all the parties to
comply with all such conditions
fully;
(iii) if, however, a deviation is
made in relation to all the parties
in regard to any of such
conditions, ordinarily again a
power of relaxation may be held to
be existing;
(iv) the parties who have taken the
benefit of such relaxation should
not ordinarily be allowed to take a
different stand in relation to
compliance with another part of
13
tender contract, particularly when
he was also not in a position to
comply with all the conditions of
tender fully, unless the court
otherwise finds relaxation of a
condition which being essential in
nature could not be relaxed and
thus the same was wholly illegal
and without jurisdiction;
(v) when a decision is taken by the
appropriate authority upon due
consideration of the tender
document submitted by all the
tenderers on their own merits and
if it is ultimately found that
successful bidders had in fact
substantially complied with the
purport and object for which
essential conditions were laid
down, the same may not ordinarily
be interfered with;…”
16. We also agree with the contention of
Shri Raval that the writ jurisdiction
cannot be utilised to make a fresh bargain
between parties.”
14) However, learned counsel appearing on behalf of the
appellant strongly relied upon Afcons Infrastructure Ltd. v.
Nagpur Metro Rail Corpn. Ltd. , (2016) 16 SCC 818, and
paragraphs 14 and 15 in particular, which state:
“14. We must reiterate the words of
caution that this Court has stated right
from the time when Ramana Dayaram Shetty
v. International Airport Authority of
India [Ramana Dayaram Shetty v.
International Airport Authority of India,
(1979) 3 SCC 489] was decided almost 40
years ago, namely, that the words used in
the tender documents cannot be ignored or
treated as redundant or superfluous — they
must be given meaning and their necessary
14
significance. In this context, the use of
the word “metro” in Clause 4.2(a) of
Section III of the bid documents and its
connotation in ordinary parlance cannot be
overlooked.
15. We may add that the owner or the
employer of a project, having authored the
tender documents, is the best person to
understand and appreciate its requirements
and interpret its documents. The
constitutional courts must defer to this
understanding and appreciation of the
tender documents, unless there is mala
fide or perversity in the understanding or
appreciation or in the application of the
terms of the tender conditions. It is
possible that the owner or employer of a
project may give an interpretation to the
tender documents that is not acceptable to
the constitutional courts but that by
itself is not a reason for interfering
with the interpretation given.”
15) It is clear even on a reading of this judgment that the
words used in the tender document cannot be ignored or treated
as redundant or superfluous – they must be given meaning and
their necessary significance. Given the fact that in the
present case, an essential tender condition which had to be
strictly complied with was not so complied with, the appellant
would have no power to condone lack of such strict compliance.
Any such condonation, as has been done in the present case,
would amount to perversity in the understanding or appreciation
of the terms of the tender conditions, which must be interfered
with by a constitutional court.
15
16) A subsidiary contention has been raised that even the bank
guarantee subsequently furnished was for a period of 39 months
and not for 40 months. This need not be gone into in view of
our finding on the first point.
17) We may hasten to add that the judgment under appeal leaves
a great deal to be desired. It did not advert to the main point
in question, but instead focused on supposed contradictions
made in an affidavit filed by the appellant in the High Court.
Having gone through the affidavit, we find no such
contradiction. It is also necessary to advert to the final
relief given by the High Court. If, for the reason given by the
High Court, the bid of the Respondent No. 2 had to be rejected,
it cannot be understood as to how Respondent No. 2 can be
brought back in the event that Respondent No. 1 does not agree
to carry out the work for the lower bid amount of Respondent
No. 2. For all these reasons, even though the reasoning of the
Division Bench in the impugned judgment does not commend itself
to us, yet, for the reasons contained in this judgment, the
appeal will have to be dismissed.
18) We may record that Mr. Basant very fairly submitted before
us that he will match the amount of Rs. 39.15 crores that was
the bid of Respondent No. 2 before us. We record this statement
and order, therefore, that the work now be performed by the
16
Respondent No. 1 at this bid amount. The judgment of the High
Court, insofar as para 8 is concerned, is set aside.
19) With these observations, the civil appeals are disposed
of.
...............J.
(R.F. Nariman)
...............J.
(Navin Sinha)
New Delhi,
Dated: January 23, 2019
17