Full Judgment Text
http://JUDIS.NIC.IN SUPREME COURT OF INDIA Page 1 of 5
CASE NO.:
Appeal (civil) 2407\0262411 of 2003
PETITIONER:
Directorate of Education & Ors.
RESPONDENT:
Educomp Datamatics Ltd. & Ors.
DATE OF JUDGMENT: 10/03/2004
BENCH:
R.C. Lahoti & Ashok Bhan
JUDGMENT:
J U D G M E N T
BHAN, J.
The core point which calls for determination in these appeals is the
extent of judicial review permissible in exercise of jurisdiction under Article
226 of the Constitution to the terms of tender prescribing eligibility criteria.
Whether the High Court could change the terms incorporated in the tender
notice on the ground of its being inappropriate and that the objective would
be better served by adopting a different eligibility criteria?
Directorate of Education, Government of National Capital Territory of
Delhi, appellants herein, took a decision to establish computer labs in the
National Capital Territory area in all government schools by the year 2003
in collaboration with private sector. Under the scheme evolved (computer
education project), the education department is to provide functional literacy
to the students from class VIth to Xth and teaching of computer science
and informatics practices subjects to plus two stage, as per CBSE syllabus.
In the first phase for the year 2000-2001, 115 schools were taken up
for imparting computer education. Tenders were called from the firms
having a turnover of Rs. 2 crores. As per terms of tender notice the firm was
to provide hardware to establish the lab in the concerned schools. The total
contract was for a sum of Rs.14.62 crores. Since the lowest tenderer was not
in a position to carry out the project in 115 schools, the contract was divided
amongst four parties. In the year 2001-2002 the turn over clause was
amended, instead Rs. 2 crores the turn over of Rs. 5 crores was prescribed.
Because of the several representations filed the tender was cancelled and
fresh tenders were invited from the firms having a turnover of Rs. 2 crores or
above. The tender was for 275 schools, the total cost of the project being
approximately Rs. 30 crores. The lowest tenderer was again not in a
position to take up the entire project. The other seven tenderers agreed to
lower their prices to bring it at par with the rate of the lowest tenderer.
Thus the contract had to be distributed amongst eight parties, i.e., 35 schools
each to seven parties and 28 to one party. For the final phase of 2002-2003
the tenders were called for all the 748 schools. The cost of project was
approximately Rs. 100 crores. Because of the difficulty faced in the earlier
years that the lowest tenderers were not able to implement the entire project,
the government took a policy decision to deal with one company having
financial capacity to take up such a project instead of dealing with a number
of small companies which were unable to take up the entire project
individually. Accordingly, Government took a decision to invite tenders
from firms having a turnover of Rs. 20 crores or more for the last three
financial years ending with 31.3.2002. The decision was taken to provide
quality education which was the top priority of the department as it was felt
that it would be easier for the department to deal with one company which is
well managed and not seven or eight who individually are not in a position
http://JUDIS.NIC.IN SUPREME COURT OF INDIA Page 2 of 5
to take up the whole project compelling the Government to distribute the
contract amongst bidders at the lowest rate having no scope to negotiate the
rates any further.
Aggrieved by the term of clause inviting tenders from firms having a
turnover of Rs. 20 crores or more, the respondents filed writ petitions in the
High Court of Judicature at Delhi.
Writ petitions were heard by a Division Bench. The Bench came to
the conclusion that neither the increase in number of schools nor the quality
of education to be provided appeared to have nexus with the financial
turnover of the bidder inasmuch as the financial turnover had nothing
whatsoever to do with the computer education. It was held that the term was
arbitrary and it had nothing to do with the objective sought to be achieved,
namely, the quality of education to be imparted. That the impugned
condition appeared to have been incorporated solely with an intent to
deprive a large number of companies imparting computer education from
bidding and to monopolize the same for big companies. Accordingly, the
writ petitions were allowed and the offending clause was struck down being
arbitrary and irrational.
Aggrieved against the aforesaid judgment of the High Court, the
present appeals by way of special leave petitions were filed. On 24th March,
2003 leave was granted and as an interim measure, the appellants were
permitted to go ahead with the processing of the tender applications but no
contract was to be awarded without taking further orders from this court.
This order was modified on 14th April, 2003. It was directed that the tender
bids of all the respondents be considered without reference to the financial
qualification of the turnover of Rs. 20 crores. However, the acceptance of
the bid was kept in abeyance till the passing of the final order in the appeals.
In compliance with the aforesaid directions letters were sent to all the
13 bidders/parties for opening of the commercial bids on 30th July, 2003 at
3.30 P.M.. Technical bids of four companies, i.e., Tata Infotech Ltd.,
Educomp Datamatics Ltd., UPTEC Computer Consultancy Ltd., Sterlite
Foundations were rejected after scrutiny by the tender opening committee as
these firms did not fulfill the criteria laid in the tender notice. The financial
bids of other 9 companies were opened and the bid given by M/s SSI
Limited was found to be the lowest. Interlocutory Application Nos. 1 to 5 of
2003 were filed for placing these facts on record. Facts which emerged
from the opening of the bids were that the four companies having a turnover
of Rs. 20 crores or above participated in the tender and M/s SSI Limited
with a turnover of more than Rs. 20 crores was the lowest amongst them.
Shri Kirit N Raval, learned Solicitor General of India appearing for
the appellants contended that the terms of tender prescribing the eligibility
criteria are not subject to judicial review in view of a number of decisions of
this Court. That the High Court while exercising jurisdiction under Article
226 of the Constitution does not sit as a Court of Appeal, it merely reviews
the manner in which the decision has been taken. It was well settled that the
Courts in exercise of jurisdiction under Article 226 do not transgress into
the field of policy decisions taken by the government. As against this, the
learned counsel appearing for the respondents supported the impugned
judgment and the reasons recorded therein. Faced with the situation that SSI
Ltd. having a turnover of more than 20 crores was the lowest tenderer and
capable of taking up the entire project on its own, it was argued that fresh
tenders should be invited because of the fall in price in the computer
hardware and lowering of duty on the imports of the computers or its
components.
It is well settled now that the courts can scrutinise 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
http://JUDIS.NIC.IN SUPREME COURT OF INDIA Page 3 of 5
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 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.
[Emphasis supplied]
In Air India Limited vs. Cochin International Airport Limited [2000
(2) SCC 617], 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 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,
http://JUDIS.NIC.IN SUPREME COURT OF INDIA Page 4 of 5
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 decision-making process
and interfere if it is found vitiated by mala fides,
unreasonableness and arbitrariness."
[Emphasis supplied]
This principle was again re-stated 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.
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.
Directorate of Education, Government of NCT of Delhi had invited
open tender with prescribed eligibility criteria in general terms and
conditions under tender document for leasing of supply, installation and
commissioning of computer systems, peripherals and provision of computer
education services in various government/ government aided senior
secondary, secondary and middle schools under the Directorate of
Education, Delhi. In the year 2002-2003, 748 schools were to be covered.
Since the expenditure involved per annum was to the tune of Rs. 100 crores
the competent authority took a decision after consulting the technical
advisory committee for finalisation of the terms and conditions of the tender
documents providing therein that tenders be invited from firms having a
turnover of more than Rs. 20 crores over the last three years. The hardware
cost itself was to be Rs.40-45 crores. The government introduced the
criteria of turnover of Rs. 20 crores to enable the companies with real
competence having financial stability and capacity to participate in the
tender particularly in view of the past experience. We do not agree with the
view taken by the High Court that the term providing a turnover of at least
Rs. 20 crores did not have a nexus with either the increase in the number of
schools or the quality of education to be provided. Because of the increase
in the number of schools the hardware cost itself went upto Rs. 40-50 crores.
The total cost of the project was more than 100 crores. A company having a
turnover of Rs. 2 crores may not have the financial viability to implement
such a project. As a matter of policy government took a conscious decision
to deal with one firm having financial capacity to take up such a big project
instead of dealing with multiple small companies which is a relevant
consideration while awarding such a big project. Moreover, it was for the
authority to set the terms of the tender. The courts would not interfere with
the terms of the tender notice unless it was shown to be either arbitrary or
discriminatory or actuated by malice. While exercising the power of judicial
review of the terms of the tender notice the court cannot say that the terms of
the earlier tender notice would serve the purpose sought to be achieved
better than the terms of tender notice under consideration and order change
http://JUDIS.NIC.IN SUPREME COURT OF INDIA Page 5 of 5
in them, unless it is of the opinion that the terms were either arbitrary
or discriminatory or actuated by malice. The provision of the terms
inviting tenders from firms having a turnover of more than Rs. 20 crores has
not been shown to be either arbitrary or discriminatory or actuated by
malice.
This apart SSI having a turnover of more than Rs. 20 crores was the
lowest bidder. Faced with the situation that the bids given by the
respondents were not competitive with the bid given by SSI Limited,
learned counsel for the respondents contended that because of the fall in
price in the computer hardware and lowering of duty on the imports of the
computers or its components the government should invite fresh bids. It is
not for us to comment as to what course is to be adopted by the appellants, in
the changed circumstances attributable to lapse of time. It is for them to
decide whether to continue with the tenders already floated, if necessary be
making negotiations so as to bring down the rates quoted or to invite fresh
tenders.
For the reasons stated above, the appeals are accepted. The judgment
of the High Court is set aside and the writ petitions filed by the respondents
are dismissed with no order as to costs.