LawforAll

advocatemmmohan

My photo
since 1985 practicing as advocate in both civil & criminal laws

WELCOME TO LEGAL WORLD

WELCOME TO MY LEGAL WORLD - SHARE THE KNOWLEDGE

Friday, May 4, 2012

GOVT. WORKS CONTRACT BIDS – VALIDITY – This appeal arises out of an order passed by the High Court of Madhya Pradesh at Indore whereby Writ Petition No.3427 of 2011 filed by the appellant was dismissed and the allotment of the project work involving design, construction and commissioning of a single integrated water supply at Sendhwa (Madhya Pradesh) in favour of M/s P.C. Snehal Construction Company-respondent No.2 upheld. The High Court has, while examining the question of eligibility of respondent No.2 by reference to the execution of the single integrated water supply scheme, recorded a finding that the nature of the work executed by respondent No.2 for Upleta satisfied the requirement of the tender notice. That finding, in our view, is in no way irrational or absurd. We say so because the certificate relied upon by respondent No.2 sufficiently demonstrates that respondent No.2 had designed, and executed an integrated water supply scheme for Upleta which included raw water transmission from intake wells and transmission of treated clear water from WTP including providing, supplying and laying of pipelines, construction of E.S.R.s, Sumps, Pump houses and providing erecting pumping machinery. 19. It is also noteworthy that in the matter of evaluation of the bids and determination of the eligibility of the bidders Municipal Council had the advantage of the aid & advice of an empanelled consultant, a technical hand, who could well appreciate the significance of the tender condition regarding the bidder executing the single integrated water supply scheme and fulfilling that condition of tender by reference to the work undertaken by them. We, therefore, see no reason to interfere with the view taken by the High Court of the allotment of work made in favour of respondent No.2. 20. We may while parting point out that out of a total of Rs.19.5 crores representing the estimated value of the contract, respondent No.2 is certified to have already executed work worth Rs.11.50 crores and received a sum of Rs.8.79 crores towards the said work. More importantly the work in question relates to a drinking water supply scheme for the residents of a scarcity stricken municipality. The project is sponsored with the Central Government assistance under its urban infrastructure scheme for small and middle towns. The completion target of the scheme is September 2012. Any interference with the award of the contract at this stage is bound to delay the execution of the work and put the inhabitants of the municipal area to further hardship. Interference with the on-going work is, therefore, not conducive to public interest which can be served only if the scheme is completed as expeditiously as possible giving relief to the thirsting residents of Sendhwa. This is particularly so when the allotment of work in favour of respondent No.2 does not involve any extra cost in comparison to the cost that may be incurred if the contract was allotted to the appellant-company. 21. In the light of the above settled legal position and in the absence of any mala fide or arbitrariness in the process of evaluation of bids and the determination of the eligibility of the bidders, we do not consider the present to be a fit case for interference of this Court. This appeal accordingly fails and is hereby dismissed with cost assessed at Rs.25,000/- .


                                                   REPORTABLE

                         IN THE SUPREME COURT OF INDIA

                        CIVIL APPELLATE JURISDICTION

                    CIVIL APPEAL NO.    4195     of 2012
                 (Arising out of S.L.P. (C) No.16175 of 2011




Tejas Constructions &
Infrastructure Pvt. Ltd.                                      …Appellant



                 Versus

Municipal Council, Sendhwa & Anr.            …Respondents









                               J U D G M E N T

T.S. THAKUR, J.

1.    Leave granted.




2.    This appeal arises out of an order passed by the High Court of  Madhya
Pradesh at Indore whereby  Writ  Petition  No.3427  of  2011  filed  by  the
appellant was dismissed and the allotment  of  the  project  work  involving
design, construction and commissioning of a single integrated  water  supply
at Sendhwa (Madhya Pradesh)  in  favour  of  M/s  P.C.  Snehal  Construction
Company-respondent No.2 upheld.

3.    In terms of notice inviting tenders (NIT for short) Municipal  Council
Sendhwa, in the State of M.P., invited  tenders  from  eligible  contractors
for the construction of an Integrated Water Supply Scheme  at  an  estimated
cost of nearly rupees twenty crores. Clause (1) of the said NIT  as  amended
by addendum dated 23rd  March,  2011,  stipulated  the  following  essential
conditions of eligibility for the intending bidders:

         “1.      Registered Contractors have to produce valid  Registration
             certificate in the  category  of  S-V  or  equivalent  in  any
             State/Central Government Department or Government undertaking.

         a)    Registered Contractors/Firms of  Repute/Joint  Venture  firms
            have  to  produce  certificate  for  executing  single  work  of
            integrated  water  supply  scheme  comprising  of  intake  well,
            raw/clear water pumping main, pumps, OHTS,  Distribution  system
            completed and running  successfully  at  present,  having  value
            equal to 60% of the cost of the proposed works in last 5  years.
            This certificate should  clearly  mention  amount  of  contract,
            completion period as per Tender and  actual  completion  period.
            (In case of WPI adjustment for cost of works  the  same  may  be
            furnished along with a  certificate  of  Chartered  Accountant).
            The certificate shall be issued from the officer not  below  the
            rank of Executive Engineer or equivalent.

         b)    Certified copy of audited  balance  sheet  of  last  5  years
            showing annual turnover equal to estimated cost of the work  and
            average net worth equal to 40% of the cost of works.”



4.    In response to the above NIT several  applications  were  received  by
respondent No.1 for purchase of the tender forms.  It is common ground  that
only six out of the said applicants eventually participated in  the  pre-bid
meeting arranged by respondent No.1. It is also not in dispute that  out  of
the said six bidders only four were eventually found to be  eligible.  These
four included the appellant-Tejas Construction &  Infrastructure  Pvt.  Ltd.
and respondent No.2-M/s P.C. Snehal Construction Company, Ahmedabad.

5.    The tender conditions, inter alia, provided  that  the  bid  documents
shall comprise three envelopes to be  submitted  by  each  of  the  bidders.
Envelope A was to contain the earnest money deposited,  Envelope  B  was  to
contain the technical bid including qualification documents  while  Envelope
C was to contain the price bid of the bidders.  The  process  of  evaluation
of the bids started on 7th April, 2011 with the opening of envelopes in  the
above order. Opening of envelope A was uneventful as  all  the  bidders  had
furnished  the  earnest  money  stipulated  under  the  terms  of  NIT.  The
appellant’s case, however, is that when envelope B was opened a request  was
made to respondent No.1 to show the technical bid received  from  respondent
No.2 which request was granted. The appellant’s further case  is  that  upon
perusal of the technical bid of respondent No.2, the  appellant  had  raised
an objection as to the eligibility of the said to  participate  in  the  bid
process on the ground that it did  not  have  the  requisite  experience  of
executing a single integrated water supply scheme of  the  requisite  value.
Respondent No.2 is said to have claimed eligibility to offer a  bid  on  the
basis of clubbing of different water supply scheme  projects  at  Vyara  and
Songadh which was impermissible according to the  appellant.  The  appellant
also raised an  objection  to  the  effect  that  respondent  No.2  had  not
submitted certified copies of  audited  balance-sheets  for  the  last  five
years  and  that  the  net-worth  certificate  produced  from  a   Chartered
Accountant for the financial  year  2010-2011,  did  not  according  to  the
appellant, satisfy the said requirement. Despite  the  objection  raised  by
the appellant, respondent No.1 considered all the bids and accepted the  bid
offered by respondent No.2. The appellant appears  to  have  approached  the
concerned authorities in Gujarat and obtained a certificate  to  the  effect
that Vyara and Songadh projects  were  two  different  projects  and  not  a
single integrated  water  supply  scheme  and  based  thereon  dispatched  a
telegram to respondent No.1 asking for  rejection  of  the  bid  offered  by
respondent No.2, but to no avail.

6.    Aggrieved by the allotment of work in favour of respondent  No.2,  the
appellant filed Writ Petition No.3427 of 2011 before  the  Indore  Bench  of
the High Court of Madhya  Pradesh.  The  challenge  to  the  eligibility  of
respondent No.2 and eventually to the allotment of the project work  to  the
said respondent in the Writ Petition was confined to two  distinct  grounds,
namely (1) that respondent  No.2  had  not  filed  the  requisite  certified
balance-sheets for five years immediately  preceding  the  issue  of  tender
notice and (2) that respondent No.2 did not have  the  requisite  experience
of executing a single integrated water supply scheme of the required value.

7.    The Writ Petition was opposed  by  the  respondents  who  asserted  in
their respective affidavits that  requirement  of  submission  of  requisite
balance-sheets was substantially complied with inasmuch as certified  copies
of the balance-sheets for four years had been filed but since the audit  for
the fifth year i.e.  2010-2011  had  not  been  completed,  the  certificate
issued by the Chartered Accountant for the said year  sufficiently  complied
with the  said  requirement.  It  is  also  asserted  that  respondent  No.2
satisfied the requirement of having executed single integrated water  supply
scheme for Upleta which included raw water  transmission  from  intake  well
and transmission of  treated  clear  water  from  WTP  including  providing,
supplying and laying of pipelines,  construction  of  E.S.R.s,  Sumps,  Pump
houses and  providing  and  erecting  pumping  machinery.   The  certificate
issued by the Upleta Municipal Council and by the Gujarat Urban  Development
Mission (GUDM) was relied upon in support of  that  claim.  The  High  Court
has, by the judgment and order under challenge before us, examined both  the
grounds urged in support of the  writ  petition  and  clearly  come  to  the
conclusion that respondent No.2 was eligible to offer a bid in  as  much  as
it had substantially complied with the requirement of filing  the  certified
copies of audited balance-sheets for  the  previous  period  of  five  years
immediately preceding the issue  of  tender  notice  and  that  it  had  the
requisite experience of executing a single integrated water  supply  project
of the requisite value.

8.    We have heard learned counsel for the parties at considerable  length.
A challenge to the award of the project work in favour  of  respondent  No.2
involved judicial  review  of  administrative  action.  The  scope  and  the
approach to be adopted in the process of any such review, has  been  settled
by a long line of decisions of this Court. Reference of all  such  decisions
is in our opinion is unnecessary as the principle  of  law  settled  thereof
are fairly well recognised by now. We may, therefore, refer to some  of  the
said decisions only to recapitulate and  refresh  the  tests  applicable  to
such cases and the approach which a Writ Court has to adopt while  examining
the validity of an action questioned before it.

9.    In Tata Cellular v. Union of  India  (1994)  6  SCC  651,  this  Court
emphasized the  need  to  find  the  right  balance  between  administrative
discretion to decide matters on the one hand and  the  need  to  remedy  any
unfairness on the other and observed:


         “(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.


         (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  or  quasi-
         administrative sphere. However, the decision can be tested  by  the
         application of the "Wednesbury principle" of reasonableness and the
         decision should 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 Raunaq International Limited v. I.V.R.  Construction  Ltd.  &  Ors.
(1999) 1 SCC  492,   this  Court  reiterated  the  principle  governing  the
process of judicial review and  held  that  the  Writ  Court  would  not  be
justified in interfering with commercial transactions in which the State  is
one of the parties to the same except  where  there  is  substantial  public
interest involved and in cases where  the  transaction  is  mala  fide.  The
court observed:

         “10. What are these elements of public interest? (1)  Public  money
         would be expended for the purposes of the contract. (2)  The  goods
         or services which are being commissioned  could  be  for  a  public
         purpose, such as, construction of roads,  public  buildings,  power
         plants or other public utilities. (3) The public would be  directly
         interested in the timely fulfilment of the  contract  so  that  the
         services become available to  the  public  expeditiously.  (4)  The
         public would  also  be  interested  in  the  quality  of  the  work
         undertaken or goods supplied by the tenderer. Poor quality of  work
         or goods can lead to tremendous  public  hardship  and  substantial
         financial outlay either in correcting  mistakes  or  in  rectifying
         defects or even  at  times  in  redoing  the  entire  work  —  thus
         involving  larger  outlays  of  public  money  and   delaying   the
         availability of services, facilities or goods,  e.g.,  a  delay  in
         commissioning a power project, as in the present case,  could  lead
         to power shortages, retardation of industrial development, hardship
         to the general public and substantial cost escalation.


         11. When a writ petition is filed in the High Court challenging the
         award of a contract by a public authority or the State,  the  court
         must be satisfied that there is some  element  of  public  interest
         involved in entertaining such a  petition.  If,  for  example,  the
         dispute is purely between two tenderers, the  court  must  be  very
         careful to see if there is any element of public interest  involved
         in the litigation. A mere difference in the prices offered  by  the
         two tenderers may or may not be decisive in  deciding  whether  any
         public interest is involved in intervening  in  such  a  commercial
         transaction. It  is  important  to  bear  in  mind  that  by  court
         intervention, the proposed project may be considerably delayed thus
         escalating the cost far more than any saving which the court  would
         ultimately effect in public money by deciding the dispute in favour
         of one tenderer or the other tenderer. Therefore, unless the  court
         is satisfied that there is a substantial amount of public interest,
         or the transaction is entered into mala fide, the court should  not
         intervene  under  Article  226  in  disputes  between   two   rival
         tenderers.”




11.   In Reliance Airport Developers  (P)  Ltd.  v.  Airports  Authority  of
India & Ors.  (2006)  10 SCC 1, this Court held that while  judicial  review
cannot be denied in contractual matters or matters in which  the  Government
exercises its  contractual  powers,  such  review  is  intended  to  prevent
arbitrariness and must be exercised in larger public interest.

12.   Reference may also be made  to  Sterling  Computers  Ltd.  v.  M  &  N
Publication Ltd. (1993) 1 SCC 445  where  this  Court  held  that  power  of
judicial review in respect of contracts entered into on behalf of the  State
primarily involves  examination  of  the  question  whether  there  was  any
infirmity in the decision-making process if  such  process  was  reasonable,
rational  and  non-arbitrary,  the  Court  would  not  interfere  with   the
decision. In Air India Ltd. v. Cochin  International  Airport  Ltd.  &  Ors.
(2000) 2 SCC 617, this Court held that award of contract  was  essential  in
commercial transactions which involves commercial consideration and  results
in commercial decision. While taking such decision the State can choose  its
own method on terms of invitation to tender  and  enter  into  negotiations.
The following passage from the decision is apposite:

         “The award of 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  of
         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, 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.

         Even when some defect is found in the decision-making  process  the
         Court must exercise its discretionary power under Article 226  with
         great caution and should exercise it only in furtherance of  public
         interest and not merely on the making out of  a  legal  point.  The
         Court should always keep the larger  public  interest  in  mind  in
         order to decide whether its intervention is called for or not. Only
         when it comes to a conclusion  that  overwhelming  public  interest
         requires interference, the Court should intervene.”




13.   To the same effect is the decision of  this  Court  in  Master  Marine
Services (P) Ltd. v. Metcalfe & Hodgkinson (P) Ltd. & Ors. (2005) 6 SCC  138
and Jagdish Mandal v. State of Orissa (2007) 14 SCC  517  where  this  Court
laid down the following tests  for  judicial  interference  in  exercise  of
power of judicial review of administrative action:


         “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.”




14.   Let us examine the challenge to the award of the  contract  in  favour
of respondent No.2 in the  light  of  the  above  legal  position.   In  the
earlier part of this judgment the challenge to the allotment of the work  in
question was primarily based on a  two-fold  contention.   Firstly,  it  was
argued that respondent  No.2,  successful  bidder,  had  not  satisfied  the
requirement of filing audited balance sheets for the  five  years  preceding
award of the contract. That the said respondent had filed  certified  copies
of the audited balance sheets for the years 2006-07,  2007-08,  2008-09  and
2009-10, was not in dispute. What was disputed was that  the  balance  sheet
for the year 2010-11 had not been filed,  instead  a  certificate  from  the
Chartered  Accountant  concerned,  relating  to  the  period   1.4.2010   to
22.3.2011,  had  been  produced  which  did  not,  according  to  the  writ-
petitioner before us, satisfy the requirement of the  NIT.   Rejecting  that
contention the High Court held that since the balance  sheet  for  the  year
2010-11 had not been audited  the  production  of  relevant  record  of  the
company was a substantial compliance with the stipulation contained  in  the
NIT. The High Court observed:

         “As regards audited balance sheet, it has not  been  disputed  that
         respondent No.2 submitted audited balance sheets for years 2006-07,
         2007-08,  2008-09  and  2009-2010.  Respondent  No.2  has   further
         submitted certificate issued by its Chartered Accountant in respect
         of period from 1.4.2010 to 22.3.2011. Certificate is  at  page  66,
         which has been issued on the basis  of  audited  books,  documents,
         registers, records, bills and  evidences  produced  before  it  for
         verification.  Certificate is dated 23.3.2011. It has been  pointed
         out  by  Shri  Vijay  Assudani,  learned  advocate  appearing   for
         respondent No.2 that by that time, the financial year  2010-11  was
         not complete and it was not possible to obtain  certified  copy  of
         the audited balance sheet. It could not be disputed  on  behalf  of
         the petitioner that the turnover as shown  in  the  certificate  of
         Chartered Accountant and other documents for last five  years,  was
         meeting the requirement as per the NIT. Further, it is not the case
         of the petitioner that the particulars and the figures mentioned in
         the certificate are incorrect.  Petitioner, by virtue  of  Sections
         159 and 163 of the Companies Act,  could  have  obtained  certified
         copy  of  balance  sheets  of  respondent   No.2   to   demonstrate
         incorrectness, if any.  The petitioner, having not chosen to  place
         any  such  documents  on  record,  cannot  successfully  raise  any
         objection, when there is  substantial  compliance  of  the  NIT  in
         relation to turnover.

                 xxx              xxx              xxx

             Audit for the year 2010-11 was not  completed  by  that  time.
         However, certificate was issued on the basis of  the  audit  books,
         documents, register, records, bills and evidences  produced  before
         the  Chartered  Accountant  for  verification.   This  amounts   to
         substantial compliance of the requirement with regard to submission
         of certified copy of balance sheet, more so, the petitioner himself
         could have obtained copies of audited balance sheet  of  respondent
         No.2 and could have demonstrated incorrectness. It is not the  case
         of the petitioner  that  the  said  certificate  depicts  incorrect
         turnover or net worth.  This  being  so,  the  process  adopted  by
         respondent No.1 cannot be said  to  be  arbitrary  or  irrational.”






15.   There is, in our opinion, no legal flaw in the above  finding  or  the
line of reasoning adopted by the High Court. It is true  that  the  date  of
submission of tender was initially fixed upto 25th March, 2011 but the  same
was extended upto 7th April,  2011.  That  being  so,  5  years  immediately
preceding the issue of the tender notice would have included the year  2010-
2011 also for which financial year, audit of the company’s  books,  accounts
and documents had not been completed. Such being the case,  respondent  No.2
could not possibly comply with the  requirement  of  the  tender  notice  or
produce certified copy of the audited balance-sheet for the said  year.  All
that it could possibly do was to obtain a certificate based on the  relevant
books, registers, records accounts etc., of the company,  which  certificate
was indeed produced by the said  respondent.  The  High  Court  has  rightly
observed that  the  appellant  had  not  disputed  the  correctness  of  the
turnover certified by the Chartered Accountant for the  year  2010-2011  nor
was it disputed that the  same  satisfied  the  requirement  of  the  tender
notice. In that view, therefore, there was no question  of  respondent  No.2
being ineligible  or  committing  a  deliberate  default  in  producing  the
requisite documents to establish its eligibility to offer a bid.  The  first
limb of the challenge to the finding of the High Court on the  above  aspect
must, therefore, fail and is accordingly rejected.

16.   That  leaves  us  with  the  second  ground  on  which  the  appellant
questioned the eligibility of respondent No.2 to offer a  bid,  namely,  the
non-execution by respondent No.2 of a single integrated water supply  scheme
for the requisite value. The appellant’s case, in this connection,  is  two-
fold.  Firstly, it is contended that the works executed by  respondent  No.2
for Vyare and Songadh were  distinct  and  different  works  which  did  not
constitute a single integrated  water  supply  scheme  hence  could  not  be
pressed into service to show satisfaction of the  condition  of  eligibility
stipulated under the tender  notice.  The  alternative  submission  made  by
learned counsel appearing for the appellant in connection with  this  ground
is that the work executed  by  respondent  No.2  for  Upleta  also  did  not
satisfy the requirement of the tender notice inasmuch as the said  work  did
not involve the construction of intake wells, which was  an  essential  item
of work for any integrated water supply scheme. In  the  Counter  Affidavits
filed by the Municipal Council and respondent No.2, the contention that  the
latter was not eligible on the ground  stated  by  the  appellant  has  been
stoutly denied.  Respondent-Council has, inter alia, stated:

         “To satisfy this condition, respondent no.2 has  placed  on  record
         the  certificate  issued  by  Municipal  Council  Upleta,   whereby
         respondent No.2 was awarded construction of similar  work  and  has
         completed the work on 15.8.2010 for  a  sum  of  Rs.14,96,78,721/-.
         Not merely this, to show his experience, respondent No.2 has  filed
         various certificates relating  to  work  at  Bardoli,  as  well  as
         certificate  issued   by   Gujarat   Urban   Development   Mission,
         demonstrating that he has undertaken the work of 87,21,36,172/-  of
         the similar/somewhat similar nature.

         In this regard it is worth noticing that the only requirement under
         this clause was to have executed single work  of  integrated  water
         supply scheme having above referred components in it and it was not
         at  all  necessary  for  a  bidder  to  have  constructed  all  the
         components himself but he could have used the existing  components,
         as such it is inconsequential as to  whether  respondent  No.2  has
         infact constructed intake well and water treatment plant in Upleta,
         but it is of utmost importance that  Respondent  No.2  should  have
         experience of having executed integrated water supply scheme.”




17.   To the same effect is the case set  up  by  respondent  No.2  who  has
stated as under:

         “I say and submit  that  the  only  requirement  as  per  the  said
         eligibility condition  was  to  have  executed  a  single  work  of
         integrated water supply scheme comprising of  all  the  components,
         such as intake well, raw/clean water, pumping  main,  pumps,  water
         treatment plants, over head tanks, distribution system etc., but it
         was not necessary for the bidder to have  himself  constructed  all
         the components of integrated water supply scheme.  As such to  show
         his experience in the said matter, respondent No.2 also has  placed
         on record certificate issued by Bardoli Nagar Seva Sadan, (Annexure
         P/10 Page 78 of SLP), wherein respondent No.2 has constructed water
         treatment plant of 13.5 MLD capacity………………”

         They have carried out the  work  of  integrated  water  supply  for
         Upleta Municipal Council for a sum of  Rs.14.97  crores,  similarly
         respondent No.2 have also carried augmentation water supply  scheme
         for Bardoli Incorporation Seva Sadan of Rs.4.35 crores,  integrated
         drinking water supply scheme for Vyara project of  Rs.6.84  crores,
         Unjha Water  Supply  Project  of  Rs.13.19  crores,  Jaitpur  Water
         Project Rs. 16.25 crores, Songarh Integrated Drinking Water  Supply
         Scheme Rs.5.21 crores, Vapi Water Works of Rs.4.00 crores,  Jasadan
         Water Suppply Scheme of Rs.3.05 crores, Rajula Water Supply  Scheme
         of Rs.3.83 crores, Idar Water  Supply  Scheme  of  Rs.4.74  crores,
         Viramgam Water Supply Project Rs.6.92 crores, Amreli City  Pipeline
         Distribution Work Rs.6.49 crores, thus  the  respondent  No.2  have
         executed works of similar nature of Rs.87.21  crores,  whereas  the
         present work was for only Rs.20.80 crores, additionally  respondent
         No.2 is executing similar work of about Rs.40.50 crores at  Dholka,
         Dhandhuka,  Ankleshwar,  Gondal,  Jasdan  and  Dhorangdhra.    Thus
         respondent No.2 is competent to execute the present work, a copy of
         list of works executed  by  respondent  No.2  under  Gujarat  Urban
         Development Mission duly certified by the G.M. (Technical) of  said
         organization are already annexed as Annexure P/8 (Page 69 of  SLP).
         It is worth mentioning here that  average  turnover  of  respondent
         No.2 during last 5 years ignoring figures of  2010-11  is  Rs.45.14
         crores and average net worth of respondent No.2 for  last  5  years
         ignoring figures of 2010-11 is Rs. 9.018 crores.”







18.   The High Court has, while examining the  question  of  eligibility  of
respondent No.2 by reference to  the  execution  of  the  single  integrated
water supply scheme,  recorded  a  finding  that  the  nature  of  the  work
executed by respondent No.2 for Upleta  satisfied  the  requirement  of  the
tender notice. That finding, in  our  view,  is  in  no  way  irrational  or
absurd. We say so because the certificate relied  upon  by  respondent  No.2
sufficiently demonstrates that respondent No.2 had  designed,  and  executed
an integrated water supply  scheme  for  Upleta  which  included  raw  water
transmission from intake wells and transmission of treated clear water  from
WTP including providing, supplying and laying of pipelines, construction  of
E.S.R.s, Sumps, Pump houses and providing erecting pumping machinery.

19.   It is also noteworthy that in the matter of  evaluation  of  the  bids
and determination of the eligibility of the bidders  Municipal  Council  had
the advantage of the aid & advice of an empanelled consultant,  a  technical
hand, who could well appreciate the significance  of  the  tender  condition
regarding the bidder executing the single  integrated  water  supply  scheme
and fulfilling that condition of tender by reference to the work  undertaken
by them.  We, therefore, see no reason to interfere with the view  taken  by
the High Court of the allotment of work made in favour of respondent No.2.

20.   We may while parting point out that out of a total of  Rs.19.5  crores
representing the  estimated  value  of  the  contract,  respondent  No.2  is
certified to have already executed work worth Rs.11.50 crores  and  received
a sum of Rs.8.79 crores towards the said work.  More  importantly  the  work
in question relates to a drinking water supply scheme for the  residents  of
a scarcity  stricken  municipality.   The  project  is  sponsored  with  the
Central Government assistance under  its  urban  infrastructure  scheme  for
small and middle towns. The completion target of  the  scheme  is  September
2012.  Any interference with the award of the  contract  at  this  stage  is
bound to delay the execution of the work and  put  the  inhabitants  of  the
municipal area to further hardship. Interference with the on-going work  is,
therefore, not conducive to public interest which can be served only if  the
scheme is completed as  expeditiously  as  possible  giving  relief  to  the
thirsting residents of Sendhwa. This is particularly so when  the  allotment
of work in favour of respondent No.2 does not  involve  any  extra  cost  in
comparison to the cost that may be incurred if the contract was allotted  to
the appellant-company.

21.   In the light of the above settled legal position and  in  the  absence
of any mala fide or arbitrariness in the process of evaluation of  bids  and
the determination of the eligibility of the bidders, we do not consider  the
present to be a fit  case  for  interference  of  this  Court.  This  appeal
accordingly fails and is hereby dismissed with cost assessed at  Rs.25,000/-
.




                                                ……………………………….………J.
                                                       (T.S. THAKUR)




                                                          ……………………………….………J.
                                                          (GYAN SUDHA MISRA)
New Delhi
May 4, 2012