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

Sunday, August 19, 2012

the Court would not normally interfere with the policy decision and in matters challenging the award of contract by the State or public authorities. In view of the above, the appellant has failed to establish that the same was contrary to public interest and beyond the pale of discrimination or unreasonable. We are satisfied that to have the best of the equipment for the vehicles, which ply on road carrying passengers, the 2nd respondent thought it fit that the criteria for applying for tender for procuring tyres should be at a high standard and thought it fit that only those manufacturers who satisfy the eligibility criteria should be permitted to participate in the tender. As noted in various decisions, the Government and their undertakings must have a free hand in setting terms of the tender and only if it is arbitrary, discriminatory, mala fide or actuated by bias, the Courts would interfere. The Courts cannot interfere with the terms of the tender prescribed by the Government because it feels that some other terms in the tender would have been fair, wiser or logical. In the case on hand, we have already noted that taking into account various aspects including the safety of the passengers and public interest, the CMG consisting of experienced persons, revised the tender conditions. We are satisfied that the said Committee had discussed the subject in detail and for specifying these two conditions regarding pre-qualification criteria and the evaluation criteria. On perusal of all the materials, we are satisfied that the impugned conditions do not, in any way, could be classified as arbitrary, discriminatory or mala fide.


                                                                  REPORTABLE

                         IN THE SUPREME COURT OF INDIA

                         CIVIL APPELLATE JURISDICTION

                                      1


                 2 CIVIL APPEAL NO.   5898           OF 2012


                 3 (Arising out of SLP (C) No. 25802 of 2008




M/s Michigan Rubber (India) Ltd.                 .... Appellant (s)

            Versus

The State of Karnataka & Ors.                          .... Respondent(s)


                               J U D G M E N T

P. Sathasivam, J.
1)    Leave granted.
2)    This appeal is directed against the final  judgment  and  order  dated
02.07.2008 passed by the High  Court  of  Karnataka  at  Bangalore  in  Writ
Appeal No. 1928 of 2007 whereby the High Court dismissed  the  appeal  filed
by the appellant-Company  herein.
3)    Brief facts:
(a)   On 04.08.2005, the Karnataka State Road Transport Corporation  (KSRTC)
- Respondent No.2 herein floated a Tender being No.  G30-05  for  supply  of
Tyres, Tubes and Flaps specifying certain pre-qualification criteria.
(b)    Challenging  the  said  pre-qualification  criteria,  the  appellant-
Company, which is engaged in the manufacture and supply of tyres, tubes  and
flaps filed a Writ Petition being No. 20543 of 2005 before the  High  Court.
After filing of the writ petition, the said criterion was withdrawn  by  the
KSRTC.  Thereafter, the KSRTC modified the  pre-qualification  criteria  and
issued a Tender being No. G-23-07  dated  05.07.2007  wherein,  a  new  pre-
qualification criterion was specified.
(c)   Being aggrieved by the said pre-qualification criteria, the appellant-
Company preferred a Writ Petition being No. 11951 of 2007  before  the  High
Court.  By judgment dated 13.09.2007, the learned Single Judge of  the  High
Court dismissed their writ petition.
(d)   Challenging the said judgment,  the  appellant  filed  a  Writ  Appeal
being No. 1928 of 2007 before the Division Bench  of  the  High  Court.   By
impugned judgment dated 02.07.2008, the Division Bench  of  the  High  Court
dismissed the same.
(e)   Being aggrieved  by  the  said  judgment,  the  appellant-Company  has
preferred this appeal by way of special leave before this Court.
4)    Heard Ms. Madhurima Tatia, learned counsel for  the  appellant-Company
and Mr. S.N. Bhat, learned counsel for respondent Nos. 2 & 3  and  Mr.  V.N.
Raghupathy, learned counsel for the State.
5)    Ms. Madhurima Tatia, learned counsel for the appellant-Company,  after
taking  us  through  the  tender  pre-qualification   criteria   and   their
performance, raised the following submissions:
(i)   The pre-qualification criteria as specified  in  Condition  Nos.  2(a)
and 2(b) (amended Condition Nos. 4(a) and 4(b)) of the Tender  in  question,
viz., G-23-07 dated 05.07.2007 is  unreasonable,  arbitrary,  discriminatory
and opposed to public interest in general.
(ii)  The said  conditions  were  incorporated  to  exclude  the  appellant-
Company and other similarly situated companies from the  tender  process  on
wholly extraneous grounds which are unsustainable in law.
(iii) The appellant-Company was successful in previous three  contracts  and
supplied their products to the KSRTC.  There was no complaint pertaining  to
short supply and quality.  The financial capacity of  the  appellant-Company
was never doubted by the KSRTC at any point of  time,  hence,  the  impugned
pre-qualification criteria was included  to  exclude  the  appellant-Company
from the tender bidding process with an ulterior motive.
6)    Per contra, Mr. S.N. Bhat and Mr.  V.N.  Raghupathy,  learned  counsel
for  the  respondents,  after  taking  us  through  the  relevant  materials
including the constitution of high level Committee i.e. Contract  Management
Group (CMG), its deliberations and decisions etc., submitted that:
(i)   To have the best of the equipment for the vehicles, which ply on  road
carrying passengers, the respondents, in the circumstances, thought  it  fit
that the criteria for applying for tender for procuring tyres should  be  at
a high  standard  and  hence  only  those  manufacturers,  who  satisfy  the
eligibility criteria, should be permitted to participate in the tender.
(ii)  The said two conditions were imposed in order to ensure the supply  of
good quality tyres.
(iii) The two conditions were incorporated in the tender notice pursuant  to
the decision of the Contract Management  Group  (CMG)  of  the  KSRTC  which
consists of higher level officials having technical knowledge.
(iv)  The corrigendum was issued to  minimize  the  confusion,  which  might
have occurred due to condition No. 2(a).
Discussion:
7)    We have carefully considered the rival  submissions  and  perused  all
the materials placed before us.  It is not in dispute  that  the  KSRTC  has
issued tender No. G-23-07 dated 05.07.2007.  The pre-qualification  criteria
as specified in Condition No.2 of  the  tender  dated  05.07.2007  reads  as
under:-
      “2  Pre-qualification criteria for procurement of TTF Sets:


      (a)   Only the tyre manufacturers who have supplied a minimum  average
           of 5000 sets of Tyres, Tubes and Flaps  set  per  annum,  in  the
           preceding three years out of 2003-04, 2004-05, 2005-06 and  2006-
           07 to any one of the OE chassis manufacturer, i.e. Ashok Leyland,
           Tata Motors, Eicher, Swaraj  Mazda  and  Volvo  are  eligible  to
           participate, for supply of  respective size/type of Tyres,  Tubes
           and Flaps set.  They should produce  purchase  order  copies  and
           invoice supplies in support of the same.
      (b)   The firm should have minimum average annual turnover  of  Rs.500
           crores in the preceding three years out of 2003-04, 2004-05, 2005-
           06 and 2006-07 from the sale of tyres, Tubes and Flaps.”

8)    Being aggrieved by the  above-mentioned  conditions,  viz.,  2(a)  and
2(b) of the tender dated 05.07.2007,  the  appellant-Company  preferred  W.P
No. 11951 of 2007 before the High Court.  After  filing  of  the  said  writ
petition, before opening of the tender bids, the KSRTC  amended  the  tender
conditions as were incorporated in the  earlier  tender  document  replacing
Condition Nos. 2(a) and 2(b) with Condition Nos. 4(a) and  4(b).   Condition
Nos. 4(a) and 4(b) read as under:
      “4.  Pre-qualification criteria for procurement of TTF sets:


        a) Only the tyre manufacturers who have supplied a  minimum  average
           of 5000 sets of Tyres, Tubes and Flaps  set  per  annum,  in  the
           preceding three years out of 2003-04, 2004-05, 2005-06 and  2006-
           07   to               any   of    the    heavy    goods/passenger
           vehicles/chassis manufacturers in the  country  are  eligible  to
           participate.  They  should  produce  purchase  order  copies  and
           invoice supplies in support of the same.


        b) The firm should have minimum average annual  turnover  of  Rs.500
           crores in the preceding three years out of 2003-04, 2004-05, 2005-
           06 and 2006-07 from the sale of Tyres, Tubes and Flaps.”


Under the said amendment, only Condition No. 2(a) was replaced by  Condition
No 4(a).  In Condition No. 4(a), the  classification  of  the  vehicles  was
maintained but the names of the  manufacturers  were  deleted.   It  is  the
grievance of the appellant-Company that the  pre-qualification  criteria  as
specified in Condition Nos. 2(a) and 2(b) (amended Condition Nos.  4(a)  and
4(b)) of the tender in question is unreasonable,  arbitrary,  discriminatory
and opposed to public interest in general.  It is also their grievance  that
the said conditions were incorporated to exclude the  appellant-Company  and
other similarly  situated  companies  from  the  tender  process  on  wholly
extraneous  grounds  which  is  unsustainable  in  law.   In  other   words,
according  to  the  appellant-Company,  the  decision  of   the   KSRTC   in
restricting  their  participation  in  the  tender  to  Original   Equipment
Manufacturer (OEM) suppliers is totally unfair and discriminatory.
9)    This Court, in a series of decisions,  considered  similar  conditions
incorporated in the tender documents and also the scope and judicial  review
of administrative actions.  The scope and the approach to be adopted in  the
process of such review have been settled by a  long  line  of  decisions  of
this Court.  Since the principle of law is settled and  well  recognized  by
now, we may refer some of the decisions only to  recapitulate  the  relevant
tests applicable and approach of this Court in such matters.
10) In Tata Cellular vs. Union of  India,  (1994)  6  SCC  651,  this  Court
emphasised  the  need  to  find  a  right  balance  between   administrative
discretion to decide the matters on the one hand, and  the  need  to  remedy
any unfairness on the other, and observed:

      “94.  (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 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.”


11) In Raunaq International Ltd. vs. 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 except where there is substantial public interest  involved  and  in
cases where the transaction is mala fide.

12)   In Union of India &  Anr.  vs.  International  Trading   Co.  &  Anr.,
(2003) 5 SCC 437, this Court, in similar circumstances, held as under:

      “15. While the discretion to change the  policy  in  exercise  of  the
      executive power, when not trammelled by any statute or  rule  is  wide
      enough, what is imperative and implicit in terms of Article 14 is that
      a change in policy must  be  made  fairly  and  should  not  give  the
      impression that  it  was  so  done  arbitrarily  or  by  any  ulterior
      criteria. The wide sweep of Article 14 and the  requirement  of  every
      State  action  qualifying  for  its  validity   on   this   touchstone
      irrespective of the field of activity of  the  State  is  an  accepted
      tenet. The basic requirement of Article 14 is fairness  in  action  by
      the State, and non-arbitrariness  in  essence  and  substance  is  the
      heartbeat of fair play. Actions  are  amenable,  in  the  panorama  of
      judicial review only to the extent that the State must act validly for
      a discernible reason, not whimsically for any  ulterior  purpose.  The
      meaning and true import and concept of arbitrariness  is  more  easily
      visualized than precisely defined. A  question  whether  the  impugned
      action is arbitrary or not is to be ultimately answered on  the  facts
      and circumstances of a given case. A basic and obvious test  to  apply
      in such cases is to see whether there  is  any  discernible  principle
      emerging from the impugned action and if so, does  it  really  satisfy
      the test of reasonableness.


      16. Where a particular mode is prescribed for doing an act  and  there
      is no impediment in adopting the procedure, the deviation to act in  a
      different manner which does not  disclose  any  discernible  principle
      which is reasonable itself shall be labelled as arbitrary. Every State
      action must  be  informed  by  reason  and  it  follows  that  an  act
      uninformed by reason is per se arbitrary.


      22. If the State acts within the bounds of reasonableness, it would be
      legitimate to take into  consideration  the  national  priorities  and
      adopt trade policies. As noted above, the ultimate test is whether  on
      the  touchstone  of  reasonableness  the  policy  decision  comes  out
      unscathed.


      23. Reasonableness of restriction is to be determined in an  objective
      manner and from the standpoint of interests of the general public  and
      not from the standpoint of the interests  of  persons  upon  whom  the
      restrictions have been  imposed  or  upon  abstract  consideration.  A
      restriction cannot be said to be  unreasonable  merely  because  in  a
      given case, it operates harshly. In determining whether there  is  any
      unfairness involved; the nature of the  right  alleged  to  have  been
      infringed, the underlying purpose  of  the  restriction  imposed,  the
      extent and urgency of the evil sought  to  be  remedied  thereby,  the
      disproportion of the  imposition,  the  prevailing  condition  at  the
      relevant time, enter into judicial verdict. The reasonableness of  the
      legitimate expectation has  to  be  determined  with  respect  to  the
      circumstances  relating  to  the  trade  or  business   in   question.
      Canalisation of a particular business in favour of  even  a  specified
      individual is reasonable  where  the  interests  of  the  country  are
      concerned or where the business affects the economy  of  the  country.
      (See Parbhani Transport  Coop.  Society  Ltd.  v.  Regional  Transport
      Authority, Shree Meenakshi Mills Ltd. v. Union of  India,  Hari  Chand
      Sarda v. Mizo District Council  and  Krishnan  Kakkanth  v.  Govt.  of
      Kerala.)”

13)   In Jespar I. Slong vs. State of Meghalaya & Ors., (2004) 11  SCC  485,
this Court, in paragraph 17, held as under:
      “17……fixation of a value of the tender is entirely within the  purview
      of the executive and courts hardly have  any  role  to  play  in  this
      process except for striking down such action of the  executive  as  is
      proved to be arbitrary or unreasonable……”


14)   In Association of Registration  Plates  vs  Union  of  India  &  Ors.,
(2005) 1 SCC 679, similar issue was considered by a bench of  three  Judges.
In that case, the dispute was about the  terms  and  conditions  of  notices
inviting tenders (NITs) for supply of high security registration plates  for
motor vehicles.  The tenders have been issued by various  State  Governments
on the guidelines circulated by the Central Government for implementing  the
provisions of the Motor Vehicles Act, 1988 and  the  newly  amended  Central
Motor Vehicles Rules, 1989.  The main grievance  of  the  appellant  therein
was that all notices inviting tenders (NITs) which were  issued  by  various
State Governments, contained       conditions which were tailored to  favour
companies having foreign collaboration. Their  further  grievance  was  that
the  tender  conditions  were  discriminatory  as  per  Article  14  of  the
Constitution and were being  aimed  at  excluding  indigenous  manufacturers
from the tender process.  It was also contended that in all the  cases,  the
work of supply  of  high  security  registration  plates  for  all  existing
vehicles and new vehicles was being entrusted to  a  single  licence  plates
manufacturer in a State or a region and for a long period of 15  years  thus
creating monopoly in favour of selected bidders to  the  complete  exclusion
of all others in the field.  The further  contention  advanced  therein  was
that creation of monopoly in favour of a few parties having connection  with
foreign concerns is violative  of  the  fundamental  right  of  trade  under
Article 19(1)(g) and discriminatory under Article 14  of  the  Constitution.
It was also pointed out that in the name of implementing  the  amended  Rule
50 of the Motor Vehicles Rules, 1989, the States are imposing conditions  in
the tender that would take away the existing rights of the manufacturers  of
plates in India.  On the condition laid  down  for       prescribed  minimum
turnover of business, the  challenge  made  on  behalf  of  the  petitioners
therein was that fixing such high turnover for such a new business  is  only
for the purpose of advancing the business interests of a group of  companies
having foreign links and support.   It  is  impossible  for  any  indigenous
manufacturer of security plates to have a  turnover  of  approximately  12.5
crores from the high security registration plates which were  sought  to  be
introduced in India for  the  first  time  and  the  implementation  of  the
project has not yet started in any of the States.  On behalf  of  the  Union
of India, the State authorities and counsel  appearing  for  the  contesting
manufacturers, in their replies,  have  tried  to  justify  the  manner  and
implementation of the policy contained in Rule  50  of  the  Motor  Vehicles
Rules.  On behalf of the Union of India, learned ASG submitted that Rule  50
read with Statutory Order of 2001 issued under Section 109(3) of  the  Motor
Vehicles Act, the State Governments are legally competent  to  formulate  an
appropriate policy for choosing a sole or more  manufacturers  in  order  to
fulfil the object of affixation of security plates.   The  Scheme  contained
in Rule 50  read  with  the  Statutory  Order  of  2001  leaves  it  to  the
discretion of the State concerned to even choose a single  manufacturer  for
the entire State or more than one manufacturer regionwise.  It  was  pointed
out that such a selection cannot be said to confer  any  monopoly  right  by
the State on any private individual or  concern.   He  further  pointed  out
that the tender conditions were formulated taking into  account  the  public
interest consideration and aspects of high security.
15)   While considering the above submissions, the three- Judge  Bench  held
as under:


      “38. In the matter of formulating conditions of a tender document  and
      awarding a contract of the nature of ensuring supply of high  security
      registration plates, greater latitude is required to  be  conceded  to
      the State authorities. Unless the action  of  tendering  authority  is
      found to be malicious and a misuse of  its  statutory  powers,  tender
      conditions  are  unassailable.  On  intensive  examination  of  tender
      conditions, we do not find that they violate the equality clause under
      Article 14 or encroach on fundamental rights of the class of intending
      tenderers under Article 19 of the Constitution. On the  basis  of  the
      submissions made on behalf of the Union and State authorities and  the
      justification shown for the terms of the impugned  tender  conditions,
      we do not find that the clauses requiring experience in the  field  of
      supplying registration plates in foreign countries and the quantum  of
      business turnover are intended only to keep  indigenous  manufacturers
      out of the field. It is explained that on the date of  formulation  of
      scheme in Rule 50 and issuance of guidelines thereunder by the Central
      Government, there were not many indigenous manufacturers in India with
      technical and financial capability to undertake the job of  supply  of
      such high dimension, on a long-term basis and in a  manner  to  ensure
      safety and security which is the prime object to be  achieved  by  the
      introduction of new sophisticated registration plates.
      39. The notice inviting tender is open to response by all and even  if
      one single manufacturer is ultimately selected for a region or  State,
      it cannot be said that the State has created a monopoly of business in
      favour of  a  private  party.  Rule  50  permits  the  RTOs  concerned
      themselves to implement the policy or to get it implemented through  a
      selected approved manufacturer.


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


      43. Certain preconditions or qualifications for  tenders  have  to  be
      laid down to ensure that the  contractor  has  the  capacity  and  the
      resources  to  successfully  execute  the  work.  Article  14  of  the
      Constitution prohibits the  Government  from  arbitrarily  choosing  a
      contractor at its will and pleasure. It has to act reasonably,  fairly
      and in public interest in awarding contract.  At  the  same  time,  no
      person can claim a fundamental right to carry  on  business  with  the
      Government. All that he  can  claim  is  that  in  competing  for  the
      contract, he should not be unfairly treated and discriminated, to  the
      detriment of public interest. Undisputedly, the legal  position  which
      has been firmly established from  various  decisions  of  this  Court,
      cited at the Bar (supra)  is  that  government  contracts  are  highly
      valuable assets and the court should be prepared to enforce  standards
      of fairness on the Government  in  its  dealings  with  tenderers  and
      contractors.


      44. The grievance that the terms of notice  inviting  tenders  in  the
      present case virtually create a monopoly in favour of  parties  having
      foreign collaborations, is without substance. Selection of a competent
      contractor for assigning job of  supply  of  a  sophisticated  article
      through an open-tender procedure, is not an act of creating  monopoly,
      as is sought to be suggested on behalf of the  petitioners.  What  has
      been argued  is  that  the  terms  of  the  notices  inviting  tenders
      deliberately exclude domestic manufacturers and new  entrepreneurs  in
      the field. In the absence of any indication from the record  that  the
      terms and conditions were tailor-made to promote parties with  foreign
      collaborations  and  to  exclude  indigenous  manufacturers,  judicial
      interference is uncalled for.”



After observing so, this Court dismissed all  the  writ  petitions  directly
filed in this Court and transferred to this Court from the High Courts.
16)   In Reliance Airport Developers (P)  Ltd.  vs.  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.
17)   In Jagdish Mandal vs. State of Orissa and Others, (2007) 14  SCC  517,
the following conclusion is relevant:

      “22. Judicial review of administrative action is intended  to  prevent
      arbitrariness, irrationality, unreasonableness, bias and  mala  fides.
      Its purpose is to check whether choice or decision is made  “lawfully”
      and not to check whether choice or decision is “sound”. When the power
      of judicial review is invoked in matters relating to tenders or  award
      of contracts, certain special features should  be  borne  in  mind.  A
      contract is a commercial transaction. Evaluating tenders and  awarding
      contracts are essentially commercial functions. Principles  of  equity
      and natural justice stay at a distance. If the  decision  relating  to
      award of contract is bona fide and is in public interest, courts  will
      not, in exercise of power of judicial  review,  interfere  even  if  a
      procedural aberration  or  error  in  assessment  or  prejudice  to  a
      tenderer, is made out. The  power  of  judicial  review  will  not  be
      permitted to be invoked to protect private interest  at  the  cost  of
      public interest, or to decide contractual disputes.  The  tenderer  or
      contractor with a grievance can always seek damages in a civil  court.
      Attempts by unsuccessful tenderers with imaginary grievances,  wounded
      pride and business rivalry, to make mountains out of molehills of some
      technical/procedural violation or some prejudice to self, and persuade
      courts to interfere by exercising power of judicial review, should  be
      resisted. Such interferences, either interim or  final,  may  hold  up
      public works for years, or delay relief and succour to  thousands  and
      millions and may increase the  project  cost  manifold.  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. Cases involving blacklisting or imposition of penal
      consequences  on  a  tenderer/contractor  or  distribution  of   State
      largesse (allotment of sites/shops, grant of licences, dealerships and
      franchises) stand on a different footing as they may require a  higher
      degree of fairness in action.”

18)   The same principles have been reiterated in a recent decision of  this
Court in Tejas  Constructions  &  Infrastructure  Pvt.  Ltd.  vs.  Municipal
Council, Sendhwa & Anr., (2012) 6 SCC 464.
19)   From the above decisions, the following principles emerge:
(a)   the basic requirement of Article 14  is  fairness  in  action  by  the
State, and non-arbitrariness in essence and substance is  the  heartbeat  of
fair play.  These actions are amenable to the judicial review  only  to  the
extent that the State must act validly for  a  discernible  reason  and  not
whimsically for any ulterior purpose.  If the State acts within  the  bounds
of reasonableness, it would be legitimate to  take  into  consideration  the
national priorities;
(b)   fixation of a value of the tender is entirely within  the  purview  of
the executive and courts hardly have  any  role  to  play  in  this  process
except for striking down such action of the executive as  is  proved  to  be
arbitrary or unreasonable.   If  the  Government  acts  in  conformity  with
certain healthy standards  and  norms  such  as  awarding  of  contracts  by
inviting tenders, in those circumstances,  the  interference  by  Courts  is
very limited;
(c)   In the matter of formulating  conditions  of  a  tender  document  and
awarding a contract, greater latitude is required  to  be  conceded  to  the
State authorities unless the action of tendering authority is  found  to  be
malicious and a misuse of its statutory powers, interference  by  Courts  is
not warranted;
(d)   Certain preconditions or qualifications for tenders have  to  be  laid
down to ensure that the contractor has the capacity  and  the  resources  to
successfully execute the work; and
(e)   If the State or its instrumentalities act reasonably,  fairly  and  in
public interest in awarding contract, here again, interference by  Court  is
very restrictive since no person can claim fundamental  right  to  carry  on
business with the Government.
20)   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”;  and  (ii)  Whether  the
public interest is affected.  If the answers to the above questions  are  in
negative, then there should be no interference under Article 226.
21)   Respondent No. 1-the State, in their  counter  affidavit,  highlighted
that tyre is very critical and a high  value  item  being  procured  by  the
KSRTC and it procured 900x20 14 Ply Nylon tyres along  with  the  tubes  and
flaps in sets and these types of tyres are being  used  only  by  the  State
Transport  Units  and  not  in  the  domestic  market  extensively.   It  is
highlighted that the quality of the tyre plays a  major  role  in  providing
safe and comfort transportation facility to the commuters.
22)   It is also pointed out  by  the  Respondent-State  that  in  order  to
ensure procurement of tyres, tubes and  flaps  from  reliable  sources,  the
manufacturers of the same with an annual average turnover of Rs. 200  crores
during the preceding three years, were made eligible to participate  in  the
tenders.  In  the  tender  issued  for  procurement  of  these  sets  during
October, 2004, the appellant participated and based on  the  L1  rates,  the
orders for supply for 16,000 sets of tyres were placed on the firm.   It  is
also pointed out that the  appellant  supplied  10,240  sets  of  tyres  and
remaining quantity was cancelled due to quality problems.
23)    Materials  has  also  been  placed  to  show   that   the   appellant
participated in subsequent tenders and orders were released  for  supply  of
900 x 20 14 PR tyres, tubes and flaps from October 2006 to September,  2007.
 It is also explained that after going into various complaints, in order  to
achieve good results, new tyre mileage and safety of the  public  etc.,  and
after noting that vehicle/chassis manufacturers such as M/s  Ashok  Leyland,
M/s Tata Motors etc. have strict quality control system, it was thought  fit
to incorporate similar criteria as a pre-qualification  for  procurement  of
tyres.
24)   It is also highlighted by the State as well as by the KSRTC  that  the
tender conditions were stipulated  by  way  of  policy  decision  after  due
deliberation by the KSRTC.  Both the respondents highlighted that  the  said
conditions were imposed with a view to obtain good  quality  materials  from
reliable and experienced suppliers.  In other words, according to them,  the
conditions were aimed at the sole purpose  of  obtaining  good  quality  and
reliable  supply  of  materials  and  there  was  no  ulterior   motive   in
stipulating the said conditions.
25)    Both the counsel for the respondents have brought to our notice  that
the two impugned conditions were incorporated in the tender notice  pursuant
to a decision of the Contract Management Group (CMG) of the KSRTC, which  is
an institutional mechanism for the purpose of devising proper method in  the
matter, inter alia, of procurement of materials  to  the  KSRTC.   The  said
Group consists  of  various  high  level  officials  representing  different
departments of KSRTC.  The CMG constitutes of the following officials:
      a)    Managing Director,
            Bangalore Metropolitan Transport Corporation
        b) Managing Directors of four sister Corporations
        c) Director, Security & Vigilance
        d) Director, Personnel and Environment
        e) Chief Accounts Officer
        f) Chief Engineer (Production)
        g) Chief Engineer(Maintenance)
        h) Chief Accounts Officer(Internal Audit)
        i) Controller of Stores and Purchase

Thus it is clear that the said CMG is a widely represented body  within  the
Respondent No. 2-KSRTC.
26)   Further materials placed by KSRTC show that the CMG met on  17.05.2007
and deliberated on the question of conditions  to  be  incorporated  in  the
matter of calling of tenders for supply of tyres, tubes and  flaps.   It  is
pointed out that in view of the experience gained over  the  years,  it  was
felt by the said Group that the impugned two conditions should be  essential
qualifications of any tenderer.  The said policy decision was taken  in  the
best interest of the KSRTC and the members of the traveling public  to  whom
it is committed to provide the best possible  service.   In  the  course  of
hearing, learned counsel for  the  respondents  have  also  brought  to  our
notice the Minutes of Meeting of the  CMG  held  on  17.05.2007.   The  said
recommendation of the CMG was ultimately approved by the  Vice  Chairman  of
KSRTC.   In  the  circumstances,  the  said  impugned  two  conditions  were
incorporated in the tender notice dated 05.07.2007.
27)   It is also brought to our notice that the KSRTC  is  governed  by  the
provisions of the Karnataka Transparency in Public  Procurements  Act,  1999
and the Rules  made  thereunder,  viz.,  Karnataka  Transparency  in  Public
Procurements Rules, 2000.  Though in Condition No 2(a) in the tender  notice
dated  05.07.2007,  the  names  of  certain   vehicle   manufacturers   were
mentioned, after finding that it was inappropriate to mention the  names  of
specific manufacturers in the said  condition,  it  was  decided  to  delete
their names.  Accordingly, a corrigendum was put up before the  CMG  and  by
decision dated 04.08.2007,  CMG  decided  to  revise  the  pre-qualification
criteria by deleting the names of those manufacturers.  Learned counsel  for
the respondents have also placed the Minutes of Meeting of the CMG  held  on
04.08.2007.  It is also brought to our notice that the said corrigendum  was
also approved by the competent authority.
28)   In addition to the same, it was not in  dispute  that  the  appellant-
Company was  well  aware  of  both  the  original  tender  notices  and  the
corrigendum issued.  It is also brought to our  notice  that  the  appellant
wrote a letter making certain queries with regard to the corrigendum  issued
by the KSRTC and the said queries were suitably replied by the letter  dated
11.08.2007.
29)   It is also seen from the records that pursuant to  the  tender  notice
dated 05.07.2007, seven bids were received including that of the  appellant-
Company.  They are:
   i)     M/s Apollo Tyres
   ii)          M/s Birla Tyres
   iii) M/s Ceat Ltd
    iv) M/s Good Year India
     v) M/s JK Industries
    vi) M/s MRF Ltd
   vii) M/s Michigan Rubber (Former Betul Tyres)
It is brought to our notice that successful bidders were CEAT and JK  Tyres.
 Accordingly, contracts were entered into with the  said  two  companies  by
the KSRTC and the purchase orders were placed and they  have  also  effected
supplies and completed the contract and the KSRTC also made payments to  the
said suppliers.
30)   It is pertinent to point out  that  the  second  respondent  has  also
issued  4  (four)  more  tender  notices  after  the  tender  notice   dated
05.07.2007.  The said tender  notices  were  dated  04.03.2008,  22.08.2008,
24.10.2008  and  19.03.2009.   Pursuant  to   the   tender   notices   dated
04.03.2008, 22.08.2008 and 24.10.2008, contracts have been awarded and  have
been substantially performed.  It is also brought to  our  notice  that  all
the said four subsequent tender notices also contained identical  conditions
as that  of  the  impugned  conditions  contained  in  tender  notice  dated
05.07.2007.
31)   As observed earlier, the Court would not normally interfere  with  the
policy decision and in matters challenging the  award  of  contract  by  the
State or public authorities.  In  view  of  the  above,  the  appellant  has
failed to establish that the  same  was  contrary  to  public  interest  and
beyond the pale of discrimination or unreasonable.    We are satisfied  that
to have the best of the equipment  for  the  vehicles,  which  ply  on  road
carrying passengers, the 2nd respondent thought it  fit  that  the  criteria
for applying for tender for procuring tyres should be  at  a  high  standard
and  thought  it  fit  that  only  those  manufacturers  who   satisfy   the
eligibility criteria should be permitted to participate in the  tender.   As
noted in various decisions, the Government and their undertakings must  have
a free hand in setting terms of the tender and  only  if  it  is  arbitrary,
discriminatory, mala fide or actuated by bias, the Courts  would  interfere.
The Courts cannot interfere with the terms of the tender prescribed  by  the
Government because it feels that some other terms in the tender  would  have
been fair, wiser or logical.  In the case on hand,  we  have  already  noted
that taking into  account  various  aspects  including  the  safety  of  the
passengers and public interest, the CMG consisting of  experienced  persons,
revised the tender conditions.  We are satisfied  that  the  said  Committee
had discussed the subject in detail and for specifying these two  conditions
regarding  pre-qualification  criteria  and  the  evaluation  criteria.   On
perusal of all the materials, we are satisfied that the impugned  conditions
do not, in any way, could be  classified  as  arbitrary,  discriminatory  or
mala fide.
32)   The learned single Judge considered all these aspects  in  detail  and
after finding that those two conditions cannot be said to be  discriminatory
and unreasonable refused to interfere exercising jurisdiction under  Article
226 of the Constitution and dismissed the writ petition.  The well  reasoned
judgment of the learned single Judge was affirmed by the Division  Bench  of
the High Court.
33)   In the light of  what  is  stated  above,  we  fully  agree  with  the
reasoning  of  the  High  Court  and  do  not  find  any  valid  ground  for
interference.  Consequently, the appeal fails  and  the  same  is  dismissed
with no order as to costs.
                             ...…………….…………………………J.


                                 (P. SATHASIVAM)






                              .…....…………………………………J.


                              (RANJAN GOGOI)


NEW DELHI;
AUGUST 17, 2012.




                                                     -----------------------
22