LARSEN AND TOUBRO LTD Vs UNION OF INDIA .
Bench: ALTAMAS KABIR,CYRIAC JOSEPH, , ,
Case number: SLP(C) No.-027217-027217 / 2010
Diary number: 29892 / 2010
Advocates: Vs
NIRAJ GUPTA
REPORTABLE
IN THE SUPREME COURT OF INDIA CIVIL APPELLATE JURISDICTION
SPECIAL LEAVE PETITION (CIVIL) NO.27217 OF 2010
LARSEN AND TOUBRO LTD. & ANR. … PETITIONERS
Vs.
UNION OF INDIA & ORS. … RESPONDENTS
J U D G M E N T
ALTAMAS KABIR, J.
1. This Special Leave Petition has been filed by
M/s. Larsen and Toubro Ltd. and one Lt. Col. Ajay
Bhatia (Retired), challenging the judgment and
order passed by the Division Bench of the Delhi
High Court on 8th September, 2010, dismissing Writ
Petition (Civil) No.3231 of 2010, filed by the
Petitioners herein. In the Writ Petition, a prayer
had, inter alia, been made for an appropriate writ,
order or direction upon the Respondent Nos.1 to 3
to consider the bid of the Petitioner No.1 in
response to Request For Proposal (RFP) No. TM
(M)/0025/CG/FPV dated 17th June, 2009 and to invite
the said Petitioner for negotiation, since the said
bid was the lowest bid, and, thereafter, to accept
the same in terms of the said RFP.
2. On 17th June, 2009, the Respondent No.1 sent a
RFP to the Petitioner No.1 for supply of 20 Fast
Patrol Vessels (FPV) for the Indian Coast Guard.
Similar requests were also sent to other persons as
well. According to the normal procedure, the RFP
was to be submitted by the intending bidders in two
parts. The first part was to consist of the
technical proposal and the second part was to be
the commercial proposal or financial bid. In
2
response to the said RFP, the Petitioner No.1
submitted its bid on 19th October, 2009, containing
a technical proposal and a commercial proposal in
two parts. In its commercial offer, the Petitioner
had indicated that it intended to avail of the
Exchange Rate Variation benefit. The Petitioner and
four others, including the Respondent No.4, proved
to be successful in the technical bid and,
thereafter, the commercial bids were opened on 11th
January, 2010, in the presence of the Bidders
and/or their representatives. Although, the offer
of the Petitioner No.1 was found to be the lowest
(L-1), its bid was held to be non-responsive,
because, despite the tender condition that the
price was to be firm and fixed for the entire
duration of the contract and would not be subject
to escalation, the Petitioner No.1 had claimed the
benefit of Foreign Exchange Rate Variation. On the
other hand, Respondent No.4, M/s. Cochin Shipyard
Ltd., a Public Sector Undertaking, was found to be
3
the second lowest bidder (L-2).
3. Apart from the fact that the Technical
Evaluation Committee, which had been constituted on
21st October, 2009, found that the price quoted by
the Petitioner had a variable foreign content, it
was also found that in order to determine the
foreign exchange content, the Petitioner had
attached a copy of the rate card of the State Bank
of India along with the commercial bid, which
contained various exchange rates of different
foreign currencies. The Petitioner, however, did
not specify as to which foreign currency was the
basis of the foreign exchange component in its
commercial bid. Since the Commercial offers had to
be firm and fixed and since the Petitioner had
claimed the benefit of the foreign exchange
variation component, the Contract Negotiation
Committee, which was constituted in accordance with
the Defence Procurement Procedure-08 (DPP),
4
concluded that the commercial offer of the
Petitioner was non-responsive. The Petitioner
thereupon withdrew its offer and offered the quoted
price without the Foreign Exchange Rate Variation
content. The Contract Negotiation Committee,
however, declared the bid of the Petitioner as non-
responsive and awarded the contract to Respondent
No.4, which was declared as L-1. Challenging the
said decision of the Respondents, the Petitioners
filed Writ Petition No.3231 of 2010 before the
Delhi High Court.
4. As has been recorded in the impugned judgment
of the High Court, when the writ petition was taken
up for admission on 14th May, 2010, the fact that
the Petitioners had withdrawn the condition with
regard to the provision of Foreign Exchange Rate
Variation was considered and it was also observed
that such subsequent withdrawal could not affect
the bid of the Petitioners. However, on the
5
submission made on behalf of the Petitioners that
the aforesaid condition was also included in the
RFP submitted by Respondent No.4, notice was issued
in the matter. Consequently, while taking up the
writ petition for final disposal, the issues framed
for deciding the writ petition were centered round
the said question. In fact, the first issue which
was framed was whether a Bidder could amend its bid
by withdrawing a condition of the bid document,
whereby the bid was considered to be non-
responsive. The second issue, which is an off-
shoot of the first issue, is whether a Bidder would
be entitled to contend that a non-responsive bid be
treated as responsive since the offending condition
was withdrawn after the bid documents had been
opened. The third issue raised was with regard to
the bid submitted by Respondent No.4 and whether
the same could be treated as responsive, although,
the price offered by the said Respondent contained
a foreign exchange rate component which was to be
6
considered at a particular rate as applicable on a
future date at the time of opening of the bid.
5. In deciding the said issues, the High Court
held that since the terms and conditions of the
price to be firm and fixed was one of the more
important ingredients of the tender, the submission
of a bid which violated the said condition rendered
the bid non-responsive. The High Court observed
that this was not a case of clerical mistake in the
bid documents, but a conscious change in the terms
and conditions of the bid as submitted by the
Petitioners, which could not cure the initial
disqualification when the bids were submitted. The
High Court took note of the fact that the bid of
Respondent No.4 contained the condition that its
price would be in Indian rupees with a foreign
component which would be converted in Indian rupees
as on the date of opening of the bid. The High
Court observed that the same did not violate the
7
conditions of the RFP and that the said condition
ensured that the price would be firm and fixed
during the period of performance of the contract.
Accordingly, the High Court held that the said
condition satisfied the condition regarding price
being firm and fixed and could not, therefore, be
treated on the same footing as the conditions
offered by the Petitioner.
6. The High Court also rejected the Petitioner’s
contention that as per the bid documents the
Discounted Cash Flow (DCF) method was required to
be used to arrive at the actual and final cost
which would be payable by the Respondent Nos.1 to
3, for the contract in question. Taking note of
the different conditions relating to the evaluation
and acceptance process and the terms of payment,
the High Court took the view that once the contract
had been awarded, the submission made on behalf of
the Petitioner that the DCF mechanism had to be
8
applied had little force. Furthermore, it was also
observed that the adoption of the ECF method could
not be said to be mandatory, as the relevant clause
provides that the buyer reserved its right to apply
the DCF method if it wished to do so.
7. On its aforesaid findings and strongly
deprecating the practice of submitting a Foreign
Currency Rate Card with the rates of various
currencies, without specifying the currency in
respect of which the foreign exchange rate was to
be considered, the High Court was of the view that
the entire exercise was mala fide and while
dismissing the writ petition, imposed costs both in
favour of the Respondent Nos.1 to 3 and the
Respondent No.4.
8. Mr. S. Ganesh, learned Senior Advocate, who
appeared for the Petitioners, submitted that the
same ground on which the Petitioners’ bid documents
had been rejected, was also applicable to the bid
9
documents submitted by the Respondent No.4,
inasmuch as, the Foreign Exchange Rate Variation
factor had also been projected by the said
Respondent in the column relating to Foreign
Exchange Conversion Rates contained in the
commercial bid. Mr. Ganesh submitted that
different yardsticks had been used in the case of
the Petitioners and the Respondent No.4. While
accepting the commercial bid documents of the
Respondent No.4 as valid, the Respondent No.1,
Union of India, ought not to have rejected the
commercial bid documents submitted by the
Petitioners on the basis of the same objection.
9. Mr. Ganesh drew our attention to the response
of the Respondent No.4 in the column relating to
Foreign Exchange Conversion Rates included in the
commercial bid documents. It has been indicated
therein on behalf of the Respondent No.4 that the
costing of the vessel had been carried out by
10
converting the foreign currencies into Indian
currency with conversion rate as on the date of
costing. The said rates and the contents of foreign
currency had been disclosed in the commercial offer
and the exchange rate of those currencies as on the
date of the opening of the bid would be applicable
for the respective foreign currencies to determine
the price of the vessel. There could, therefore,
be price variation till the commercial bids were
opened.
10. Mr. Ganesh contended that Part IV of the
Request for Proposal dealt with evaluation and
acceptance criteria which included evaluation of
commercial proposals. Under the instructions with
regard to evaluation of commercial proposals, it
has been categorically stated that the
shipyard/shipbuilder quoting the lowest price (L-1)
as determined by the Contracts Negotiation
Committee would be invited for negotiations and
11
that the Discounted Cash Flow method would be used
for evaluation of the bids.
11. Mr. Ganesh submitted that while awarding the
contracts, the Government has to be completely fair
and above all arbitrariness, as was laid down by
this Court in Ramana Dayaram Shetty vs.
International Airport Authority of India [(1979) 3
SCC 489]. Mr. Ganesh also submitted that, in any
event, the Petitioners had withdrawn the condition
regarding Foreign Exchange Rate Variation and had
substituted the same with a Fixed Rate offer.
Accordingly, Petitioners’ tender documents ought
not to have been rejected and the High Court erred
in holding otherwise.
12. The stand taken on behalf of the Petitioners
was strongly opposed on behalf of the Respondent
No.4, to whom the contract had been awarded. Mr.
Ashok H. Desai, learned Senior Advocate, pointed
out that the condition relating to the Foreign
12
Exchange Rate Variation and the proposal of the
Respondent No.4 in relation thereto indicated a
firm rate of exchange as on the date of the opening
of the commercial bids and there would be no
escalation of such offer during the subsistence of
the contract, as envisaged in the tender documents.
It was urged that the rate quoted by the Respondent
No.4 was firm and fixed as on the date of opening
of the commercial bids and was not subject to any
variation during the period of the contract. Mr.
Desai submitted that the averments made on behalf
of the Petitioners to the contrary, as far as the
commercial bid of the Respondent No.4 was
concerned, were erroneous and misconceived and were
in no way similar to the offer made by the
Petitioners.
13. Learned Additional Solicitor General, Ms.
Indira Jaising, took much the same stand as Mr.
Desai and contended that since the commercial
13
offers had already been opened, the changed offer
made on behalf of the Petitioners regarding the
Foreign Exchange Rate Variation condition was
concerned, could not be taken into consideration
and had to be rejected on that ground.
Furthermore, as submitted by Mr. Desai, the offer
made by the Petitioners and that made by the
Respondent No.4 on the question of firm and fixed
pricing, were different and could not be said to be
on the same footing.
14. Having heard learned counsel for the respective
parties, we are satisfied that the High Court did
not commit any error in dismissing the Writ
Petition filed by the Petitioners, since in the
absence of compliance with the terms and conditions
relating to firm and fixed price offer, the
Petitioners stood excluded from consideration. The
offer in this regard made by the Respondent No.4
satisfies the requirements of a firm and fixed
14
offer, since once the commercial bids were opened,
there was no further scope of the rates being
altered, which was not so in the case of the
Petitioners, which tried to make its bid responsive
by withdrawing the initial offer and substituting
the same with another.
15. As far as the decision in Ramana Dayaram
Shetty’s case is concerned, the same does not in
any way help the Petitioners’ case and, on the
other hand, has very clearly laid down that where
tenders are invited for grant of Government
Contract, the standard of eligibility laid down in
the notice for tenders could not be changed
arbitrarily as that would be hit by the provisions
of Article 14 of the Constitution. It was also
observed by this Court that an executive authority
has to be rigorously held to the standards by which
it professes its actions to be judged and it must
scrupulously observe those standards on pain of
15
invalidation. It has been repeatedly stated by
this Court that every action of the Executive
Government must be informed with reason and should
be free from arbitrariness, the same being the very
essence of the rule of law. The said decision, in
fact, supports the case of the Respondent No.4.
16. We, therefore, find no reason to interfere with
the judgment and order of the High Court impugned
in this Special Leave Petition and the same is,
accordingly, dismissed.
17. There will be no order as to costs.
…………………………………………J. (ALTAMAS KABIR)
…………………………………………J. (CYRIAC JOSEPH)
NEW DELHI DATED: 05.05.2011
16