Jatinder Dhingra vs National Highway Authority Of India And … on 22 August, 2025

0
6

Jammu & Kashmir High Court

Jatinder Dhingra vs National Highway Authority Of India And … on 22 August, 2025

Author: Sanjay Dhar

Bench: Sanjay Dhar

                                                                     2025:JKLHC-JMU:2511
                                                               Sr. No. 110



      HIGH COURT OF JAMMU & KASHMIR AND LADAKH
                      AT JAMMU
Case: WP (C) No. 2295/2025
CM No. 5310/2025
CAV No. 1913/2025

Jatinder Dhingra                                            .....Petitioner

                    Through: Mr. Aditya Grover, Advocate
                                   (Through virtual mode)

               Vs

National Highway Authority of India and others
                                                       ..... Respondents

                    Through: Mr. Vipan Gandotra, Advocate for R-1 to 3.
                               Mr. D. C. Raina, Sr. Advocate with
                               Mr. Rohan Nanda, Advocate for R-4.



CORAM:      HON'BLE MR. JUSTICE SANJAY DHAR, JUDGE
                           ORDER

22.08.2025

1. The petitioner, through the medium of the present petition,

has challenged the technical evaluation dated 12.08.2025 in

respect of e-NIT No. NHAI/RO-JMU/PIU-SGR/2025-26/1

dated 20.05.2025.

2. Issue notice to the respondents. Mr. Vipan Gandotra,

Advocate accepts notice on behalf of the respondents No. 1

to 3 and Mr. Rohan Nanda, Advocate who is on caveat,

accepts notice on behalf of the respondent No. 4.

3. I have heard learned counsel for the parties and I have also

gone through the record of the case.

4. As per the case of the petitioner, pursuant to e-NIT No.

NHAI/RO-JMU/PIU-SGR/2025-26/1 dated 20.05.2025,
2 WP(C) No. 2295/2025
2025:JKLHC-JMU:2511

which pertains to “Supply, Installation and Maintenance of

W-Beam metal crash barrier and anti-glare devices on

Srinagar to Banihal section of NH-44 from Km. 220.700 to

Km. 286.110 in Union Territory of Jammu and Kashmir”,

the petitioner is stated to have submitted his bid within the

stipulated period on 14.06.2025.

5. It has been submitted by the petitioner that the official

respondents carried out technical evaluation of all the bids

and declared the result of technical evaluation on

23.06.2025 whereby the bid of the petitioner was held to be

‘non-responsive’ on the solitary ground of manpower while

terming the said bid as ‘responsive’ in respect of all other

parameters. It has been further submitted that the official

respondents sought clarification from the petitioner and

other non-responsive bidders in respect of the defects

pointed out in the technical evaluation report dated

23.06.2025 to which the petitioner is stated to have

responded vide communication dated 26.06.2025 by

demonstrating that he has already submitted the material in

respect of the manpower parameter at page 86-93 of the bid

document.

6. It has been submitted that the official respondents

conducted another technical evaluation on 12.08.2025 in

which the petitioner has been declared as ‘non-responsive’

on fresh parameters viz that the bidder does not meet the
3 WP(C) No. 2295/2025
2025:JKLHC-JMU:2511

minimum eligibility criteria as per Clause 4.4 B (ii) of RFP as

also due to the reason that M/s Utkarsh India Limited has

denied confirmation of OEM authorization letter, hence also

non-responsive under Clause 4.4 B (b) read with Clause 4.4.

B (b) (iii) of Appendix of bid of RFP.

7. The petitioner has challenged the impugned action of the

official respondents on the ground that the official

respondents have conducted two technical evaluations

which is impermissible in law. It has been contended that in

the instant case, the official respondents have conducted

first technical evaluation of the bids on 23.06.2025 and

thereafter conducted fresh technical evaluation on

12.08.2025, which is under challenge in the present writ

petition.

8. It has also been contended that Clause 4.4 B (ii) does not

exist in the RFP at all, as such, reference to the said clause

in the impugned technical evaluation clearly shows non-

application of mind on the part of the official respondents. It

has been contended that once the petitioner was declared as

‘responsive’ in respect of parameters excepting the

parameter of manpower, it was not open to the official

respondents to include another parameter relating to

authorization by OEM in the second round of technical

evaluation. It has been further contended that the official

respondents have rejected most of the bids on the ground of
4 WP(C) No. 2295/2025
2025:JKLHC-JMU:2511

non-authorization by OEM M/s Utkarsh India Limited,

which clearly demonstrates malafides at their hands.

9. Before dealing with the merits of the issues raised by the

petitioner, it would be apt to notice the legal position as

regards the scope and power of the Court in interfering with

matters relating to tender. The Supreme Court has, in the

case of ‘Tata Motors Limited Vs. The Brihan Mumbai

Electric Supply and Transport Undertaking (best) and

Ors’, 2023 SCC Online SC 671, analyzed the legal position

in this regard after surveying its previous precedents on the

subject. Paras 50 and 55 to 57 of the judgment are relevant

to the context and the same are reproduced as under:

“50. This Court being the guardian of fundamental rights is
duty-bound to interfere when there is arbitrariness,
irrationality, mala fides and bias. However, this Court has
cautioned time and again that courts should exercise a lot
of restraint while exercising their powers of judicial review
in contractual or commercial matters. This Court is normally
loathe to interfere in contractual matters unless a clear-cut
case of arbitrariness or mala fides or bias or irrationality is
made out. One must remember that today many public
sector undertakings compete with the private industry. The
contracts entered into between private parties are not
subject to scrutiny under writ jurisdiction. No doubt, the
bodies which are State within the meaning of Article 12 of
the Constitution are bound to act fairly and are amenable to
the writ jurisdiction of superior courts but this discretionary
power must be exercised with a great deal of restraint and
caution. The courts must realise their limitations and
the havoc which needless interference in commercial
matters can cause. In contracts involving technical issues
the courts should be even more reluctant because most of
5 WP(C) No. 2295/2025
2025:JKLHC-JMU:2511

us in Judges’ robes do not have the necessary expertise to
adjudicate upon technical issues beyond our domain. The
courts should not use a magnifying glass while scanning
the tenders and make every small mistake appear like a big
blunder. In fact, the courts must give “fair play in the joints”

to the government and public sector undertakings in
matters of contract. Courts must also not interfere where
such interference will cause unnecessary loss to the public
exchequer. (See: Silppi Constructions Contractors v. Union of
India
, (2020) 16 SCC 489).

55. Ordinarily, a writ court should refrain itself from
imposing its decision over the decision of the employer as to
whether or not to accept the bid of a tenderer unless
something very gross or palpable is pointed out. The court
ordinarily should not interfere in matters relating to tender
or contract. To set at naught the entire tender process at the
stage when the contract is well underway, would not be in
public interest. Initiating a fresh tender process at this stage
may consume lot of time and also loss to the public
exchequer to the tune of crores of rupees. The financial
burden/implications on the public exchequer that the State
may have to meet with if the Court directs issue of a fresh
tender notice, should be one of the guiding factors that the
Court should keep in mind. This is evident from a three-
Judge Bench decision of this Court in Association of
Registration Plates v. Union of India and Others
, reported in
(2005) 1 SCC 679.

56. The law relating to award of contract by the State and
public sector corporations was reviewed in Air India Ltd. v.
Cochin International Airport Ltd.
, reported in (2000) 2 SCC
617 and it was held that the award of a contract, whether
by a private party or by a State, is essentially a commercial
transaction. It can choose its own method to arrive at a
decision and it is free to grant any relaxation for bona fide
reasons, if the tender conditions permit such a relaxation. It
was further held that the State, its corporations,
instrumentalities and agencies have the public duty to be
6 WP(C) No. 2295/2025
2025:JKLHC-JMU:2511

fair to all concerned. Even when some defect is found in the
decision-making process, the court must exercise its
discretionary powers 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
interfere.

57. As observed by this Court in Jagdish Mandal v. State of
Orissa and Others
, reported in (2007) 14 SCC 517, that
while invoking power of judicial review in matters as to
tenders or award of contracts, certain special features
should be borne in mind that evaluations of tenders and
awarding of contracts are essentially commercial functions
and principles of equity and natural justice stay at a
distance in such matters. If the decision relating to award of
contract is bona fide and is in public interest, courts will not
interfere by exercising powers of judicial review even if a
procedural aberration or error in assessment or prejudice to
a tenderer, is made out. Power of judicial review will not be
invoked to protect private interest at the cost of public
interest, or to decide contractual disputes.

10. From the foregoing analysis of the legal position on the

subject, it is manifest that ordinarily a court should not

interfere in matters regarding tender or contract. The court

has to exercise its powers under Article 226 of the

Constitution of India with circumspection and even if there

are some procedural lapses, the courts should not interfere

in such matters unless there is manifest arbitrariness or
7 WP(C) No. 2295/2025
2025:JKLHC-JMU:2511

irrationality committed by an employer. In such cases, the

courts have to set off its hands from such matters.

11. With the aforesaid legal position in mind, let us now advert

to the contentions raised by learned counsel appearing for

the petitioner for impugning the action of the official

respondents. The first ground urged by learned counsel for

the petitioner is that official respondents have conducted

two technical evaluations which is not permissible in law.

12. In the above context, if we have a look at the technical

evaluation dated 23.06.2025, it is clearly mentioned in the

result pertaining to said evaluation that the same is

preliminary technical evaluation meaning thereby that

technical evaluation of the bids was not finalized by the

official respondents when they declared the result of the

preliminary technical evaluation on 23.06.2025. A plain

reading of the impugned technical evaluation dated

12.08.2025 makes the things more clear. It is clearly

mentioned in the said technical evaluation that the same is

the result of final technical evaluation, which has been

arrived at subsequent to uploading of preliminary result of

evaluation and receipt of representations from the bidders.

Thus, when we take into consideration both the technical

evaluations dated 23.06.2025 and 12.08.2025, one comes to

an irresistible conclusion that the initial technical evaluation

was preliminary in nature wherafter the representations of
8 WP(C) No. 2295/2025
2025:JKLHC-JMU:2511

the bidders were considered and final result was arrived at

in terms of impugned final technical evaluation result dated

12.08.2025. The contention of the learned counsel for the

petitioner in this regard is, therefore, misconceived.

13. The other contention that has been raised by learned

counsel for the petitioner is that in the preliminary technical

evaluation, the petitioner was declared ‘responsive’ in

respect of parameters excepting the parameter relating to

manpower, therefore, in the final result of the technical

evaluation, he could not have been declared as ‘non-

responsive’ in respect of a parameter which did not find

mention in the preliminary technical evaluation.

14. The record tends to show that in the preliminary technical

evaluation result, the petitioner was shown ‘responsive’ in

respect of the parameter relating to authorization from OEM

but in the impugned final technical evaluation result, he has

been found ‘non-responsive’ in respect of this parameter as

well.

15. In order to clarify this position, learned counsel for the

official respondents has submitted that during the process

for evaluation of the bids, the certificates of authorization

issued by OEMs were got verified from the relevant OEMs

and upon receipt of report of verification relating to the

authenticity of certificates issued by OEM M/s Utkarsh

India Limited (respondent No. 6), it was conveyed to the
9 WP(C) No. 2295/2025
2025:JKLHC-JMU:2511

official respondents through email dated 30.06.2025 that

the said company is presently aligned only with respondents

No. 4, 5 and one M/s Ceigall India Limited. Thus, the said

OEM did not confirm the authenticity of authorization

certificate issued by it in favour of the petitioner. A copy of

the communication has been produced by the learned

counsel, which is taken on record.

16. From the above, it is clear that after holding the preliminary

technical evaluation of the bids and during the process of

scrutinizing the bids for final technical evaluation, the

official respondents received the aforesaid information from

the OEM of the petitioner (respondent No. 6) and this aspect

of the matter has not been disputed by learned counsel for

the petitioner during the course of arguments nor is there

any pleading in the writ petition to contradict this position.

17. As per Clause 4.4 B (b) (iii) of the Bid document, a bidder

has to annex authorization from the OEM as stated in

appendix to ITB. In terms of Clause 4.4B (b) (iii) of appendix

to bid, the bidder has to have authorization letter from OEM

of Supply of W-Beam Metal Crash Barrier from any vendor

whose source approval has been accorded on at least three

NHAI projects. It further provides that bids submitted

without OEM are to be outrightly rejected.

18. Respondent No. 6-M/s Utkarsh India Limited is admittedly a

vendor whose source approval has been accorded in NHAI
10 WP(C) No. 2295/2025
2025:JKLHC-JMU:2511

projects and the petitioner had, along with his bid,

submitted authorization letter from respondent No. 6.

However, the authenticity of the same has not been

confirmed by respondent No. 6 in terms of email dated

30.06.2025. Thus, the condition mentioned in clause 4.4

B(b) (iii) of RFP read with Clause 4.4 B (b) (iii) of appendix to

the bid has not been fulfilled by the petitioner which, in

terms of the aforesaid clause, entails outright rejection of the

bid.

19. Another contention which has been raised by learned

counsel for the petitioner is that in the impugned final

technical evaluation, it is mentioned that the petitioner does

not meet the minimum eligibility criteria as per Clause 4.4 B

(ii) of RFP and in fact there is no such clause existing in the

RFP. The learned counsel is correct in his submission that

no such clause exists in RFP but a closer look at the

conditions of RFP reveals that it appears to be a mere

typographical error inasmuch as the official respondents

have referred to Clause 4.4 B(ii) of RFP instead of referring to

Clause 4.4 B (b) (ii) of RFP. The said clause pertains to

availability for the work of personnel with qualification and

experience for the project. The deficiency on account of the

said parameter was pointed out to the petitioner in the

preliminary technical evaluation also.

11 WP(C) No. 2295/2025

2025:JKLHC-JMU:2511

20. Merely because there has been a typographical error in

referring to the relevant clause of RFP in the final technical

evaluation result does not make the impugned action of the

official respondents irrational and arbitrary. As has been

already discussed hereinbefore, a mere aberration in the

procedure or some accidental slip or typographical error in

mentioning the relevant clause in the technical evaluation

result cannot form a basis for scrapping the whole tendering

process.

21. Even otherwise, the petitioner had the knowledge of the fact

that there was a deficiency in the parameter of manpower in

his bid. As already stated it was pointed out to the

petitioner vide preliminary technical evaluation result,

whereafter he had responded by making a representation to

the official respondents. The deficiency pointed out by the

official respondents at the time of initial technical evaluation

of the bid was that the petitioner had not annexed

experience certificates of the manpower mentioned in his bid

document. It seems that after pointing out this deficiency,

the petitioner submitted fresh documents with the official

respondents, which could not have been accepted by the

respondents in terms of Clause 20.2 of RFP. So, the

petitioner was already knowing that his bid document was

deficient on this parameter and, therefore, merely because

there was some typographical error in making reference to
12 WP(C) No. 2295/2025
2025:JKLHC-JMU:2511

the relevant clause of RFP in the final technical evaluation

result, the same has not caused any serious prejudice to the

petitioner.

22. Lastly, it has been contended by learned counsel for the

petitioner that the act of non-authentication of OEM

certificates by respondent No. 6 smacks of malafides and it

amounts to cartelization. I am afraid the petitioner has not

given any specific details on this aspect of the matter. In

fact, respondent No. 6, vide its email dated 30.05.2025, has

verified the OEM certificate of not only respondent No. 4 but

it has also authenticated certificates issued in favour of two

more tenderers viz respondent No. 5 and one M/s Ceigall

India Limited. Therefore, the contention of the petitioner in

this regard is without any substance.

23. For the foregoing discussion, I do not find any merit in this

petition. The same is, accordingly, dismissed.

(SANJAY DHAR)
JUDGE
JAMMU
22.08.2025
Naresh/Secy.

Whether order is speaking: Yes

Whether order is reportable: Yes

[ad_1]

Source link

LEAVE A REPLY

Please enter your comment!
Please enter your name here