Loading...

Supreme Court of India

Glodyne Technoserve Limited vs State Of M.P.& Ors on 4 April, 2011

Last Updated on 7 years

| Leave a comment

Supreme Court of India
Glodyne Technoserve Limited vs State Of M.P.& Ors on 4 April, 2011
Author: A Kabir
Bench: Altamas Kabir, Cyriac Joseph
                                                   REPORTABLE





            IN THE SUPREME COURT OF INDIA



                 CIVIL APPELLATE JURISDICTION



            CIVIL APPEAL NO.2907  OF 2011

      (Arising out of S.L.P.(C)No.21899 of 2010)





Glodyne Technoserve Ltd.                ...    Appellant 



          Vs.



State of M.P. & Ors.                    ...    Respondents





                     J U D G M E N T

ALTAMAS KABIR, J.

1. Leave granted.

2. The Appellant is a Public Limited Company which

claims to have an annual turnover of almost Rs.750

2

crores and has been carrying out large scale

infrastructure projects for various State

Governments in India, including Maharashtra and

Bihar, where bio-metrics of millions of people are

required to be collected to ensure identification

of the population which is targeted as

beneficiaries of various Government Welfare

Schemes, such as the National Rural Employment

Guarantee Scheme. The Appellant Company has been

holding ISO 9001:2000 Certificate for the highest

quality standards in respect of the services

rendered by it. The Appellant Company claims to

have carried out a pilot project in respect of 10

shops in the State Government Public Distribution

System in Bhopal.

3. On 12th December, 2009, the Government of

Madhya Pradesh in the Department of Food, Civil

Supplies and Consumer Protection, hereinafter

referred to as “FCS”, issued a Request for

3

Proposal, hereinafter referred to as “RFP”, for the

appointment of a vendor for District Mechanism for

Public Distribution System, hereinafter referred to

as “PDS”. The last date for submission of bids was

7th January, 2010, which was subsequently extended

till 17th February, 2010.

4. The RFP, as it stood at the time when the bids

were invited, included Section 3.1 which, inter

alia, provides that the bidder/one partner in the

consortium must possess a valid certification in

the Capability Maturity Model (CMM level 3 or

above). In addition, the bidder/all partners of

consortium (in case of consortium) should have an

active (valid at least till June, 2010) ISO

9001:2000 certificate which had to be submitted as

qualifying documents.

5. Subsequently, on 18th January, 2010, the pre-

qualification (Eligibility Criteria) provided in

the RFP was changed and the corrigendum, as far as

4

it relates to Section 3.1, was amended so that the

bidder/one partner in the consortium had to possess

a valid certification in the Capability Maturity

Model (CMM level 3 or above). In case of

consortium, the partner developing the software

application should have CMM level 3 certification

and the bidder/lead partners of the consortium (in

case of consortium, should have an active (valid at

least till June, 2010) ISO 9001:2000 certification

at the time of submission of the bid. The

documents to be submitted along with the bid

remained the same. Vide the corrigendum dated 18th

January, 2010, Section 7 which provided for the

Bidder Check List, was also altered. Prior to its

amendment, Section 7.1.1 provided that the

Company/one partner in the consortium (in case of

consortium) should have an active ISO 9001:2000

certification at the time of submission of the bid,

and it was also provided that a copy of the Quality

Certificate or documentation of the quality policy

5

were required to be provided along with the bid

document. It was also submitted that in case the

certificate was issued for renewal, the bidder

should ensure that the renewed certificate was made

available at the time of signing of the contract.

It was mentioned that in case the same was not

provided, the Department may consider initiating

the Award of the contract with the second lowest

bidder. The criteria relating to the documents to

be submitted as qualifying documents included a

copy of the quality certificate/documentation of

quality policy. The corrigendum dated 18th January,

2010, amended the said provision to indicate that

the bidder/one partner in the consortium must

possess a valid certification in the Capability

Maturity Model (CMM level 3 or above), in case of

consortium the partner developing the software

application was required to have CMM level 3

certification. It was further stated that the

bidder/lead partners of the consortium (in case of

6

consortium) should have an active (valid at least

till June, 2010) ISO 9001:2000 certification at the

time of the submission of the bid. The documents

to be submitted along with the bid remained

unchanged.

6. The question for decision in this case is

whether, on account of the corrigendum whereby the

provisions of Section 3 of the Tender documents and

Section 7 of the Bidder’s Check List were amended,

the appellant was, disqualified from consideration,

in view of the fact that along with the Tender

documents it had filed, through inadvertence or

otherwise, a copy of the ISO 9001:2000 certificate

of the previous year, instead of the current year,

although, it did have the said valid ISO 9001:2000

certificate at the time of making of the bid.

7. The case of the Appellant depends almost

entirely on the submission that on the date of

submission of the Bid, it had a valid and active

7

ISO 9001:2000 certification, but that through

inadvertence the expired certification of the

previous year had been filed along with the bid

papers.

8. Mr. Harish N. Salve, learned Senior Advocate,

appearing for the Appellant Company, submitted that

even if no ISO 9001:2000 certification was filed

along with the bid documents, it would have made no

difference and the submission of the bid would have

been fully valid in view of Section 7.1.1, which

consists of the Bidder’s Check List and indicates

what were the requirements for a valid bid and what

supporting documents were to be submitted along

with the bid papers. Referring to Clause 9 of the

aforesaid Section, which deals with Quality

Certification, Mr. Salve pointed out that the

requirement of the said Clause was that the

Company/one of the partners of the consortium (in

case of consortium) should have an active ISO

8

9001:2000 certification at the time of submission

of the Bid. Mr. Salve submitted that the said

condition was duly satisfied by the Appellant who

had such a valid and active ISO 9001:2000

certification when the bid documents were filed.

9. Mr. Salve submitted that, although, one of the

conditions of the Tender document required that the

Quality Certification and the documentation of the

quality policy were to be provided along with the

bid documents as supporting documents, Clause 9

also provided that in case the certificate was due

for renewal, the bidder should ensure that the

renewal certificate was made available at the time

of signing of the contract. In case the same was

not provided, the department could consider

negotiating the award of contract with the second

lowest bidder. Mr. Salve submitted that it would

be clear from the said condition that it was not

absolutely necessary for the valid ISO 9001:2000

9

certification to be filed along with the bid

documents and that they could be filed before the

agreement was ultimately signed. Mr. Salve once

again reiterated that despite having such a valid

certificate, through inadvertence the previous

year’s certificate had been enclosed with the bid

documents. It was urged by learned Counsel that

this is not a case of a tenderer not having a valid

certification, as required, but a case of not

filing it with the bid documents, despite having

the same. Mr. Salve urged that in view of Clause 9

of Section 7.1.1, the Appellant’s bid documents had

been wrongly rejected at the Technical Bid stage,

without even considering the Financial Bid which

had been submitted by it.

10. In addition to the above, Mr. Salve submitted

that after the Financial Bids, except that of the

Appellant, were opened, the Appellant came to learn

that its offer was about 200 crores less than the

10

second-lowest tenderer to whom the contract was

ultimately given and that by awarding the contract

to the second lowest tenderer, the State of Madhya

Pradesh was incurring a loss of such a huge amount.

11. Mr. Salve urged that the aforesaid position

would be further strengthened from Section 3 of the

Request for Proposal which contained the pre-

qualification (eligibility) criteria relating to

technical, operational, functional and other

requirements. Mr. Salve submitted that Clause 3 of

Section 3.1 provides that the bidder/one partner in

the consortium must possess a valid certification

in the Capability Maturity Model, which condition

had been duly satisfied, and that all the partners

of the consortium (in case of consortium) should

have an active (valid at least till June, 2010) ISO

9001:2000 certification, at the time of submission

of the bid. Mr. Salve submitted that all those

documents to be submitted as qualifying documents,

11

included the Quality Certificate and ISO 9001:2000

certificate, and if the said condition is read with

the conditions contained in Clause 9 of Section

7.1.1 of the RFP, it would be seen that the

requirement of a valid ISO 9001:2000 certification

on the date of submission of the Bid documents was

duly satisfied in the Appellant’s case.

12. Mr. Salve also referred to the correspondence

between Shri Naveen Prakash, the representative of

the Wipro Consulting Services, which had been

appointed a consultant for the selection of

suitable candidates, and Shri Sandeep R. Chalke,

who was the Chief Executive of QAL International

Certification (India), which was the repository of

information relating to such certificates. Mr.

Salve pointed out that Shri Naveen Prakash had sent

an E-mail to Shri Sandeep R. Chalke, requesting

information as to whether Glodyne Technoserve Ltd.,

the Appellant herein, had a valid ISO 9001:2000

12

certificate at the relevant point of time. It was

pointed out that in reply, Shri Chalke informed

Shri Naveen Prakash on 10th April, 2010, that the

certificate of the Appellant as on the current date

was active and valid till 18th November, 2010, and

would continue to be valid thereafter if the

reassessment was conducted on or before 18th

November, 2010. Mr. Salve submitted that Shri

Naveen Prakash, as the representative of the

consultant, was present at every meeting of the

Committee which had been set up to oversee the

Tender process and on the date when the Appellant’s

bid was rejected on account of non-compliance with

Clause 9 of Section 7.1.1 of the RFP, he had

knowledge of the fact that the Appellant had a

valid and active ISO 9001:2000 certification which

would expire only on 18th November, 2009, unless

continued after reassessment.

13

13. Mr. Salve referred to the affidavit affirmed by

Shri Ajit Kesari, the Commissioner-cum-Director,

Food, Civil Supplies and Consumer Protection,

Government of Madhya Pradesh, Bhopal, on 8th July,

2010, which clearly indicated that the Respondents

concerned had due notice of the fact that the

Appellant held an active ISO 9001:2000 certificate

which was valid till 18th November, 2009. Mr. Salve

submitted that the information received by Shri

Naveen Prakash from Shri Sandeep R. Chalke was

forwarded to Shri Ajit Kesari by E-mail on 4th

December, 2010, although, in the affidavit affirmed

by Shri Kesari it was sought to be stated that the

same had not been sent to the official E-mail

address of the Director, Food, Government of Madhya

Pradesh, nor to each Committee Member and was sent

to his personal E-mail address for information

only. Mr. Salve urged that whether it was sent to

the Director’s official E-mail address or his

personal E-mail address, the fact remains that Shri

14

Ajit Kesari had knowledge that the Appellant was in

possession of a valid and active ISO 9001:2000

certificate at the time of submission of the Bid

documents.

14. Mr. Salve also referred to the reply of Wipro

Ltd. to the writ petition filed by the Appellant

and pointed out that the manner and circumstances

in which Shri Naveen Prakash had obtained the

information that the Appellant Company held a valid

ISO 9001:2000 certificate had been spelt out in

Paragraph 5 of the said reply, which duly

corroborated the fact that the same information had

been passed on to Shri Kesari.

15. In support of his aforesaid submissions, Mr.

Salve firstly referred to the decision of a Three-

Judge Bench of this Court in Tata Cellular Vs.

Union of India [(1994) 6 SCC 651], which laid down

certain tests in regard to the right of the Courts

to intervene in a Tender process. This Court,

15

inter alia, held that while the Court does not

normally interfere with the Government’s freedom of

contract, invitation of Tender and refusal of any

Tender which pertain to policy matters, when such a

decision or action is vitiated by arbitrariness,

unfairness, illegality or irrationality, then such

decision can be looked into by the Court since the

test was as to whether the wrong was of such a

nature as to require intervention. In this regard,

the Court laid down the areas of scope of judicial

review in paragraph 69 of the judgment. For the

sake of convenience, paragraph 69 of the said

judgment is extracted hereinbelow :

“69. A tender is an offer. It is

something which invites and is

communicated to notify acceptance.

Broadly stated, the following are the

requisites of a valid tender :

1. It must be unconditional.

2. Must be made at the proper

place.

16

3. Must conform to the terms of

obligation.

4. Must be made at the proper

time.

5. Must be made in the proper

form.

6. The person by whom the tender

is made must be able and

willing to perform his

obligations.

7. There must be reasonable

opportunity for inspection.

8. Tender must be made to the

proper person.

9. It must be of full amount.”

16. Mr. Salve urged that the Bid documents

submitted by the Appellant fully satisfy the

aforesaid tests and the rejection of the

Appellant’s bid was unlawful and cannot be

sustained.

17. In this regard Mr. Salve also referred to the

decision of this Court in New Horizons Limited &

Anr. Vs. Union of India & Ors. [(1995) 1 SCC 478],

which set out the circumstances in which the Court

could lift the veil to ascertain the true nature of

17

a decision which had been taken in order to satisfy

itself that the same was not unjust and was not

opposed to the interest of revenue.

Reference was also made to the decision of this

Court in Reliance Energy Ltd. & Anr. Vs.

Maharashtra State Road Development Corpn. Ltd. &

Ors. [(2007) 8 SCC 1], which was essentially a

decision in regard to the right of every

participant to a level playing field in respect of

Government contracts and the extent of judicial

review by the Court under Articles 32, 226 and 136

of the Constitution, in cases of illegality,

irrationality, procedural impropriety and

Wednesbury unreasonableness.

18. Mr. Salve urged that the rejection of the

Appellant’s Technical Bid for the reasons mentioned

above, was not supported by the terms and

conditions of the RFP and even the amendments

effect to the Bidder’s Response Form containing

18

Clause 7.1.1 that was changed by the Corrigendum

issued on 18th January, 2010, did not alter the

position. He urged that the judgment of the

Division Bench of the High Court, impugned in this

Appeal, was liable to be quashed.

19. Appearing for the State of Madhya Pradesh, the

learned Attorney General submitted that primarily

four issues fall for the determination in the

present case, namely,

(i) What is the relevance of Section 7 of

the Request For Proposal as far as

this Court case is concerned?

(ii) Does this case involve a mere mistake

and is such a mistake fatal as far as

the Appellant’s bid documents are

concerned?




       (iii)    What   is   the   significance   of   Shri   Navin 



                Prakash's          attempts          to         obtain 



clarification about the Appellant having

19

a valid ISO 9001 Certificate on the date

of submission of bid documents? and

(iv) Even assuming that the Appellant

possessed a valid ISO 9001

Certification, was the same produced

before the Respondents?

Referring to Clause 3.1 of the RFP relating to

Pre-qualification (Eligibility Criteria), the

learned Attorney General submitted that both the

CMM Certificate and the ISO 9001:2000 Certificate

were listed as documents to be submitted as

qualifying documents and that the criteria set out

in the said form would have to be read accordingly.

In any event, the Bidder’s Check List was

completely changed by the Corrigendum which was

subsequently issued.

20. The learned Attorney General submitted that the

provisions of the RFP which had been initially

provided were subsequently altered which had the

20

effect of replacing the provisions relating to Pre-

qualification (Criteria Eligibility) contained in

Section 3 of the Request For Proposal and Section

7.1 containing the proforma of the Bidder’s

Response Form. The learned Attorney General

submitted that the Appellant could not, therefore,

rely any longer on the terms and conditions

indicated in the un-amended RFP since the

provisions of Sections 3 and 7 stood substituted by

the subsequent Corrigendum. In this regard, the

learned Attorney General referred to the unamended

provisions of Section 7.1 comprising the Bidder’s

Response Form wherein in paragraph 9, it has been

indicated as follows :-

“9. Qualify Certification – The

Company/one of the partners of Consortium

(in case of Consortium) should have an

active ISO 9001:2000 certification at the

time of submission of the bid. A copy of

the Quality Certificate or documentation

of the Quality Policy needs to be provided

along with the bid document. In case the

certificate is due for renewal, the bidder

should ensure that the renewed certificate

21

is made available at the time of signing

of contract. In case the same is not

provided, the Department may consider

negotiating the award of contract with the

L2 bidder.”

The aforesaid paragraph indicates that a copy

of the Quality Certificate/document of quality

policy would have to be submitted along with the

bid documents, with the relaxation that in case the

quality certificate was due for renewal, the bidder

should ensure that the renewed certificate was made

available at the time of signing of the contract.

The learned Attorney General submitted that

although a good deal of reliance had been placed by

Mr. Salve on the said provisions, the same was

altered by the first corrigendum, which in

paragraph 8 of the Bidder Information Sheet

indicates as follows :-

“8. Bidder should have active ISO

9001:2000 Certification at the time of

submission of Bids. Copies of the

certificates or briefs on Quality policy &

System being followed to be provided.

22

In case the certificate is due for

renewal, the bidder should ensure that the

renewed certificate is made available at

the time of signing the contract. In case

the same is not provided, the Department

may consider negotiating the award of

contract with the L2 Bidder.”

21. The learned Attorney General then contended

that even the said provision was replaced by a

fresh corrigendum, wherein in paragraph 3 of the

provision relating to “Turnover” it was differently

provided as follows:-

       "3.    The         Bidder/one             partner         in         the 

       consortium              must         possess         a          valid 

Certification in the Capability Maturity

Model (CMM Level 3 or above). In case of

consortium, the partner developing the

Software Application should have CMM Level

3 Certification. The Bidder/Lead Partners

of consortium (in case of Consortium)

should have an active (valid at least till

June 2010) ISO 9001:2000 certification at

the time of submission of the bid.”

22. The learned Attorney General urged that once

the provisions relating to the Bidder’s Response

Form contained in Section 7.1 stood substituted by

23

the Corrigendum and the provision relating to

Quality Certification stood altered omitting the

relaxation given regarding filing of documents with

the tender papers, it was no longer open to the

Appellants to rely on the unamended Form.

23. The learned Attorney General also submitted

that Shri Navin Prakash had collected the

information regarding the ISO 9001 Certification of

the Appellant Company on his private initiative and

not under the instructions of the Tender Advisory

Committee. Furthermore, the said information was

not divulged by him at the meeting which was held

at 2.15 p.m. on the same day when the said

information was received. Referring to the

Disqualification Clause contained in paragraph

4.11.6 in the Request For Proposal, the learned

Attorney General pointed out that the proposal of

the bidder was liable to be disqualified if, inter

alia, the bid received from him was in incomplete

24

form or not accompanied by the bid security amount

or by all requisite documents. He also referred to

paragraph 5.2 under Section 5 which deals with

proposal evaluation and lays special emphasis on

the provisions under technical evaluation which set

out that the said bid would be rejected if it did

not meet the pre-qualification criteria. The

learned Attorney General submitted that there was

no provision at the time of technical evaluation

for relaxation of the pre-qualification criteria.

24. In support of his aforesaid submission, the

learned Attorney General firstly referred to the

decision of a Three-Judge bench of this Court in

Siemens Public Communication Network Pvt. Ltd. vs.

Union of India & Ors. [(2008) 16 SCC 215], wherein

while considering the decision making process of

the Government or its instrumentality in awarding

contracts, it was held that such process should

exclude the remotest possibility of discrimination,

25

arbitrariness and favouritism and the same should

be transparent, fair, bona fide and in public

interest. It was also held that it is not possible

to re-write entries in bid documents and read into

the bid documents terms that did not exist therein.

25. Reference was also made to another decision of

this Court in Ram Gajadhar Nishad vs. State of U.P.

[(1990) 2 SCC 486], wherein it was held that the

effect of non-compliance of a mandatory condition

in a Tender notice was fatal and the fact that the

Appellant’s Tender was not opened, accordingly, did

not call for interference under Article 136 of the

Constitution.

26. The learned Attorney General lastly referred to

the decision in Sorath Builders vs. Shreejikrupa

Buildcon Ltd. & Anr. [(2009) 11 SCC 9], where

similar views had been expressed in relation to the

acceptance of the lowest bid by the Respondent No.2

University, despite the fact that such bidder had

26

failed to furnish pre-qualification documents

within the specified time. This Court held that

the judgment of the High Court setting aside the

decision of the University was improper as the said

tenderer was itself to blame as it was late in

submitting the required documents by three days and

the Respondent No.2 University was justified in not

opening the tender submitted by it. This Court

observed that the lowest tenderer could not make

any grievance as the lapse was due to his own

fault. This Court noticed that of the three

bidders who had responded to the tender notice, one

stood disqualified at the threshold and the lowest

tenderer stood disqualified for having filed the

requisite documents three days late. In effect,

the Appellant in the said case ultimately turned

out to be sole bidder and his bid was accepted,

being the lowest among all the eligible bids.

27

27. Referring to the decision in the Tata Cellular

case (supra), cited on behalf of the Appellant

Company, the learned Attorney General pointed out

that the said case was not a case of omission, but

of breach of the mandatory condition of filing

certain documents which were required to be filed.

28. The learned Attorney General submitted that the

order of the High Court impugned in the present

appeal did not suffer from any infirmity which

required any interference by this Court.

29. The submissions made by the learned Attorney

General were reiterated by Mr. Paras Kuhad,

appearing for the Respondent No.4, HCL

Construction Ltd, which was impleaded as a

Respondent by this Court on 3rd August, 2010.

Mr. Kuhad submitted that having regard to the

fact that a Corrigendum had been issued by

which the provisions of paragraphs 3.1 and 7.1

had been completely substituted, it was no

28

longer open to the Appellant to place reliance

on the same since the said provisions no longer

existed. Mr. Kuhad contended that the

submissions made on behalf of the Appellant

Company with regard to the conditions in the

Bidder’s Response Form and the Bidder’s Check

List, as it stood prior to the Corrigendum

having been issued, was devoid of substance and

the same had been made only to be rejected.

30. Mr. Kuhad pointed out that once the work had

been entrusted to the Respondent No.4, it had taken

various steps in establishing the District

Mechanism for Public Distribution System in Madhya

Pradesh. It was urged that in that regard steps

had been taken for Data Digitization Application

Development, Preparation of Pre-Enrolment Data,

Training and Certification of Operators,

Establishment of Enrolment Camps, Biometric

Enrolment of Beneficiaries, Data Transfer to UID,

29

Generation of Aadhaar/UID Number and Mapping of EID

number to UID number. Mr. Kuhad urged that the

steps which were yet to be completed related to the

loading of the data to the server and for

preparation of the Ration Cards and for issuance of

the same and also Food Coupons printing and

distribution and retrieval thereof. It was

submitted that at this advanced stage, it would be

highly inequitable if the public distribution

supply project in Madhya Pradesh was interfered

with.

31. Replying to the submissions made on behalf of

the Respondents, Mr. Shyam Divan, learned Senior

Advocate, urged that the Corrigendum which was

issued by the Respondents was not a replacement, as

had been contended both by the learned Attorney

General as well as Mr. Kuhad, but an addition to

what was already in existence. Mr. Shyam Divan

reiterated the submissions made by Mr. Salve that

30

the clause relating to filing of certificate of

registration even at the stage of signing of the

agreement was valid and capable of being acted

upon. Mr. Divan contended that the only change

which was effected by the Corrigendum in regard to

the Bidder’s response clearly indicated that the

Corrigendum related only to the introduction of

Lead Partners in case of Consortium and that in

case of a Consortium, the partner developing the

software application should have CMM Level 3

Certification. It was submitted that in any event,

in the absence of clarity, the benefit should go to

the Appellant and its bid ought not to have been

rejected at the Technical bid stage.

32. Having considered the submissions made on

behalf of the respective parties, we are inclined

to accept the submissions made by the Attorney

General that the introduction of the Corrigendum

completely changed the provision in the Bidder’s

31

Response Form relating to submission of the Quality

Certificate in the form of an active ISO 9001:2000

certification. In any event, the appellant’s

contention based on clause 9 of Section 7.1.1 of

the RFP as it stood prior to corrigendum is

misconceived. The said clause 9 specifically

provided:

“…..A copy of the Quality certificate or

documentation of the Quality policy needs to be

provided along with the bid document. In case

the certificate is due for renewal, the bidder

should ensure that the renewed certificate is

made available at the time of signing of

contract. In case the same is not provided,

the Department may consider negotiating the

award of contract with the L2 bidder.”

The above provision obliges a tenderer to produce

along with the bid document a copy of the Quality

certificate which is valid and active on the date

of submission of the bid and it does not enable a

bidder to withhold the copy of such Quality

Certificate. Where the Quality certificate will be

expiring shortly and is due for renewal, the bidder

32

is also obliged to produce the renewed certificate

at the time of signing of the contract. The

appellant claimed to have a valid and active ISO

9001:2000 certificate at the time of submission of

the bid, but did not produce a copy of the said

certificate along with the bid document.

33. The submissions made on behalf of the Appellant

proceeds on the basis that it was entitled, almost

as a matter of right, not to submit the documents

required to be submitted along with the bid

documents on the supposition that, even if such

documents were valid and active, they could be

submitted at the time of signing of the Memorandum

of Understanding. The Appellant had a valid and

active ISO 9001:2000 certification which it did not

submit along with the Bid documents, may be due to

inadvertence, but whether such explanation was to

be accepted or not lay within the discretionary

powers of the authority inviting the bids. The

33

decision taken to reject the Technical Bid of the

Appellant cannot be said to be perverse or

arbitrary. We need not refer to the decisions

cited by the learned Attorney General or the

Appellant in this regard, as the principles

enunciated therein are well-established.

34. Even the question as to whether Shri Naveen

Prakash of the consultant agency had obtained

information that the Appellant had a valid and

active ISO 9001:2000 certification and had passed

on such information to Shri Kesari, does not make

any difference, since the same was never asked for

or placed before the Tender Advisory Committee

constituted for the purpose of scrutinizing the

Bids despite the presence of Shri Naveen Prakash at

the meeting of the Advisory Committee at 2.15 p.m.

on the same day.

34

35. We are not, therefore, inclined to entertain

the appeal, which is dismissed, but without any

order as to costs.

…………………………………………J.

(ALTAMAS KABIR)

…………………………………………J.

(CYRIAC JOSEPH)

New Delhi

Dated: 4.4.2011