Sunday, 03, May, 2026
 
 
 
Expand O P Jindal Global University
 
  
  
 
 
 

Pipavav Shipyard Limited vs Oil And Natural Gas Corporation ...
2010 Latest Caselaw 320 Bom

Citation : 2010 Latest Caselaw 320 Bom
Judgement Date : 22 December, 2010

Bombay High Court
Pipavav Shipyard Limited vs Oil And Natural Gas Corporation ... on 22 December, 2010
Bench: Dr. D.Y. Chandrachud, Anoop V.Mohta
          This Order is modified/corrected by Speaking to Minutes Order
                                                    1                            wpl-2843-10.sxw


    dgm




                                                                                         
                 IN THE  HIGH COURT OF JUDICATURE AT BOMBAY

                       ORDINARY ORIGINAL CIVIL JURISDICTION




                                                                 
                    WRIT PETITION (LODGING) NO. 2843  OF 2010




                                                                
    1 Pipavav Shipyard Limited
    2 Iranian Offshore Engineering Construction Company
    3 Dolphin Offshore Enterprises (India) Ltd.         ....   Petitioners
           vs




                                                  
    1 Oil and Natural Gas Corporation Limited
    2 National Petroleum Construction Company           ....    Respondents
                                
    Mr.   I.   M.   Chagla,   Senior   Advocate   with   Mr.   Janak   Dwarkadas,   Senior 
                               
    Advocate   with   Mr.   Venkatesh   Dhond   and   Mr.   R.A.   Rajyadhyaksha   i/by 
    M/s.Crawford Bayley & Co. for the petitioners.

    Mr.  D.  J.  Khambatta,  Additional   Solicitor  General   with  Mr.  Vikramaditya 
    Deshmukh,   Mr.   Nishit   Dhruve,   Mr.   Prakash   Shinde,   Mr.   Avinash   Singh 
        


    Gautama i/by M. Dhruva & Partners for  respondent no.1.
     



    Mr.   Hiroo   Advani,   Mr.   R.S.Bidkar,   Ms.   Aradhana   Prabhakar   i/by   M/s. 
    Advani & Co. for respondent no.2.  

                                                   CORAM: DR. D.Y. CHANDRACHUD &





                                                                 ANOOP V. MOHTA, JJ.

DATE : December 22, 2010

ORAL JUDGMENT: (Per Dr. D. Y. Chandrachud,J.)

Oil and Natural Gas Corporation Limited (ONGC) invited bids for six

Well Head Platforms for Mumbai High and associated work including

services like Design, Engineering, Procurement, Fabrication, Transportation,

Installation and Commissioning. The Petitioners comprise of a consortium

of three Companies: the First and Third Petitioners are Indian Companies,

This Order is modified/corrected by Speaking to Minutes Order 2 wpl-2843-10.sxw

while the Second Petitioner is an Iranian corporate entity. The consortium

representing the Petitioners and the Second Respondent who bid for the

contract were found technically qualified. Commercial bids were opened.

The Executive Purchase Committee (EPC) by its decision dated 18

December 2010 recommended the award of the contract to the Second

Respondent. The contract was awarded on 19 December 2010.

2 The controversy in these proceedings revolves around the

interpretation of a price preference clause for, the contention of the

Petitioners is that they were entitled to a price preference of ten percent.

On that basis, the Petitioners claim that the contract should have been

awarded to them.

3 Section "C" of the Bid Document contains `Criteria For Price

Evaluation of Bids'. Clause C-5 which contains a provision for price

preference is as follows:

"C-5) Price Preference/Purchase Preference

a. Price Preference

Domestic Bidders would be entitled to a price preference of ten percent (10%) over the lowest acceptable (quoted) foreign bid subject to domestic bidders providing all evidence necessary to prove that they meet the following criteria:

(i) is registered within India

(ii ) have majority ownership by nationals of India and

This Order is modified/corrected by Speaking to Minutes Order 3 wpl-2843-10.sxw

(iii ) not subcontract more than 50% of the Works measured in

terms of value to foreign contractors.

For (iii) above, an original certificate from practicing Statutory

Auditor engaged by the company (bidder) for auditing their annual accounts indicating therein various details, which could establish that not more than 50% of the works measured in terms of value has been sub-contracted to foreign contractors, must be along with price

bid. It must be noted that above information so furnished, if at any stage, found wrong, incorrect or misleading, will attract action as per rules/law.

Consortium between domestic (Indian) and foreign firms but led by Indian party shall also be eligible for the price preference provided

they fulfill the conditions of price preference given for domestic bidder at i, ii, iii above.

However, consortium between domestic and foreign firms led by foreign firm shall not be eligible for price preference even though their domestic partner satisfies the conditions given for domestic bidder at i, ii, iii above." (emphasis supplied)

4 The tender document inter alia stipulated in Clause 3.1 that it was

open to intending bidders to pool their resources and experiences by

forming consortia or joint ventures. Under clause 3.3, the lead member

of the consortium had to submit a bid on behalf of a consortium of bidders

and a Memorandum of Understanding between the members of the

consortium, clearly defining the scope of work of each member was to be

submitted. All members of the consortium were to be jointly and severally

responsible for discharging all obligations under the Contract. Where the

consortium was led by an Indian company, under clause 3.4, the bid bond

could be submitted in Indian rupees. Under clause 3.8, the leader on behalf

This Order is modified/corrected by Speaking to Minutes Order 4 wpl-2843-10.sxw

of the consortium was to undertake full responsibility for timely completion

of work. Under clause 3.10, the MOU to be executed by members of the

consortium was to include a provision that all members would be jointly

and severally responsible for discharging their obligations under the

Contract and the role and scope of each member would be as

attached/annexed to the MOU. The consortium was requested to indicate

the percentage of scope of work to be carried out by each member in terms

of value of the contract. Clause 5.2 contained a prohibition on assignment,

save and except with the prior approval in writing of ONGC.

5 Together with the bid document, the Petitioners submitted an MOU

dated 3 September 2010 between the members of the consortium.

Annexed to it was a chart containing the role and scope of work of each

member of the consortium. At serial 4, under the head "Procurement of

Equipment", the document discloses that the Second Petitioner which is the

Iranian partner would be leading the process of finalisation of vendors,

preparation of RFQs, TBAs, through ONGC approved design engineering

contractors up to the order placement stage. The other two members

would provide financial support and shall order on the vendors

recommended by the Second Petitioner. Similarly, for procurement of bulk

items, it was stated that the procurement management for bulk materials

will be by the Iranian partner, while the Indian members of consortium

This Order is modified/corrected by Speaking to Minutes Order 5 wpl-2843-10.sxw

would assist and place orders on recommended vendors. At item 7, the

MOU disclosed that as regards load out, sea-fastening and transportation,

the Iranian partner will take the prime responsibility with assistance from

its Indian partners and through ONGC's approved sub-contractors. For

Offshore Installations, the Iranian partner was to select ONGC approved

installation sub-contractors and take prime responsibility for installation.

For fabrication of jackets, decks, piles, etc., item 6 of the chart provides that

the Iranian partner will take prime responsibility for this activity and

fabrication would be taken up in ONGC approved facilities/agencies.

6 During the course of the tender enquiry, a letter was addressed by

ONGC to the Petitioners seeking confirmation that project management

and the fabrication of jackets/decks of the Well Head Platform Project shall

be carried out by the Iranian partner in the consortium, the Second

Petitioner. This was confirmed by the Petitioners in a letter dated 22

October 2010.

7 The Tender Committee evaluated the commercial bids of all the

technically qualified bidders and submitted its report on 4 December 2010.

The Tender Committee found that the Second Respondent was the L-1

bidder, the bid of the Petitioners being higher than that of the Second

Respondent. The Petitioners had claimed a price preference. While dealing

This Order is modified/corrected by Speaking to Minutes Order 6 wpl-2843-10.sxw

with the claim of price preference, the Tender Committee noted that despite

the requirement of clause C-5, the Petitioners had not submitted details to

establish that not more than 50% of the work measured in terms of value

has been subcontracted to foreign contractors. The certificate submitted by

the Chartered Accountants for the Petitioners was considered and the

Tender Committee observed thus:

"3.3.3TC noted that the above certificate submitted by

the consortium does not contain any details as required under the BEC clause C-5. As such in the absence of various details it

could not be established that not more than 50% of the works measured in terms of value has been subcontracted to foreign contractors."

8 The Tender Committee also came to the conclusion that the

Petitioners were not entitled to a price preference of 10%, for the following

reasons:

"Based on the Appendix B-6 `Division of Scope of Work', the location of work centers and the acceptable agencies and Appendix A-3 `Proforma for Price Schedule submitted, the

foreign exchange component for the activities of fabrication, load out & transportation and installation, which are proposed to be carried out by foreign contractors is as under:

                  i       Fabrication                : 13.5%





                  ii      Load & Transportation  :  2.1%
                  iii     Installation               :  20.7%
                          Total                      :  36.3%

Moreover, the quoted price for procurement activity is USD 68,874,696 plus INR 850,842,036, which is 38% of the total lumpsum price quoted. The majority of the procurement is quoted in foreign currency (imported component) which aggregates to 78.8% in foreign currency and balance in Indian Rupees. Since the major fabrication activities as indicated in

This Order is modified/corrected by Speaking to Minutes Order 7 wpl-2843-10.sxw

Appendix B-6 is likely to be executed outside India, hence the fabrication related procurement may also take place outside

India, which can be attributed from the foreign currency outgo as indicated in procurement activity. Thus from the A 3 Schedule it can be concluded that more than 50% will be

carried outside India. Hence price preference cannot be considered."

9 The bid document contained inter alia a provision for grievance

redressal by an Independent External Monitor (IEM). The Petitioners

submitted representations on 6 December 2010 which were evaluated by

the IEM. On 15 December 2010, the IEM submitted its recommendation

validating the decision of the Tender Committee not to allow a price

preference to the Petitioners. Besides dealing with the merits of the claim

to a price preference, the IEM stated that despite the provisions of clause

C-5 under which every bidder was required to submit details in a certificate

of a Statutory Auditor to show that the extent of subcontract to foreign

contractors was not more than 50% in terms of value, the certificate which

was forwarded by the Petitioners did not contain the details that the above

mentioned clause envisages. The bid was therefore found to be deficient

on this ground. The conclusion was that since the certificate had a bearing

on eligibility for price preference, the consortium representing the

Petitioners had fallen short of the requirement. The recommendation of

the Tender Committee and of the IEM was thereafter placed before the

Executive Purchase Committee (EPC) on 18 December 2010. The EPC

accepted the recommendation following which the contract was awarded

This Order is modified/corrected by Speaking to Minutes Order 8 wpl-2843-10.sxw

on 19 December 2010 to the Second Respondent.

10 On behalf of the Petitioners, it has been submitted that the

Petitioners fulfilled the requirements contained in clause C-5 for availing

of a price preference and there was no basis for the Tender Committee to

conclude that more than 50% of the work measured in terms of value

would be subcontracted to foreign contractors. Learned Senior Counsel

submitted that under the bid document, so long as the lead member of the

consortium was a domestic company it would be entitled to the benefit of

a price preference, notwithstanding the association of a foreign partner so

long as the three conditions that were set out in clause C-5 were fulfilled.

It was urged that every member of the consortium was jointly and severally

responsible to fulfill its obligation under the Contract and the allotment of

work to a particular member of the consortium could not be construed as a

subcontracting of work to a foreign contractor. Hence, it has been urged

that the reasons that weighed with the Tender Committee as well as with

the IEM, suffer from perversity. The Petitioners submit that the consortium

would be entitled to a price preference and if the price preference were

allowed to them, their bid would fall for acceptance, being lower than that

of the Second Respondent.

11 On the other hand, it has been urged on behalf of First Respondent

This Order is modified/corrected by Speaking to Minutes Order 9 wpl-2843-10.sxw

by the Learned Additional Solicitor General that (i) While clause C-5

contemplates the grant of a price preference to a consortium which is led

by an Indian bidder, even though one of the partners may be a foreign

company; the lead member of the consortium must satisfy cumulatively all

the three conditions set out in the clause; (ii) The object of the condition

that not more than 50% of the work measured in terms of the value should

be subcontracted to foreign contractors is to ensure that a price preference

is availed of by a consortium genuinely represented by Indian bidders.

Unless, a purposive interpretation is given to clause C-5, its provisions are

liable to be abused inasmuch as a consortium led by an Indian bidder

would be held to be entitled to a price preference even though a substantial

part of the contract (well in excess of fifty per cent of the value) is to be

performed overseas by a foreign contractor; (iii) The Petitioners themselves

understood the clause as applying even to an allotment of work to a foreign

member of the consortium; (iv) Despite the provisions of clause C-5, the

certificate of the Statutory auditor, which was submitted by the Petitioners,

did not contain various details which would establish that no more than

50% of the work measured in terms of value had been subcontracted to

foreign contractors; (v) The chart annexed to the MOU would, as a matter

of fact, establish that a substantial component of the work was to be

rendered outside; (vi) Whether procurement of material outside the

country would or would not amount to a subcontract would depend upon

This Order is modified/corrected by Speaking to Minutes Order 10 wpl-2843-10.sxw

the facts of each individual case and therefore the burden was cast on an

intending bidder who applies for a price preference to furnish adequate

details in support of the contention that not more than 50% of the work in

terms of value was being subcontracted to foreign subcontractors. The

Petitioners failed to furnish those details and the admission in the

certificate of the statutory auditors must be construed in that background.

12 Counsel on behalf of the Second Respondent has supported the

submissions of the First Respondent and has urged that consistent with the

parameters of the jurisdiction under Article 226, particularly in the award

of public contracts, the interference of the Court is not warranted.

13 The dispute in this case essentially revolves around the interpretation

of Clause C-5 of Section "C" of the bid document. Clause C-5 enables

domestic bidders to avail of a price preference of 10%, over the lowest

acceptable foreign bid. In order to be entitled to this benefit, every

domestic bidder was to provide evidence necessary to prove that it met

three criteria. These criteria were that (i) the bidder is registered within

India; (ii) a majority of the ownership of the bidder vests in nationals of

India; and (iii) not more than 50% of the work measured in terms of value

would be subcontracted to foreign contractors. In order to establish the

third requirement, clause C-5 stipulated that an original certificate from a

This Order is modified/corrected by Speaking to Minutes Order 11 wpl-2843-10.sxw

practicing Statutory Auditor engaged by the bidder for auditing the annual

accounts must be furnished and that the certificate must contain, "various

details, which could establish that not more than 50% of the work

measured in terms of value has been subcontracted to a foreign

contractor". The bidders were put on notice that if the information

furnished was found to be wrong, incorrect or misleading, it will attract

action as per rules/law. The second paragraph of clause C-5 extends the

benefit of a price preference to a consortium consisting of domestic and

foreign bidders, but led by an Indian party. Such a consortium would also

be eligible for a price preference provided they fulfill the conditions of price

preference given for domestic bidders at i, ii, and iii. Now what the clause

contemplates is that the fulfillment of conditions i, iii and iii must be

established by the lead Indian bidder. Obviously, the condition of the

company being registered in India or having a majority ownership of Indian

nationals cannot be fulfilled by the foreign partner forming part of the

consortium. The Learned Additional Solicitor General, therefore, is right

in his interpretation of Clause C-5 when he submits that the requirements

of conditions i, ii and iii have to be fulled by the Indian bidder, who is the

lead member of the consortium.

14 A price preference is an incentive provided to Indian bidders. The

entitlement is conditional on an Indian bidder, including a consortium led

This Order is modified/corrected by Speaking to Minutes Order 12 wpl-2843-10.sxw

by an Indian bidder even though it consists of a foreign partner,

establishing on the basis of the certificate of the Statutory Auditor that not

more than 50% of the work measured in terms of value was being

subcontracted to a foreign contractor. The clause must receive a purposive

interpretation. The object is to ensure that the purpose of a preference

preference is not defeated by sub contracting more than 50% of the value

of the work under the Contract to foreign contractors. A bidder who seeks

a price preference must fulfill the conditions governing eligibility to receive

a price preference and must demonstrate that eligibility to the Tender

Committee. Like all exemptions and incentives the conditions on which a

preference is granted must be demonstrated to exist by a bidder who seeks

a price preference. The requirement of a certificate of a Statutory Auditor

is a meaningful requirement and not a formality. The details contained in

the certificate are intended to be the basis for establishing that not more

than fifty per cent of the value of the work will be subcontracted to foreign

contractors.

15 In the present case, the Petitioners submitted a certificate of their

Statutory Auditors which was to the following effect:

"With reference to the above tender for 06 Well Head Platforms Project, we, M/s. Chatuvedi & Shah, Statutory Auditors of Pipavav Shipyard Ltd. (having its Registered Office at Pipavav Port, Post - Ucchaiya, via Rajula, Dist.-Amreli, Gujarat - 365 560) which is the lead Partner in 'PIPAVAV- IOEC-DOLPHIN CONSORTIUM' (the consortium), hereby certify that as per the estimation provided by the management to us, and being technical matter, relied upon by us, the total

This Order is modified/corrected by Speaking to Minutes Order 13 wpl-2843-10.sxw

subcontract value of the works measured in terms of value in the said tender estimated to be subcontracted by the

Consortium' to foreign contractors is not more than 50%. This should not be construed as audit under the Indian GAAP (Generally accepted auditing principles)."

Significantly, this certificate did not contain any details whatsoever that

would establish that not more than 50% of the work under the Contract

was being subcontracted to a foreign contractor. The Tender Committee

noted this deficiency when it made its recommendation on the question as

to whether the Petitioners were entitled to a price preference under Clause

C-5. This was re-iterated in the report of grievance redressal by the IEM.

In the absence of a complete disclosure as was mandatory in the report of

the Statutory Auditor, the Tender Committee made is own evaluation when

it made its recommendation on 4 December 2010. The Tender Committee

noted that the foreign exchange component for the activities of fabrication,

load out and transportation and installation which was proposed to be

carried out by foreign contractors was to the extent of 36.3%. Moreover,

the quoted price for procurement activity was 38% of the total lumpsum

price under the contract. 78.8% of the procurement was quoted in foreign

currency representing the import component. The Tender Committee

observed that since a major part of the fabrication activities as noted in

Appendix "B-6" was likely to be executed outside India, hence, the

fabrication related procurement may also take outside India. On this basis

the Tender Committee concluded that more than 50% of the value of the

This Order is modified/corrected by Speaking to Minutes Order 14 wpl-2843-10.sxw

work would not be carried out within India in terms of the provisions of

Clause C-5.

16 In assessing the validity of the challenge to the decision of the Tender

Committee, this Court above all must be cognizant of the restraints

imposed upon the jurisdiction under Article 226 of the Constitution when

dealing with the award of public contracts. The Supreme Court held in

Tata Cellular v. Union of India1, that the Court is concerned with the

decision making process. Judicial review can be exercised on grounds of

illegality, irrationality and procedural impropriety. The Court does not sit

as a court of appeal but merely reviews the manner in which the decision

was made. These principles were re-iterated by a Bench of three learned

Judges of the Supreme Court in Siemons Public Communication Pvt. Ltd.

v. Union of India & ors.2 The Supreme Court held as follows:

"When the power of judicial review is invoked in the

matters relating to tenders or award of contracts, certain special features have to be considered. A contract is a commercial transaction and evaluating tenders and awarding contracts are essentially commercial functions. In such cases principles of equity and natural justice stay at a distance. If the

decision relating to award of contracts is bona fide and is in public interest, Courts will not exercise the power of judicial review and interfere even if it is accepted for the sake of argument that there is a procedural lacuna."

17 On the touchstone of the law laid down by the Supreme Court, it is

1 (1994) 6 SCC 651 2 AIR 2009 SC 1204

This Order is modified/corrected by Speaking to Minutes Order 15 wpl-2843-10.sxw

not possible for this Court to come to a conclusion that the decision holding

that the Petitioners had failed to establish the conditions necessary to claim

a price preference was erroneous. The Petitioners must find fault with

themselves for failing to establish in the manner provided by the Contract

that they were entitled to the grant of a price preference. This Court

especially in the exercise of its jurisdiction under Article 226 of the

Constitution could not be justified in re-appreciating what is essentially

factual material to re-determine as to whether the findings which have

been recorded by the Tender Committee are correct or otherwise. What

percentage of the total value of work under the contract would be sub

contracted to foreign contractors is a determination which has to be made

on facts. Whether a procurement involves in a particular item of work a

sub contract to a foreign contractor is a matter which must turn on an

assessment of the facts. The Petitioners have called upon the Court to

enquire into these matters and to re-appreciate the determination of the

Tender Committee. That exercise cannot be undertaken by the Court

especially in a situation where there is no illegality or perversity. The

Petitioners failed to establish that they were entitled to a price preference.

For all these reasons, we do not find any reason to interfere with the

decision. The Petition is accordingly dismissed. There shall be no order as

to costs.

        (ANOOP V. MOHTA, J.)                                ( DR.D.Y. CHANDRACHUD,J.)





 

 
Download the LatestLaws.com Mobile App
 
 
Latestlaws Newsletter
 

Publish Your Article

 

Campus Ambassador

 

Media Partner

 

Campus Buzz

 

LatestLaws Guest Court Correspondent

LatestLaws Guest Court Correspondent Apply Now!
 

LatestLaws.com presents: Lexidem Offline Internship Program, 2026

 

LatestLaws.com presents 'Lexidem Online Internship, 2026', Apply Now!

 
 

LatestLaws Partner Event : Smt. Nirmala Devi Bam Memorial International Moot Court Competition

 
 
Latestlaws Newsletter