Citation : 2025 Latest Caselaw 3111 Bom
Judgement Date : 10 March, 2025
2025:BHC-OS:4188-DB
1/27 902 WPL 2561-25(1).doc
Digitally signed by MANDIRA
MANDIRA MILIND MILIND SALGAONKAR
SALGAONKAR
IN THE HIGH COURT OF JUDICATURE AT BOMBAY
Date: 2025.03.14 01:45:25
+0530
ORDINARY ORIGINAL CIVIL JURISDICTION
WRIT PETITION (L) NO.2561 OF 2025
WITH
WRIT PETITION (L) NO. 2577 OF 2025
Friends Engineering Corporation .. Petitioner
Versus
Brihanmumbai Municipal Corporation .. Respondents
& Anr.
WITH
INTERIM APPLICATION (L) NO.3411 OF 2025
IN
WRIT PETITION (L) NO.2561 OF 2025
Grundfos Pumps India Pvt Ltd .. Applicant/
Intervener
IN THE MATTER BETWEEN:
Friends Engineering Corporation .. Petitioner
Versus
Brihanmumbai Municipal Corporation .. Respondents
& Anr.
...
Mr. Janak Dwarkadas, Senior Advocate a/w Ms. Namrata
Vinod, Mr. Utsasv Trivedi, Mr. Anudatt Dubey, Mr. Vishal
Acharya, Mr. Jay Sanklecha i/b Shyamsundar Jadhav for the
Petitioner in Writ Petition (L) No. 2561/2025.
Mr. Ashish Kamat, Senior Advocate a/w Mr. Harsh M.,
Ms.Kavita Dhanuka, Ms. Savita Suryawanshi, Adv. Bhavya
Shah i/b Shyamsundar Jadhav for the Petitioner in Writ
Petition (L) No. 2577/2025.
Mr. Zal Andhyarujina, Senior Advocate a/w Ms. Serena
Jethmalani i/b Ms. Ekta Dalvi, for the Applicant in Interim
Application (L) No. 3411/2025.
Ashish
::: Uploaded on - 13/03/2025 ::: Downloaded on - 15/03/2025 08:58:57 :::
2/27 902 WPL 2561-25(1).doc
Mr. Girish Godbole, Senior Advocate a/w Ms. Chaitalee
Deochake, Mr. Aditya Joshi i/b Ms. Komal Punjabi, for
Respondent No.1- BMC in Writ Petition (L) No. 2561/2025.
Ms. Chaitalee Deochake, i/b Ms. Komal Punjabi, for
Respondent No.1- BMC in Writ Petition (L) No. 2577/2025.
Mr. Virag Tulzapurkar, Senior Advocate a/w Ms. Bindi Dave,
Mr. Kashish Mainkar, Mr. Aryan Dev Dhingra i/b Wadia
Ghandy & Co. for, Respondent No.3 in Writ Petition (L) Nos.
2561 of 2025 and 2577 of 2025.
Mr. Mohit P. Jadhav, Addl.G.P. a/w Mr. Manish Upadhye, A.G.P.,
for Respondent No.2-State of Maharashtra in Writ Petition (L)
No. 2561/2025.
Mr. Abhay Patki, Addl.G.P. a/w Mr. Suraj Gupte, A.G.P., for
Resopndent No.2-State of Maharashtra, in Writ Petition (L) No.
2577/2025.
Mr. Mihir Parekh, Executive Engineer (SWD) BMC.
CORAM : ALOK ARADHE, CJ &
BHARATI DANGRE, J
RESERVED ON : 11th FEBRUARY, 2025
PRONOUNCED ON: 10th MARCH, 2025
JUDGMENT:
- (PER BHARATI DANGRE J)
1. Friends Engineering Corporation, a company incorporated in India has filed two Writ Petitions, being aggrieved by the rejection of its technical bid as being 'non- responsive' by the Brihanmumbai Municipal Corporation (hereinafter referred to as "BMC"), an authority established under the Mumbai Municipal Corporation Act, 1888, when it floated two distinct tenders. Considering the commonality between the parties and the subject of challenge in the two
Ashish
3/27 902 WPL 2561-25(1).doc
Petitions, we have heard the Writ Petitions together and they are being decided by a common Judgment.
2. Learned senior counsel Mr. Janak Dwarkadas, represented the Petitioner in WP (L) No.2561 of 2025, whereas learned senior counsel Mr. Ashish Kamat, represented the Petitioner in WP(L) No. 2577 of 2025. The Brihanmumbai Corporation is represented by learned senior counsel Mr.Girish Godbole. The successful bidder- Laxmi Civil Engineering Services Pvt. Ltd., which was impleaded as the Respondent during the pendency of the Petitions is represented by learned senior counsel Mr. Virag Tulzapurkar.
3. Rule. Rule is made returnable forthwith. Heard finally by consent of the respective counsel.
4. Brihanmumbai Municipal Corporation, Respondent No.1, issued two tenders for upgradation of Storm Water Pumping Station including supply, delivery, erection, commissioning of mechanical, electrical, instrumentation and automation works with repairs of civil works, followed by comprehensive operation and maintenance of 'Irla Storm Water Pumping Station in K/W ward' and for 'Hazi Ali Storm Water Pumping Station in G/S ward' for 15 years, the estimated value of the work under each tender was set up at Rs.300 Crores.
5. The bid document issued by Respondent No.1 in form of E-tender notice contemplated a three stage system and required the bidder to deposit, along with its bid, the earnest money deposit of Rs.3,35,82,600/-, refundable in accordance
Ashish
4/27 902 WPL 2561-25(1).doc
with the relevant clause of the bid document, from the bid due date. Packet A was prescribed to contain scanned certified copies of documents, to be uploaded by the bidder in vendors' document online. Packet B is the 'Information Qualification', and several documents were to be provided at this stage. Packet C is stipulated to be opened, if bid submission in packet A and B satisfy/include all the requirements and the same is found to be acceptable to the Authority. The bid document was spread over in three volumes; (1) Volume I- Invitation for Tender and conditions of Contract, (2) Volume II-Detailed scope of work and technical specification, and (3) Volume III- Price Schedule.
6. The scope of the work was set out in each of the bid document with instructions to the bidder to ensure the technical feasibility of his offer after visiting the site and gathering data, information and conducting its own study. Since the scope of the work envisaged 'Lump sum Item Rate Contract', it was clarified that the contractor shall be required to execute every such item(s) of work(s), which are required or considered necessary, for the satisfactory completion, and commissioning, functioning of the entire work(s) including comprehensive performance maintenance and operation of the facility, even if such items of work are not specified in the tender.
7. The technical eligibility criteria and the financial capacity in the bid was set out in the bid document in clause 2.1 and 2.2, which read thus:-
Ashish
5/27 902 WPL 2561-25(1).doc
"2.1 Technical Eligibility Criteria
The tenderer shall have successfully supplied, installed and commissioned, during past 10 years in India and carried out comprehensive operation and maintenance for at least 1 year, (i.e. as on the date of Tender submission), minimum 1 (one) no. of HT supply storm water pumping station of capacity not less than 14.4 m3/sec (30% of design capacity) having submersible pumps of minimum capacity of 6 m3/s at minimum 6.0 ms static head.
Tenderer can be either pump manufacturer or any firm having authorization from having the experience as stated in for going para. The tenderer shall submit the letter of authorization from the manufacturer of submersible pump as per format given tender documents and shall submit "Memorandum of Understanding"
(MOU) between manufacturer and firm as per attached format.
The firm who qualifies the technical criteria should be in existence of 10 years.
2.2 Financial Capacity
The Tenderer shall have achieved an average annual financial turnover as certified by 'Chartered Accountant' equal to Rs.100,74,76,800/- in the last three (3) financial years immediately preceding the Financial year in which bids are invited. The value of executed works shall be brought to current costing level by enhancing the actual value of work at compounded rate of 10 % per annum; calculated from the date of completion to last date of receipt of applications for tenders."
8. Clause 3.12 of volume 2 of the bid document set out the list of manufacturer/makes for mechanical equipments and instrument presently in use at Storm Water Pumping Station, and as far as the equipment- 6.6 kv, 6m3/Sec Submersible type Axcial floor pumps, two preferred makes were mentioned namely, M/s.Grundfos Pumps India Pvt. Ltd. (for short, 'Grundfos') and Wilo Mather and Platt Pumps Pvt. Ltd. (for short, 'Wilo'). The aforesaid manufacturers were specifically enlisted with the intent of 'establishing a standard of excellence' for the material used as it was set out that all the equipment to be supplied under the contract has to be from experienced manufacturer and the equipment of only those
Ashish
6/27 902 WPL 2561-25(1).doc
manufacturers, who have sufficient proven experience of manufacturing the respective equipment of similar or higher capacity shall be considered. It was also clarified that the naming of a manufacturer in the specification is not intended to eliminate competition or prohibit qualified manufacturers from offering equipment, but the intention was to establish a standard of excellence for the material used and to indicate a principle of operation desired.
In order to achieve standardization for appearance, operation, maintenance, spare parts and manufacturer service like items of equipment provided were described to be the end products of one manufacturer. However, if the contractor wished to propose alternate makes for the certain equipments, it was open for him to do so subject the following conditions:-
"1) Demonstrate that the proposed makes are Superior / Equivalent to the approved makes with specified technical specification
2) Manufacturer involved in manufacture of specified equipment for at least 10 years before bid date.
3) At least 1 successful installations commissioned with at least specified technical specification minimum 01 year of operation in last 10 years in India before bid date and satisfactorily operating for at least one year before bid date. End user certificate shall be provided for the same."
9. On 26/11/2024, an Addendum was issued to the bid document modifying clause no.(b) of clause 2.1 and the relevant clause then read as below:-
"b. Tenderer can be either pump manufacturer or any firm having authorization or any firm having authorization from pump manufacturer having the experience as stated in for going para. The Tenderer shall submit the letter of authorization from the manufacturer of submersible pump as per formate given tender documents and shall submit "Memorandum of Understanding" (MOU) between manufacturer and firm as per attached format. If pump manufacturer is bidder (individually or as JV member) it cannot issue authorization letter."
Ashish
7/27 902 WPL 2561-25(1).doc
10. From time to time, the BMC issued corrigendum extending timelines for submission of the bid and 07/01/2025 was fixed as last date, with the date of opening of packet A & and opening of packet C, being re-scheduled.
11. It is the case of the Petitioner that at the time of submission of the bids, it approached Wilo, proposing a potential joint venture in the bidding however on learning that it did not possess the operation and maintenance expertise as required under clause 2.1 of volume I of the bid document, it approached Grundfos, in its capacity as the preferred make for the mechanical equipment and instrument.
12. The tender process had participation of 6 bidders and 3 of them chose to tie up with Wilo, whereas the petitioner along with two other bidders tied up with Grundfos. Worth it to note that all the 6 bidders executed authorization with either of the preferred pump manufacturers as contemplated by clause no.3.12 of the bid document.
13. The Petitioner relied upon two work experience certificate issued by Grundfos, the first certificate dated 22/11/2019 issued by the Executive Engineer of SWD Project, in favour of M/s. Grundfos, Pumps Ltd certify, as below:-
"This is to certify that the following equipments have been supplied by M/s Grundfos Pumps India Pvt. Ltd. at Irla Storm Water Pumping Station.
...
The above sets of equipments were supplied, installed and the pumping station was commissioned on 01/06/2011 and operated & maintained by them till 31/05/2018.
Ashish
8/27 902 WPL 2561-25(1).doc
All above equipments are working satisfactory till date.
This certificate is being issued to M/s Grundfos Pump India Pvt. Ltd. for tendering purpose only."
Yet another certificate which was relied upon by the Petitioner for being eligible in the tender process was a certificate issued by Executive Engineer (M&E) SWD Projects dated 20/12/2024, which reads thus :
"BRIHANMUMBAI MUNICIPAL CORPORATION No.DyChe/M&E/955 /SWD Project Date 20 DEC 2024 TO WHOMSOEVER IT MAY CONCERN
This is to certify that submersible axial flow pumps of Make M/s. Grundfos Pumps India Private Limited has been supplied to Gazdarbandh Storm Water Pumping Station (SWPS) by M/s. Pratibha Industries Ltd. and same had been installed and commissioned by M/s. MEPL-MCPL JV at Gazdarbandh SWPS in presence of representative of M/s. Grundfos Pumps India Private Limited. Details of equipment's of make M/s. Grundfos Pumps India Private Limited are as follow:
Sr.No. Product Description Qty
1 Grundfos HT Storm water pumps of 06 nos
6m3/s at 6 m head,550 kW running
on 6.6 kV DG sets
2 Grundfos Pump monitoring/ 06 nos
controlling unit
Cost of project (consisting of civil work and M&E work) allotted to M/s. MEPL-MCPL JV is Rs.99.52 Cr and Gazdarbandh SWPS was successfully commissioned on May 2019 & in operation. All the above equipments are working satisfactorily till date.
This certificate is being issued to M/s Grundfos Pumps India Pvt. Ltd. on this request vide email dtd 19.12.2024 for tendering purpose only.
Executive Engineer (M&E) SWD Projects (i/c) Ex.Engineer (M&E) SWD Project"
14. The Petitioner submitted its bid on 6/01/2025, with a presumption that it was compliant with the bid document along with the addendum and the corrigendum that was issued.
Ashish
9/27 902 WPL 2561-25(1).doc
The Petitioner gathered information that on 21/01/2025, the bidders, who had associated themselves with Wilo received a communication from BMC, relating to curable short falls in the bid submitted by them but the petitioner did not receive any such communication or rather a statement is made that no bidder having grundfos MOU received any such communication.
According to the Petitioner, when it perused the documents uploaded by other bidders having Wilo MOU, it was noticed that the MOU and the experience letter clearly revealed that Wilo did not have the requisite eligibility under clause 2.1 of the bid document, in as much as it had no experience of 'carrying out comprehensive Operation and Maintenance (O&M) for last one year'. To demonstrate this the Petitioner has placed on record, an MOU of M/s. Laxmi Civil Engineering Services Ltd, dated 3/01/2025, along with the experience certificate of Wilo.
15. On 23/01/2025, the Petitioner received an email from BMC informing that its bid is rejected in technical evaluation but no cause for rejection was mentioned.
During the pendency of the Petitions, the reasons were supplied for declaring its bid as non-responsive and, hence, liberty was sought to amend the Petition, by raising a challenge to the same, by submitting that the disqualification of the Petitioner based on the exclusion of a particular pump manufacturer, was an attempt to create monopoly in favour of other pump manufacturer, so as to eliminate the competition, which is an arbitrary decision.
Ashish
10/27 902 WPL 2561-25(1).doc
16. During the pendency of the Petitions, since the commercial bids for the tender work were opened and the Respondent No.3 was declared as L1 bidder, the petitioner apprehended that the Corporation shall issue the work order in favour of the it and hence it prayed for setting aside the Minutes of Meeting/ letter dated 23/01/2025, as well as the email dated 24/01/2025, rejecting the technical bid of the Petitioner as 'non-responsive'.
17. The bids submitted by the Petitioner for both the projects were held to be non-responsive and the communication dated 23/01/2025 recorded the reasons for non-consideration of the said documents as below:-
"4) Friends Engineering Corporation Bidder M/s.Friends Engineering Corporation has submitted authorization letter of M/s.Grundfos Pumps India Pvt. Ltd. as pump manufacturer for fulfilling technical eligibility criteria of PQC. M/s.
Grundfos Pumps India Pvt. Ltd. has submitted work experience as a consortium partner for the work of Irla SWPS. It is to mention here that, the work of Irla SWPS (consisting of SITC and O&M) was allotted to M/s.Pratibha-Grundfos-KJi consortium and the SWPS was commissioned in 2011 and was followed by 7 years of O&M till 2018. The SITC part of the work is completed in 2011, whereas the work experience required as per PQC is within past 10 years (i.e. upto 2014). Hence, in this respect, a query was raised by consultant to advocate, whether the work experience of Irla SWPS could be considered to meet the PQC considering the fact that SITC experience is beyond 10 years. As per legal opinion obtained by consultant from BMC empanelled advocate shri. Anil Sakhare in this regards (at pg.C-343), work experience of Iral SWPS cannot be considered for technical qualification for this tender. Also, M/s.Grundfos Pumps India Pvt. Ltd. has submitted a certificate wherein it is stated that M/s.Grundfos make pumps are installed at Gazdarbandh SWPS and installed and commissioned in presence of representatives of M/s.Grundfos. In this respect, a query was raised by consultant to advocate, whether the above mentioned certificate could be considered to meet the PQC. As per legal opinion obtained by consultant from BMC empanelled advocate Shri. Anil Sakhare in this regards (at pg.C-346 & C-347), the certificate can't be treated as a successful SITC of submersible
Ashish
11/27 902 WPL 2561-25(1).doc
pumps for SWPS by bidder/tenderer as M/s.Grundfos does not have the experience of installation and commissioning as required in PQC. Accordingly, the authorization letter provided by M/s.Grundfos to bidder M/s.Friends Engineering Corporation becomes void. Hence, as recommended by consultant, the bid of M/s.Friends Engineering Corporation is proposed to be made non- responsive."
18. Learned senior counsel Mr. Dwarkadas is extremely critical about approach of the BMC in rejecting the two certificate on which reliance was placed by it, on the ground that Grundfos did not have the necessary SITC experience and citing as below :-
(i) work experience submitted by Grundfos for IRLA SWPS was commissioned in 2011 followed by 7 years of O & M till 2018. Since SITC part of work was completed in 2011, this work experience is not within 10 years.
(ii) Grundfos certificate demonstrating installation of pump in Gazarbandh SWPS, cannot be treated as successful SITC of submersible pumps for SWPS, since it was only carried out 'in presence of representative/ Grundfos'.
He has emphatically urged that Grundfos being a 'preferred manufacturer', the Petitioner's technical bid could not have been rejected on that ground. It is also submitted by him that juxtaposed against this, accepting Wilo's certificate, which lack O& M experience is highly objectionable.
19. The learned senior counsel Mr. Ashish Kamat, has represented the Petitioner in WPL/2577/2025, and he has adopted the submissions advanced by Mr. Dwarkadas and has made a serious grievance that bidders using MOU and experience of Wilo, were given an opportunity to furnish documents but the same was denied to the petitioner. In addition, it is his submission that certain lead members of JV
Ashish
12/27 902 WPL 2561-25(1).doc
did not had necessarily technical experience and infact on 22/01/2025 itself a letter was addressed by the petitioner to the Corporation to the BMC raising an apprehension that by favouring Wilo, BMC will undermine the competition and requested BMC to treat both preferred pump manufacturer similarly. He would invoke the proposition of law laid down by the Apex Court in Banshidhar Construction Pvt. Ltd. vs. Bharat Coking Coal Ltd. & Ors.1(2024) 10 SCC 273, and he would lay emphasis on observations in paragraph no.21 to the following effect:-
"21. There cannot be any disagreement to the legal proposition propounded in catena of decisions of this Court relied upon by the learned counsels for the Respondents to the effect that the Court does not sit as a Court of Appeal in the matter of award of contracts and it merely reviews the manner in which the decision was made; and that the Government and its instrumentalities must have a freedom of entering into the contracts. However, it is equally well settled that the decision of the government/its instrumentalities must be free from arbitrariness and must not be affected by any bias or actuated by malafides. Government bodies being public authorities are expected to uphold fairness, equality and public interest even while dealing with contractual matters. Right to equality under Article 14 abhors arbitrariness. Public authorities have to ensure that no bias, favouritism or arbitrariness are shown during the bidding process and that the entire bidding process is carried out in absolutely transparent manner."
20. In support of the Petitioner, M/s. Grundfos Pump India Pvt. Ltd., has filed Interim Application No.3441 of 2025, seeking intervention, in the Writ Petitions, in order to apprise the Court of certain pertinent fact.
According to Mr. Andhyarujina, the learned senior counsel representing the Applicant, clause 2.1 of the bid document prescribe the technical eligibility criteria by
1 (2024) 10 SCC 273
Ashish
13/27 902 WPL 2561-25(1).doc
stipulating experience of construction, installation and commissioning, during past 10 years. He would submit that Grundfos has entered into a joint venture with M/s. Skyway Infraprojects Pvt. Ltd., and an MOU executed between them is placed on record which indicate the mutual support lent by it to Skyway so as to win the tender in form of supply, installation, testing, commissioning of submersible axial flow pumps, both during tender application phase and subsequent tender execution phase. He would also rely upon the applicant's experience letter dated 11/11/2019, for work done at Irla Storm Water Pumping Station and submitted that it is in light of this letter, the tender dated 28/07/2022, submitted by Skyway was declared to be technically eligible, though it could not succeed in commercial bid.
According to the learned senior counsel for the Applicant, Grundfos was included in the list of preferred makes in the bid document to establish standard for the products to be used by prospective contractor and it was having required experience of successfully supplying, installing and commissioning during past 10 years in India. He would also rely upon the certificate dated 20/12/2024, issued by the Corporation itself, upon a request made by it for issuance of experience certificate for the pumps supplied by them for 'tendering purposes only'. He would submit that if this certificate was issued by the Corporation, how can it be rejected by stating that the experience will not be counted for the purpose of meeting the eligibility criteria.
21. Mr. Andhyarujina, has assertively submitted that the approach of the Corporation has now resulted in a situation,
Ashish
14/27 902 WPL 2561-25(1).doc
where the market for prospective tenderers will have exclusive monopoly of one single pump manufacturer i.e. Wilo.
22. Learned Senior Counsel, Mr. Virag Tulzapurkar, representing Respondent No.3, would submit that the certificate relied upon by the Petitioner has been rightly not taken into consideration, as the certificate in regards to Irla project dated 11/11/2019 was admittedly not submitted by the Petitioner along with the bid document and even if it is to be accepted, Grundfos meet O & M experience criteria, but not the SITC experience as the work for the project was completed well before 10 year period prescribed in the eligibility criteria of the tender. As far as the certificate at Exhibit M furnished by Grundfos, according to the learned senior counsel it is no proof of Grundfos having SITC or O & M experience. On the other hand, he would rely upon the two certificates issued in favour of M/s. Wilo on 6/11/2019- Britannia Outfall SWPS project and Love Grove SWPS project. He has also placed on record the consortium agreement, where Wilo had undertaken to provide support for erection, operation and maintenance of the pumps. It is also his submission that it is a matter of fact that Wilo has performed and continued to perform the O & M work for Britannia project and Love Grove project.
23. The learned senior counsel has placed reliance upon the decision of the Apex Court in case of N.G. Projects Ltd Vs. Vinod Kumar Jain & Ors.2, in support of his submission that since the Courts do not possess the expertise to examine the terms and conditions of the present day economic activities of the State, they should exercise restrain in interfering with 2 (2022) 6 SCC 127
Ashish
15/27 902 WPL 2561-25(1).doc
contracts involving technical issues, which necessarily contemplate necessary expertise. According to him the approach of the Court should not be to find fault with magnifying glass in it's hands, rather the Court should examine as to whether the decision making process is fair.
24. Mr.Godbole, the learned senior counsel in regards to the objection raised in the aforesaid finding on behalf of the Petitioner, would submit that the two certificates were issued to M/s.Grundfos Pumps India Pvt. Ltd. and one of them is the certificate dated 20/12/2024 (Exhibit 'M') and the other one is dated 07/10/2011, which though not annexed to the Petition, but is annexed as Exhibit 'A' to their affidavit-in-reply. According to him, the first certificate dated 20/12/2024 has reflected that M/s Grundfos Pumps India Pvt. Ltd. was only a vendor of the original contractor, M/s Pratibha Industries Ltd. and the contract was terminated after supply of pumps. It was thereafter awarded to another contractor, M/s MEPL-MCPL JV. According to him, this certificate is not compliant with clause 2.1, which require experience of successful supply, installation and commissioning during past ten years and comprehensive operation and maintenance for at least one year. The certificate, according to him, is therefore, only certification of the fact that the pumps are installed and commissioned by M/s MEPL-MCPL JV and mere presence of vendor does not make M/s Grundfos entitled to claim the experience of work instead of the actual contractor, M/s MEPL-MCPL JV. Af far as Exhibit 'L', which is relied upon by the Petitioner is concerned, it is submitted that this document was not actually submitted alongwith the tender document.
Ashish
16/27 902 WPL 2561-25(1).doc
Another certificate on which the reliance is placed, which is also not accepted by BMC, as M/s Grundfos Pumps India Pvt. Ltd. was a consortium member and the project was commissioned on 31/05/2011 beyond the window period of ten years and the consultant appointed by BMC had, therefore, remarked that on the basis of the documents submitted by the Petitioner that M/s Grundfos does not have experience of supply, installation and commissioning within last ten years It is clarified that the bid of the Petitioner is rejected on account of lack of valid SITC experience of ten years, as according to the certificate, installation took place on 31/05/2011, which is beyond the window period of ten years and it was never on the ground that it lacks O & M experience.
25. Our attention was also invited to the certificate submitted by Wilo, as it is the specific contention raised on behalf of the Petitioner, is that the certificate of Wilo is not compliant with clause 2.1 of the tender. As far as the certificate of Wilo dated 06/11/2019 is concerned, it is for design and construction of SWP Station, including supply, delivery, erection, commissioning of mechanical, electrical, instrumentation and automation and O &M of Pumping Plant at Love Grove, Mumbai. The completion date of this project (for SITC) is 31/05/2015, which is within the window period of ten years. The certificate also mention that O&M was also the part of the work allotted to the contractor of which Wilo is consortium member.
In respect of the specific contention that Skyway Grundfos JV was qualified in the year 2022 for Mahul SWPS, it
Ashish
17/27 902 WPL 2561-25(1).doc
is the specific stand adopted by the Corporation that there was a difference in scope of work in both the tenders and the technical eligibility criteria in both the tenders were not exactly the same. The Corporation has relied upon the consultant's report that M/s Grundfos does not meet the technical eligibility criteria for the tender and, hence, the same has not been accepted by the Corporation.
26. In response to the contention of the Petitioner, which is supported by M/s Grundfos, which has been allowed to intervene and is represented by Mr.Andhyarujina, learned senior counsel, it is submitted that the bid of the Petitioner was rejected on the basis of non-fulfilment of the criteria mentioned in clause 2.1 of the Volume 1. Clause 3.12 provides for the eligibility criteria for the mechanical equipment and maker of that equipment, which is not interlinked with the eligibility under clause 2.1 and, therefore, it is the specific case of the Corporation that the question of Petitioner being compliant with clause 3.12 will arise only if the Petitioner satisfies the criteria mentioned in clause 2.1. When the expert consultant, appointed by the Corporation, did not find the Petitioner satisfying the criteria mentioned in clause 2.1 due to lack of valid SITC experience within ten years, the argument advanced is, this Court will not act as a tendering authority, which is capable of judging its requirement in a better way.
27. When the certificate dated 22/11/2019 (Exhibit 'L'), which though not submitted alongwith the tender document, but even for the sake of argument is to be looked into, is manifestly read, as per the said certificate, the project was
Ashish
18/27 902 WPL 2561-25(1).doc
commissioned on 01/06/2011, which makes the SITC experience beyond the period of ten years and even if the O&M experience of Irla project is considered positively, the SITC cannot be considered to be in compliant with cause 2.1.
There is no denial to the assertion in the affidavit that the certificate dated 11/11/2019 (Exhibit L) was not included in packet A and B. As per the Respondent No.1, during technical evaluation, Petitioner had submitted a certificate dated 7/10/2011 issued by SWD department to Pratibha- GIN- KJI Consortium for the work of Irla SWPS. This certificate is annexed along with the reply affidavit of the Corporation and is captioned as 'Work Performance Certificate' and is worded as below:-
'This is to certify that M/s. Pratibha Industries Limited. (Lead Partner of PRATIBHA-GIN-KJI CONSORTIUM) having office at Shrikant Chambers, Phase-2, 5th Floor, Sion-Trombay Road, Chembur, Mumbai 400071, has been awarded the subject work and they have commissioned the project and details of the Project are as under:-
1 Name of Work Design and Construction of Storm Water Pumping Station including supply, delivery, erection, commissioning of Mechanical, Electrical, Instrumentation and Automation works and Comprehensive operation and maintenance of pumping plant at IRLA, Mumbai with 7 years Operation and Maintenance. 2 .... ....
3 .... ....
4 .... ....
5 Date of Commencement 18/02/2008
6 Date of physical 14/06/2010
commissioning of Project
(without SCADA) and
Commencement of
Operations
7 Date of Commissioning of 31/05/2011
Project (With SCADA)
Ashish
19/27 902 WPL 2561-25(1).doc
At the bottom of the certificate it is stated that the certificate is issued on request of Pratibha Industries Ltd as per their request letter dated 5/10/2011.
28. It is the specific stand adopted by the respondent corporation that since the petitioner did not meet the eligibility criteria in clause 2.1(A) of having supplied, installed, commissioned during past 10 years and carried out comprehensive O & M for at least one year (i.e. as on date of tender submission, minimum 1 (one) number of HT supply Storm Water pumping station of the desired capacity having submersible pumps prescribed, it do not qualify itself in the technical eligibility criteria.
As far as clause (b) of clause 2.1, prescribing the technical eligibility criteria is concerned, an option is made available by providing that the tenderer can either be a pump manufacturer or it can be any firm with authorization from pump manufacturer who has the experience set out in clause
(a). To demonstrate this, the tenderer is required to submit letter of authorization from the manufacturer as per the format given in tender document. Clause No.2.1 being a Pre- qualification Criteria (PQC), if the tenderer is not the manufacturer and in this case both the petitioner as well as the Respondent No.3, by relying upon clause (b) participated in the tender process, it was necessary that the manufacturer of the pump either Wilo or grundfos to meet the requirement of clause 2.1(a). The appendix (Section-14) of the bid document has provide the proforma for 'Memorandum of Understanding/Undertaking' to be submitted and it specifically contain the following recital:-
Ashish
20/27 902 WPL 2561-25(1).doc
"AND WHEREAS the FIRST PARTY is desirous to submit the Tender Application for the Project and the condition of the Tender document permits/requires collaboration with the Original Equipment Manufacturer of...........
AND WHEREAS the SECOND PARTY, being an experience manufacturer of the......... and has designed, manufactured, and supplied the......... as specified in the Tender documents; has agreed to associate with the FIRST PARTY in the form of Collaboration/Support. The SECOND Party shall provide technical support during Operation and Maintenance of the Pumping station to the FIRST PARTY and shall provide continuous support in supply of spare parts to the FIRST PARTY throughout the life of the Project.
AND WHEREAS the SECOND PARTY has agreed to Collaborate/Support and provide technical assistance during the operations and maintenance of the Project till the expiry of the Contract Period for the said Project."
29. In addition, Annexure E also contain the manufacturer's authorization certificate to be furnished under the seal of the manufacturer certifying that, "M/s..... (firm) is authorized by M/s..... (pump manufacturer) for providing technical experience of the specification set out in the tender notice and with a specific undertaking and declaration to provide all necessary technical support for the work followed, by comprehensive operation and maintenance during the contract period."
30. Fulfillment of the stipulation set out in clause 2.1(a) to be read along with clause (b) is the essential condition in order to meet the threshold of technical criteria to make the bidder eligible for the commercial competition. Clause 3.12 of Volume 2 of the tender document has enlisted certain manufacturer/ makes of mechanical equipments and instruments presently in use at Storm Water Pumping Station, which are preferred makes. But according to us, merely by standing with the support of any of the preferred make, the bidder is not
Ashish
21/27 902 WPL 2561-25(1).doc
absolved of meeting the 'technical eligibility criteria' as specified in clause 2.1 of Section 2 of Volume 1 of the bid document.
Despite indicating the preferred make, it is permissible for a bidder to propose the equipment of any other manufacturer who fulfill the technical parameters and this is indicative of the fact that clause 3.12 do not necessarily dilute the criteria of technical eligibility prescribed in clause 2.1.
31. Dealing with the contention of the Petitioner that opportunity was given to the bidders, who had tied up with Wilo to submit the documents, the Executive Engineer (M& E), SWD Project, in his affidavit, has responded as below :-
"I say that as per the tender condition i.e. Vol-I Section-6 (internal page no.38), only in cases of maximum 5 number of curable defects, the bidders are asked to submit a clarification/shortfall documents. However, inadequacy of technical capacity with respect to eligibility criteria is considered as 'non-curable defect'. Hence, only the responsive bidders were informed to submit clarifications/shortfall documents for curable defects. I therefore deny the allegations of the Petitioner that the other bidders were informed about the curable defects and Petitioner was not informed."
32. As regards the objection of the Petitioner that the Experience Certificate of Wilo lacks O & M experience, as stated in the affidavit, Exhibit 'O' is the Memorandum of Understanding/undertaking between M/s Laxmi Civil Engineering Pvt. Ltd. i.e. Respondent No.3 and M/s Wilo and which is accompanied by the list of existing installments with the end user, being the Municipal Corporation of Greater Mumbai.
Respondent No.3 had submitted two certificates dated 06/11/2019 from the MCGM in respect of two projects;
Ashish
22/27 902 WPL 2561-25(1).doc
Britannia Outfall storm Water Pumping Station, Reti Bunder Bay, Reay Road, Mumbai and for design and construction of Storm Water Pumping Station at Love Grove, Mumbai.
The first certificate certify as below :
"For MCGM-Britannia SWPS Project, UNITY M&P-WPK Consortium member Wilo Mather and Platt Pumps Private Limited as designed, manufactured, tested, erected & commissioned AXIAL FLOW SUBMERSIBLE PUMPS with Canister pipes as per the technical details given below :
Pump Manufacturer : Wilo Mather & Platt Pumps Private Limited Pump Type : Axial Flow Submersible Pump"
At the bottom of the certificate, the following note is to be found :-
"These Pumps installed at Britannia SWPS in June 2016 & put in to operation since July 2016.
Pumps are working satisfactory as on date.
This certificate is issued as per the request from WILO-M&P for tender purpose only."
33. In the second certificate, it is certified thus :-
"For MCGM-Pumping Plant at Love Grove, UNITY M&P-WPK Consortium member Wilo Mather and Platt Pumps Private Limited has designed, manufactured, tested, erected & commissioned AXIAL FLOW SUBMERSIBLE PUMPS with Canister pipes as per the technical details given below :
Pump Manufacturer : Wilo Mather & Platt Pumps Private Limited Pump Type : Axial Flow Submersible Pump"
And at the bottom, the following note is made.
"These Pumps installed at Love Grove Pumping Plant in May 2015 & put in to operation since June 2015. The pumps are working satisfactorily as on date.
This certificate is issued as per the request from WILO-M&P for tender purpose only."
34. The objection in regards to the two certificates from Wilo, which had made Respondent No.3 the eligible bidder is, that it is without O&M. This objection deserve a rejection, specifically qua the certificate for Love Grove, Mumbai, as the Corporation
Ashish
23/27 902 WPL 2561-25(1).doc
has specifically described the project by including 'O&M of Pumping Plant at Love Grove, Mumbai', clearly indicating that the project is certified including O & M. In any case, the specific stands of the Corporation is, that the pumps installed at Britannia SWPS and Love Grove, Mumbai plant are in operation and working satisfactorily and from which, the inference drawn by the Corporation is that after its installation, the pumps are in operation and maintained by the pump manufacturer, Wilo Mather and Platt Pumps Pvt. Ltd. The explanation offered by Corporation, according to us, is logical, as Wilo is relying upon its experience in designing, manufacturing and commissioning of axial flow submersible pumps, with the technical specification mentioned in the certificate and these pumps put into operation are certified by the Corporation, to be satisfactorily working as on date, clearly indicating that they are operated and maintained till date by the manufacturer.
The manufacturer authorisation certificate from Wilo in favour of M/s Laxmi Civil Engineering contains its undertaking that it shall provide of necessary technical support, if the tender work is allotted in its favour. The aforesaid authorisation by Wilo takes care that the pumps installed and commissioned in the two projects at Irla SWPS and Haji Ali would be maintained by the manufacturer.
35. In Agmatel India Private Limited Vs. Resoursys Telecom & Ors.3, the Apex Court has clearly set out a proposition of law that the author of the tender document is taken to be the best person to understand and appreciate its requirements, and if 3 (2022) 5 SCC 362
Ashish
24/27 902 WPL 2561-25(1).doc
its interpretation is manifestly in consonance with the language of the tender document or subserving the purpose of the tender, the Court would prefer to keep restraint. It is further held that the technical evaluation or comparison by the Court is impermissible and even if the interpretation given to the tender document by the person inviting offers is not as such acceptable to the constitutional court, that, by itself, would not be a reason to interfere.
36. It is a well entrenched position in law that the scope of judicial review in contractual matters, and particularly in relation to the process of interpretation of tender document is very limited and time and again, the Apex Court has disapproved the interference shown by the High Courts, in the interpretation by the tender inviting authority of the eligibility terms, by clearly following the settled position of law that the authority which authors the tender document is the best person to understand and appreciate its requirement, and thus, its interpretation shall not be second-guess by the constitution court, in judicial review proceedings.
In Afcons Infrastructure Ltd. Vs. Nagpur Metro Rail Corpn, Ltd.4, it is clearly ruled that the owner or the employer of a project, having authored the tender document, is the best person to understand and appreciate its requirement and interpret its document and the constitutional courts must defer to this understanding and appreciation of the tender document unless there is mala fide or perversity in the understanding or appreciation or in the application of the tender conditions.
4 (2016) 16 SCC 818
Ashish
25/27 902 WPL 2561-25(1).doc
37. When we have perused the terms of the bid documents, we have noted that the tendering authority has framed the requisite experience with an intention to judge the technical feasibility and operational efficiency of the project. The Petitioner has never raised a challenge to the condition mentioned in the tender document, but on participation in the whole process, when its bid is rejected, on being found non- compliant with clause 2.1, specifying the technical eligibility criteria, the Petitioner has approached this Court. The relevant clause clearly warranted that the tenderer must have successfully supplied, installed and commissioned, during past ten years in India and carried out comprehensive operation and maintenance for at least one year of the HT supply storm water pumping station of a particular capacity with submersible pumps of the capacity set out therein. An option was given that the tenderer can be either pump manufacturer or any firm having authorisation from pump manufacturer, having the experience set out in the technical eligibility criteria. It was necessary to submit the letter of of authorisation from the manufacturer of the submersible pump, as per the format given tender document and it was necessary for him to submit the 'memorandum of understanding' between the two as per the attached format. The requisite criteria of the technical eligibility was the experience of past ten years, with an experience of operation and maintenance of at least one year.
The certificate relied upon by the Petitioner in favour of M/s Grundfos, which is a manufacturer, dated 07/10/2011 in respect of Irla project, does not satisfy the eligibility criteria
Ashish
26/27 902 WPL 2561-25(1).doc
prescribed in clause 2.1, as the installation and commissioning of the equipments supplied by M/s Grundfos for this project was completed on 01/06/2011 i.e. well before the ten years period prescribed, though at the most, it may meet the eligibility criteria as regards O&M. As far as the document dated 11/11/2019 is concerned, admittedly it was not submitted by the Petitioner alongwith the bid document,but even assuming for the sake of it that this document was submitted, it is only a proof of Grundfos meeting the O&M experience criteria, but not the SITC experience. Another document dated 20/12/2024 (Exhibit 'L') in respect of Gazdarbandh project is also not a certificate, which would favour Grundfos, as it was neither the tenderer nor it was any part of the consortium with M/s Pratibha Industries, as the project was awarded to M/s Pratibha Industries. In any case, the contract of M/s Pratibha Industries was also terminated and the balance work was completed by MEPL-MCPL JV, who had carried out the installation, testing and commissioning work and, therefore, this certificate is also not of a consequence.
38. On the other hand, the certificates submitted by M/s Wilo are concerned, the certificate dated 06/12/2019-Britania Outfall SWPS Project, as on date, Wilo continues to perform the O&M work for Britannia project. Another certificate of 06/11/2019 for Love Grove SWPS project, Wilo has performed and continued to perform the O&M work for this project and, therefore, relying upon these two certificates, Respondent No.3 has been awarded a bid.
Ashish
27/27 902 WPL 2561-25(1).doc
39. The scope of judicial interference in the matter of tender/contracts being very limited, as the Courts are not expected to use magnifying glass while scanning the tenders and make every small issue appear like a big blunder, and, since the Courts are expected to use "fair play in the joints" to the Government/Public Sector Undertaking in the matters of contract, since, we find that a responsible authority like the Corporation, by appointing consultant and after obtaining the legal opinion as and when warranted, has found the bid of the Petitioner non-responsive and, hence, we are not inclined to show any indulgence.
As a result, finding no merit in the Petitions, Rule is discharged. Pending Interim Applications, if any, also stand disposed of.
(BHARATI DANGRE, J.) (CHIEF JUSTICE) Ashish
Publish Your Article
Campus Ambassador
Media Partner
Campus Buzz
LatestLaws.com presents: Lexidem Offline Internship Program, 2026
LatestLaws.com presents 'Lexidem Online Internship, 2026', Apply Now!