Full Text
Date of Decision: 17th January, 2020
KARL STORZ ENDOSCOPY INDIA PVT LIMITED..... Petitioner
Through: Mr. Gopal Jain, Senior Advocate with
Ms. Taru Gupta, Mr. Ramnesh Jerath, Ms. Prashanti & Mr. Vikas Nanda, Advocates
Through: Mr. Rakesh Kumar, CGSC with Mr. Raghav Nagar, Advocate for
R-1/UOI.
Mr. Ratan K. Singh, Advocate with Ms. Priyanka Solanki, Advocate for
R-2.
Mr. V.S. R. Krishna, Advocate for AIIMS.
Mr. R. Jawahar Lal, Advocate with Mr. Siddharth Bawa & Mr. Shyamal Anand, Advocate for R-3.
HON'BLE MR. JUSTICE ANUP JAIRAM BHAMBHANI
JUDGMENT
1. The pleadings in the matter are complete.
2. The writ petition is set down for final hearing and disposal at the admission stage itself. 2020:DHC:336-DB
3. A tender bearing No.HITES/PCD/NCI-AIIMS/01/17-18 was invited for state-of-the-art medical facilities at the National Cancer Institute (NCI), Jhajjar Campus, All India Institute of Medical Sciences (hereinafter referred to as, ‘AIIMS’) through respondent No.2 with updated specifications. Four bidders participated in the tender. However, the tender was cancelled by respondent No.2 on the ground that the bidders did not meet the specific and crucial technical specifications.
4. Thereafter on 11.12.2017, respondent No.2, HLL Infra Tech Services Limited (HITES), a fully owned subsidiary of HLL Lifecare Limited (HLL), a GoI Enterprise issued a Global Tender bearing No.HITES/PCD/NCI-AIIMS/08/17-18 on behalf of respondent No.3, i.e. Director, AIIMS, New Delhi, inviting e-tenders in a two-bid system (technical and price bid) for supply of various equipments including for Integration and Data Management System for Modular OT with OT Light.
5. As per the petitioner, it was specifically provided in the tender document that bidders shall ensure that their tenders are complete in all respects and are submitted online through the e-portal only. It is highlighted before us that the tender document mentioned that "no deviation was acceptable"; and resultantly, the tender conditions were sacrosanct, especially due to the fact that the goods and services under the tender were required to meet with specific technical parameters essential for the super speciality services to be rendered for the NCI being set-up. In particular, clauses 11.3, 18.1, 25.3, 27.3, 27.[4] and 30 have been relied upon, to argue that if the bid did not meet the specific requirements, the bid was to be treated as non-responsive. The clauses cited are reproduced as under: "Clause 11.[3] A bid, which does not fulfill any of the above requirements and/or gives evasive information/reply against any such requirement, shall be liable to be ignored and rejected. Clause 18.[1] The bidder shall provide in its bid the required as well as the relevant documents like technical data, literature, drawings etc. to establish that the goods and services offered in the bid fully conform to the goods and services specified by the purchaser in the Bidding Documents. For this purpose the bidder shall also provide a clause-by-clause commentary on the technical specifications and other technical details incorporated by the purchaser in the Bidding Documents to establish technical responsiveness of the goods and services offered in its bid. Clause 25.[3] Two Bid System as mentioned in Para 21.[6] above will be as follows. The "Techno-Commercial Bids" are to be opened in the first instance, at the prescribed time and date as indicated in NIB. These Bids shall be scrutinized and evaluated by the competent committee/authority with reference to parameters prescribed in the Bidding Document. During the Techno- Commercial Bid opening, the bid opening official(s) will read the salient features of the bids like brief description of the goods offered, Bid Security and any other special features of the bids, as deemed fit by the bid opening official(s). Thereafter, in the second stage, the Price Bids of only the Techno-Commercially acceptable offers (as decided in the first stage) shall be opened for further scrutiny and evaluation on a date notified after the evaluation of the Techno-Commercial Bid. The prices, special discount if any of the goods offered etc., as deemed fit by bid opening official(s) will be read out. Clause 27.[3] The Bids will be scrutinized to determine whether they are complete and meet the essential and important requirements, conditions etc. as prescribed in the Bidding Documents. The bids, which do not meet the basic requirements, are liable to be treated as nonresponsive and will be rejected. Clause 27.[4] The following are some of the important aspects, for which a bid shall be declared non-responsive during the evaluation and will be ignored;
(i) Bid form as per Section IX (signed & stamped) not enclosed.
(ii) Bid is unsigned.
(iii) Bid validity is shorter than the required period.
(iv) Required Bid Security (Amount, validity etc.)/Exemption documents have not been provided.
(v) Bidder has quoted for goods manufactured by other manufacturer(s) without the required Manufacturer's Authorization Form as per Section XIII.
(vi) Bidder has not agreed to give the required
Performance Security of required amount in an acceptable form in terms of GCC clause 5, read with modification, if any, in Section-V- "Special Conditions of Contract", for due performance of the contract.
(vii) Bidder has not agreed to other essential condition
(s) specially incorporated in the bidding document like terms of payment, liquidated damages clause, warranty clause, dispute resolution mechanism, and applicable law.
(viii) Poor/unsatisfactory past performance.
(ix) Bidders who stand deregistered/banned/blacklisted by any Central Govt.
(x) Bidder is not eligible as per Clauses 5, 6 & 17 of
(xi) Bidder has not quoted for the entire quantity as specified in the List of Requirements in the quoted schedule.
(xii) Bidder has not agreed for the delivery terms and delivery schedule.
Clause 30. Qualification Criteria 30.[1] Bids of the bidder, who do not meet the required Qualification Criteria prescribed in Section VIII, will be treated as non-responsive and will not be considered further."
6. A pre-bid meeting was held on 21.12.2017 with the interested parties, at which various queries were raised by the interested parties and answered by the respondents. It is submitted that the petitioner filed its techno-commercial bid and the price bid strictly in adherence of the tender terms and conditions and amended conditions. Accordingly, it is argued that the petitioner legitimately expected that since no deviations were acceptable, this condition would not be violated; and if any bid was submitted with deviations, the same would be treated as non-responsive and would be rejected.
7. Technical bids were opened on 26.02.2018 in the presence of the representatives of the petitioner. It is claimed that during the opening of the technical bid, the representatives of the petitioner, who were present, noted that there were material deviations in the technical bids submitted by respondent No.4 but the same were overlooked and ignored. In fact, after the financial bid was opened, the tender was awarded to respondent No.4.
8. At the outset, the learned counsel for the respondents pointedout that the present writ petition had been rendered infructuous for the reason that, not only had supplies under the contract awarded been made during the pendency of this writ petition but even Acceptance Certificate had been issued on 02.12.2019; Installation Certificate had been issued on 05.11.2019; the system had been installed and made operational on 05.12.2019; and in fact surgeries had also been performed thereafter.
9. Mr. Gopal Jain, learned senior counsel appearing for the petitioner strongly urged before us that since the deviations in case of respondent No.4 go to the root of the matter, the deviations are such, as could not have been ignored nor could respondent No.4 have been allowed to provide the goods and services subsequent to the submission of the technical bid. Thus, irrespective of the fact that the supplies may have been made; Acceptance and Installation Certificates issued; and the system made operational, that would have no bearing to the merits of this matter; and further that in any case, the order passed in this writ petition on 18.05.2018 said that the award of tender would be subject to the final outcome of the present proceedings.
10. The first objection of Mr. Jain, learned senior counsel for the petitioner is that as per Clause 3(k) of the tender conditions, a suitable "HD camera" was to be provided whereas respondent No.4 had admittedly quoted the price for an "SD camera". However, the evaluation committee allowed respondent No.4 to replace the product with an HD camera, whereby replacement was allowed under the garb of clarification; and a level playing field was therefore not available, since such change ought not to have been allowed. Resultantly, it is argued, that this would be a case of procedural irregularities since two inconsistent yardsticks were adopted, which clearly smacks of bias on the part of the respondents.
11. In response to the first objection, learned counsel appearing for the respondents submits that the objection raised by Mr. Jain is baseless and unfounded, for the reason that a clarification was rendered by respondent No. 4 before the committee prior to the opening of the financial bid, to the effect that though price had been quoted for an HD camera, by mistake an SD camera was mentioned in the bid document; and that respondent No. 4 would in fact provide an HD camera and this explanation was accepted by the committee. Moreover, it has been clarified that the deviation was considered minor, since three types of cameras were to be supplied being (i) OT Camera; (ii) Video-Conferencing Camera; and (iii) Room View Camera; and the discrepancy pointed-out was in relation to the Room- View Camera, which could do even without HD resolution.
12. Mr. Ratan K. Singh, learned counsel for respondent No.2 explains that the most important of the three cameras is the OT Camera; the second important camera is the Video-Conferencing Camera which would have a lesser significance; and the camera in question is only the Room-View Camera, which has the least significance since it has nothing to do with the performance of surgeries. It is also argued that evaluation and scrutiny of the bids happens across a three-tier committee system comprising senior doctors. The first committee is a Departmental Committee which comprises three members; the second committee is the Technical Specification and Evaluation Committee (TSE) comprising 13 members; and the third committee is the Store-Purchase Committee comprising 11 members, being HoDs of different departments and also doctors who are specialists in hospital management or hospital administration.
13. Upon a query being put, we are informed that although the tender document may not have specifically prescribed a committee but these committees were put in place in compliance of the AIIMS Purchase Manual itself, the purpose of the committees being to ensure procurement of the best hospital equipment at a large scale and close scrutiny at the time of purchase. Reliance in this regard is placed on three reports of the said three committees. The learned counsel for the respondents have also highlighted that admittedly, there were similar deviations in the case of all three bidders, including the petitioner; and since the nature of deviations was minor, all three bidders qualified in the technical bid; and that therefore there was a level playing field.
14. The second objection raised by Mr. Jain is that respondent No. 4 provided non-conforming products which were accepted by the respondents; which would have far-reaching consequences. It is contended that tender condition 2(b) required supply of 'medical grade' color monitors, which respondent No.4 had not offered to provide.
15. In response Mr. Ratan K. Singh has clarified that respondent No.4 had all along offered medical grade monitors; however in their bid document, the word 'medical grade' monitor was not mentioned, although the monitor offered was in fact a medical grade monitor; and thus, this objection of the petitioner accordingly is also without any force. Mr. Singh clarifies that the tender document mentions 'DICOM', which is abbreviation for Digital Imaging and Communications in Medicine, which refers to an industrial standard and is used for equipment that is fit to be applied for medical purposes; and that therefore the monitor offered, which is compatible with DICOM standard, is by definition a 'medical grade' monitor.
16. The third objection raised by the petitioner is with regard to non-furnishing of Manufacturer's Authorization Form (MAF) by respondent No. 4. In reply to this, counsel for respondent No. 4 submits that as per the tender document, the MAF was to be supplied for three components being Audio-Video Communication System, Control System-cum-Digital Documentation System for MOT and OT Light with Camera. It is submitted that the objection raised pertains to the Audio-Video Communication System, for which the MAF was to be provided by the successful bidder; but since respondent No.4 is itself the manufacturer of most parts of the equipment, for some parts that were procured from third parties, only a general warranty was furnished and not an MAF. The guarantee for the Audio-Video Communication System was however given by respondent No.4/Stryker itself; and thus it cannot be treated as a deviation, much less a material deviation. Moreover, it is submitted, that the entire system has been provided and installed successfully.
17. The next objection raised by Mr. Jain, learned senior counsel for the petitioner is that as per the tender document, respondent No.4 had initially quoted for supplying a 'Polycom' Video-Conferencing System, but subsequently changed that to a 'Cisco-Polycom' system under the garb of a clarification. It is contended that in fact, the brochure provided by respondent No.4 was for 'Polycom' and not of 'Cisco'. A copy of the brochure filed by respondent No.4 along with its bid, which has been filed alongwith the reply, has been relied upon to contend that the word 'Cisco' has been used/added subsequently. In response, the respondents have clarified that 'Polycom' is a generic term for the equipment in question; and 'Cisco' is the name or brand of the manufacturer. Thus to say that by adding 'Cisco' to 'Polycom', the product offered has been replaced, is incorrect.
18. To support his contentions, Mr. Jain has relied upon two decisions of this court reported as Richa Industries Limited vs. Delhi Metro Rail Corporation & Anr. 2017 IV AD (DELHI) 398, the relevant paras of which are reproduced below::-
20. In Karnataka SIIDC Ltd. v. Cavalet India Ltd. (2005) 4 SCC 456, this court after taking into consideration various questions on various subjects laid down the following legal principles viz: (SCC pp.465-66, para 19) “(iv) Unless the action of the Financial Corporation is mala fide, even a wrong decision taken by it is not open to challenge. It is not for the courts or a third party to substitute its decision, however, more prudent, commercial or businesslike it may be, for the decision of the Financial Corporation. Hence, whatever the wisdom (or the lack of it) of the conduct of the Corporation, the same cannot be assailed for making the Corporation liable."
20. Reliance is also placed by respondent No. 4 on Monte Carlo Limited vs. NTPC Ltd. reported as (2016) 15 SCC 272, para 26 of which is relevant and is reproduced below:-
favour one. The decision making process should clearly show that the said maladies are kept at bay. But where a decision is taken that is manifestly in consonance with the language of the tender document or subserves the purpose for which the tender is floated, the court should follow the principle of restraint. Technical evaluation or comparison by the court would be impermissible. The principle that is applied to scan and understand an ordinary instrument relatable to contract in other spheres has to be treated differently than interpreting and appreciating tender documents relating to technical works and projects requiring special skills. The owner should be allowed to carry out the purpose and there has to be allowance of free play in the joints."
21. We have heard learned counsel for the parties and have considered their rival contentions. The arguments of Mr. Jain can be summarized as under:-
(i) that respondents Nos. 1 and 2 have allowed respondent No. 4
(ii) that respondents Nos. 1 and 2 have allowed respondent No. 4
(iii) that respondents Nos. 1 and 2 have allowed respondent No. 4
(iv) that respondents Nos. 1 and 2 have allowed respondent No. 4 to substitute a video conferencing system with a one that is different from the one offered i.e. Cisco-Polycom instead of Polycom;
(v) that in the above manner, respondents Nos. 1 and 2 have allowed deviation from the tender conditions; have upset the level playing field; and have acted in a manner that is not fair or just; and
(vi) that the aforesaid deficiencies and discrepancies amount to irregularity in the tendering process, all of which has been done in order to favour respondent No. 4; and (vii)that all these are material irregularities and cannot be dismissed as mere minor deviations.
22. The arguments of learned counsel for respondents can be summarized as under:-
(i) that none of the objections as regards deviations from the tender conditions, raised by the petitioner, are issues of any consequence or importance, since respondent No. 4 had either corrected minor inadvertent errors in its tender document and/or explained the apparent deviations, after which the products supplied are exactly the ones that were required; and there is no material deviation whatsoever from the terms and conditions of the tender or the bid document filed by respondent No.4.
(ii) that similar deviations were found in the bid documents of all three tenderers, including the petitioner; all of them were allowed equal opportunity to provide clarifications; all three qualified in the technical evaluation and the financial bids were opened only once all clarifications were provided;
(iii) that the petition has in any case become infructuous, since equipment has been supplied; Acceptance and Installation Certificates have been issued; and the equipment have been put to use and surgeries have been performed;
(iv) that the respondent No.4 was not only L-1 but was a substantial 63% lower than the price quoted by the petitioner.
23. Additionally, counsel for the respondents submit that there is no illegality, infirmity or bias; and that in fact the entire tendering process has been examined by not one, but three committees, comprising highly eminent members, including senior doctors who specialize in hospital administration.
24. We have heard counsel for the parties at length; and have considered their rival submissions.
25. The law with regard to dealing with the matters pertaining to tender is well settled. It is no longer res integra that the courts must show restraint in dealing with the matters pertaining to tenders since courts do not sit in appeal over the decisions of administrative authorities. It has also been repeatedly highlighted by the Supreme Court that the court would, very often, lack expertise and special knowledge of the commercial world; and should not therefore substitute the court's view in place of that of technical experts. This principle would apply squarely to the present case since, admittedly, the tender pertains to supply of highly sophisticated technical equipment for the use of a specialised cancer hospital.
26. We have also examined the reports of the three committees cited before us. We have carefully examined the explanation which has been rendered by the respondents with regard to each of the alleged deviations, including that the camera in question is only the Room-View Camera which has the least importance in comparison to the cameras required at the time of surgery; and that respondent No.4 did actually provide an HD camera, as offered. Accordingly, we find that the committees were right in accepting the explanation and allowing respondent No.4 to provide HD camera for which they had already quoted in the financial bid. As far as the alleged deviation with regard to 'medical grade' monitors not having been supplied is concerned, we find the explanation of respondent No. 4 also to be completely justified since DICOM support for medical application in fact means Digital Imaging and Communications in Medicine, which refers to equipment which is fit to be used for medical purposes. Therefore the monitor offered, which is compatible with DICOM standards, is by definition a 'medical grade' monitor; and therefore no fault can be found in the supply of monitors by respondent No.4. Similar is the position on the objection raised with regard to Polycom and Cisco-Polycom, since Polycom is the generic term; and the brochure provided alongwith the bid document, a copy of which has been filed on page 685, mentions Cisco and Cisco-Polycom. We are also satisfied with the explanation rendered by the respondents with regard to the non-furnishing of Manufacturer Authorization Form (MAF) for the Audio-Video Communication System.
27. Resultantly, we find no merit in the writ petition; and the same is accordingly dismissed.
28. In this light, the pending applications are also disposed of. G.S.SISTANI, J. ANUP JAIRAM BHAMBHANI, J. JANUARY 17, 2020