Steag Energy Services (India) Pvt. Ltd vs Gspc Pipavav Power Company Ltd. - Civil Appeal
Summary
The Supreme Court of India has granted leave to appeal in the case of Steag Energy Services (India) Pvt. Ltd. vs. GSPC Pipavav Power Company Ltd. The appeals arise from judgments concerning a public tender for the operation and maintenance of a power plant, specifically addressing the Quality and Cost Building System (QCBS) evaluation criteria.
What changed
The Supreme Court of India has accepted appeals concerning a dispute over a public tender for the operation and maintenance of a power plant. The case, Steag Energy Services (India) Pvt. Ltd. vs. GSPC Pipavav Power Company Ltd., involves the interpretation of tender evaluation criteria, specifically the Quality and Cost Building System (QCBS) which allocates 70% weightage to technical evaluation and 30% to cost evaluation. The appeals stem from judgments by the High Court of Gujarat.
This ruling signifies a substantive review of the tender process and its evaluation methodology. Companies involved in public procurement, particularly in the energy sector, should monitor this case for potential implications on how bid evaluations are conducted and contested. While no specific compliance deadline or penalty is mentioned in this excerpt, the Supreme Court's involvement indicates a significant legal dispute that could set precedents for future tender awards and contract disputes.
What to do next
- Review tender evaluation clauses for QCBS methodology
- Monitor developments in Steag Energy Services vs. GSPC Pipavav Power Company Ltd. case
Source document (simplified)
## Unlock Advanced Research with PRISM AI
Integrated with over 4 crore judgments and laws — designed for legal practitioners, researchers, students and institutions
- Know your Kanoon - Doc Gen Hub - Counter Argument - Case Predict AI - Talk with IK Doc -... Upgrade to Premium [Cites 7, Cited by 0 ] ### Supreme Court of India
Steag Energy Services (India) Pvt. Ltd vs Gspc Pipavav Power Company Ltd. (Gppc) on 25 March, 2026
Author: Pamidighantam Sri Narasimha
Bench: Pamidighantam Sri Narasimha
2026 INSC 295
REPORTABLE
IN THE SUPREME COURT OF INDIA
CIVIL APPELLATE JURISDICTION
CIVIL APPEAL NO(S). OF 2026
ARISING OUT OF SLP (C) NO(S). 30209-30210 OF 2025
M/S. STEAG ENERGY SERVICES
(INDIA) PVT. LTD. …APPELLANT(S)
VERSUS
GSPC PIPAVAV POWER COMPANY LTD.
(GPPC) & ORS. …RESPONDENT(S)
JUDGMENT 1. Leave granted.
These appeals arise out of the judgment and order passed by the High Court of Gujarat at Ahmedabad in Special Civil Application No. 7289 of 2025 and Special Civil Application No. 12328 of 2025.Facts leading to filing of these appeals lie in a narrow compass. The first respondent GSPC PIPVAV Power Company Limited, (hereinafter referred to as GPPC) commissioned in the year 2013-2014 a gas based combined cycle power plant of 702.86 MW. In January 2025, GPPC floated a public tender inviting bids for operation and maintenance of the combined cycle power plants for an initial period of 5 years. Signature Not Verified Digitally signed by Jayant Kumar Arora Date: 2026.03.25 17:46:49 IST Reason: Page 1 of 17The tender was based on Quality and Cost Building System (QCBS)
in which weightage is given to quality as well as cost for the purpose of
evaluation and grant of tender. Quality quotient would consider the
technical strength/evaluation of the bidders wherein the financial
capability of the bidder is taken into account as per the tender terms. The
cost quotient considers the cost of the owner for hiring i.e. the financial bid
submitted by the bidder. The weightage is 70% to the technical evaluation
and 30% to the cost evaluation. The terms of the tender relating to
evaluation of bids and award of contract is contained in clause 20.2 of the
tender document.
- It is necessary to reproduce clause 20 to the extent that it is relevant
for our consideration:
“20.0 EVALUATION OF BIDS AND AWARD OF CONTRACT
20.1 The Contract will be awarded to the competitive responsive
Bidder, with most optimized evaluated price, for five years,
offering the technically acceptable Bid in conformity with the
requirements of this enquiry specification. A responsive Bid is
one which accepts all terms and conditions of these
specifications and documents without any modifications. A
modification is one which affects in any way the prices, quality,
quantity of the Works or which limits in any way the
responsibilities or liabilities of the Bidder or any rights of the
Owner as required in these specifications. The decision of Owner
is final in this regard.20.2. i) Evaluation of offer/ proposal shall be done on Quality and
Cost Based System (QCBS) wherein the Technical Score i.e.
Marks Given During Unpriced Technical Bid Evaluation will be
allotted weightage of 70 % and the price proposal will be allotted
weightage of 30% as Mentioned below:
Page 2 of 17
A combined "Score (S)" will be arrived at after considering
weightages 30% for price bid and 70% for technical scores,
according to the following methodology.S= (St X Tw) + (Sf X Fw)
Where S = Total ScoreSt = combined technical score (Total marks scored as per
evaluation methodology)
Sf = Combined financial score = 100 x Fm/F
Fm = Lowest Cost
F = Price Bid of the bidder of whom Sf is to be calculated
Tw = Weight assigned to technical score i.e. 70% or 0.70
Fw = Weight assigned to financial score i.e. 30% or 0.30The successful bidder will be the one who has highest score (S).
ii) Evaluation Technical scores (St): (Allocation of marks against
each parameter shall be as per the marks defined for each
parameter and Pro-Rata calculation wherever mentioned in the
table given below.
S.No. Parameter Maximum Documents to be attached
Marks as an evidence to
allotted substantiate the claim
B Technical Experience of
the bidder
3 Experience of planning 10 Bidder shall submit copy of
and supervising of work orders/execution
Major Overhaul, HGPI orders and relevant
and CI of 1 (one) GT completion/execution
(GAS Turbine of ISO certificate and complete
rating more than 100 details of work issued by
MW. the client duly certified by
notary public. Bidder has
Major Overhaul = to submit the details of
maximum 5 marks orders executed in last
individual seven years duly certified
HGPI = maximum 3 by notary public.
marks individual
CI = maximum 2 marks
individual
4 Operation and 5 Bidder shall submit copy of
Maintenance of Sea work orders/execution
water system orders and relevant
experience for any one completion/execution
plant for a period of 3 certificate and complete Page 3 of 17 years during the last 7 details of work issued by
years. the client duly certified by
notary public. Bidder has
to submit the details of
orders executed in last
seven years duly certified
by notary public iii. Bids from all the bidders shall be evaluated and point/mark
shall be allocated based on the documents submitted by the
bidders. Individual points/marks given for each criteria shall be
summed up to arrive at the total score/mark of each bidder.
iv. Proposals from bidders who meet the techno-commercial
qualification criteria (based on the Bid Evaluation Criteria) as
defined in the tender documents and achieve as minimum
technical score (St) of 60 marks in the quality technical
parameters will be considered for further evaluation. The price
bids will only be opened for those bidders who meet the above
criteria.
v. After opening of priced bids of all qualified bidders, the bidder
with the lowest cost (Fm) shall be given financial score (Sf) of
100 points. The relative financial score of other bidders shall be
computed as per the formulae given above.
vi. The total score of the bidder shall be obtained by weighting
the combined quality/technical scores and cost scores and
adding them as follows.
S = (St x Tw) + (Sf x Fw)
22.0 Award Criteria
22.1 GPPC will award the Contract to the Bidder whose Bid has
been determined to be fully responsive to the bidding documents
and evaluated as per the Bid evaluation criteria specified in this
tender”
- On 23.01.2025 a pre-bid meeting was held. The writ petitioner did
not participate in the same. Subsequently, we are informed that the writ
petitioner neither raised any pre-bid queries nor expressed any concern Page 4 of 17 about the evaluation method and proceeded to issue the Declaration of
Unconditional Offer (DUO) dated 04.04.2025.
- The bid document contemplated a three-stage bid evaluation
namely (i) Preliminary Evaluation of Bid (ii) Evaluation of Technical Bid
and (iii) Pre-Bid. Out of 4 bids that were submitted, 3 bidders qualified.
They are the appellant, O&M Solutions Pvt. Ltd. (hereinafter referred to
as the writ petitioner) and another party. On evaluation while the writ
petitioner got a score of 8 out of 10 marks with respect to technical
experience, the appellant scored 10 out of 10 on this count. Finally, while
the writ petitioner got a total score of 93 out of 100 in the technical
evaluation, the appellant scored 95 of 100. the consultant Fichtner
Consulting Engineers India Private Limited (hereinafter referred to as
Fichtner) also, evaluated the price bid of all 3 technically qualified bidders
as per the price bid evaluation report, in which the writ petitioner got a
score of 95.09989831 and the appellant scored 95.4978453. After
following the evaluation, the appellant was declared as the successful
bidder.
- The GPPC was anxious to execute the contract as the existing
terms of contract was coming to an end in June. They felt it was necessary
to award the contract to the successful bidder in a timely manner so that
the necessary handover/takeover can take place before 30th of June 2025. Page 5 of 17 The tender document itself provided the schedule of mobilisation in
Schedule D so that there could be a gradual and smooth take over and
the new contractor deploys its staff and get acquainted with operation of
plant and machinery for its maintenance. It was felt that for proper
operation and maintenance of the plant and machinery, skilled personnel
must be posted expeditiously so that they acquaint themselves before the
operations commence.
- The Board of Directors of GPPC in their 81st Board meeting dated
05.05.2025 resolved to award the contract to the successful bidder, the
appellant herein. GPPC thus issued the LOA on 09.06.2025 to the
appellant. The appellant is also said to have accepted the offer.
- At this stage, it may be relevant to refer to clause 20.04 and 20.05
of the tender document which relates to grant of LOA which is as under:
“ 20.4 Once the contract is awarded, the manpower requirement
as agreed shall be considered fixed as proposed in Form AA and
considered a guarantee by O&M Contractor that he will fulfil his
obligations fully under the contract. No reduction in manpower
shall be subsequently allowed any increase manpower becoming
necessary by the O&M Contractor to fulfil his obligations shall be
at his cost and risk.20.5. After selection, a Letter of Intent (“LOl") shall be released
by the Owner to the selected Bidders. And one week time shall
be given for acceptance. Letter of Acceptance ("LOA") by the
Bidder must be submitted within the stipulated period. No delay
shall be permitted, and in the event acceptance is not received
by stipulated date, the Bid Security of such Bidder shall be
appropriated by the Owner as mutually agreed genuine pre-
estimated compensation of damage suffered by the Owner on Page 6 of 17 account thereof, and the next eligible lowest Bidder may be
considered.”
- We are also informed that pursuant to the grant of LOA, the
appellant mobilised its manpower and machinery and took over the plant
and commenced work. Further, on 01.07.2025, even the formal contract
is said to have been executed between GPPC and the appellant.
- In the meanwhile, the writ petitioner approached the High Court by
filing a writ petition initially challenging the tender evaluation process as
arbitrary1 and violative of Article 14 of the Constitution. After GPPC issued
LOA in favour of the appellant, the writ petitioner sought amendment of
the original Prayer by substituting prayer ‘C’ for quashing of the LOA2.
1 The petitioner, therefore, prays that –
A) Your Lordships be pleased to admit and allow petition;
B) Your Lordships may be pleased to issue appropriate writ, order or direction quashing and
setting aside the tender evaluation process as being arbitrary, unreasonable, against the Tender
and CVC Guidelines as well as being violative of [Article 14](https://indiankanoon.org/doc/367586/) of the Constitution of India.
C) Your Lordships may be pleased to issue an appropriate writ, order or direction to Respondent
NO. 1 to call for a fresh tender removing the financial price restriction and conduct a fresh, fair,
and transparent evaluation process as per the Tender and CVC Guidelines.
D) In the alternative, issue an appropriate writ, order or direction, to call the evaluation records to
ensure that no manipulation has happened in the technical marks scoring after disclosure of
the financial proposals.
E) Pending Admission, Final hearing and Disposal of this Petition Restrain the Respondent No. 1
and its agents or employees from issuing a Letter of Award (LOA) or entering into any contract
with any party pursuant to and pertaining to the impugned Tender No.
GPPC/COM/CCPP?O&M/2024-25/12, until the final disposal of this petition.
F) Your Lordship may be please to pass any other orders that may be deemed fit and proper, in
interest of justice and equity.
2 C. Your Lordships may be pleased to issue an appropriate writ, order or direction quashing and setting
aside the Letter of Intent/Letter of Award dated 9th June 2025 issued to respondent no. 3 i.e. Steag
Energy Services (India) Pvt Ltd. by respondent no. 1 i.e. GSPC PIPAVAV Power Company Limited
(GPPC) and direct the Respondent No. 1 to issue the LOI to the petitioner as the successful bidder. Page 7 of 17
- Pending disposal of the writ petition, the Court directed GPPC to
have the technical bid re-evaluated by its consultant, Fichtner and submit
a report on the allocation of marks after hearing all the parties. While there
was no stay of the contract executed in favour of the appellant, the Court
ordered that it shall be subject to further orders of the Court.
- Pursuant to the directions of the Court, GPPC filed an affidavit,
placing on record the report of the consultant dated 14.08.2025.
Paragraph 2.2.1 of the report submitted by the consultant is as follows:
“ 2.2.1 …STEAG will be allotted 8 marks out of 10 towards item
3 of Clause 20.2B. The marks allotted is based on Experience of
planning and supervising of two (2) numbers of HGPI and one
(1) number of Cl during the period of last seven (7) years i.e. from
01.01.2018 to 31.12.2024. The earlier allotted marks to STEAG
was 10 and during the re-evaluation it is found that one (1) out of
three (3) numbers of HGPI earlier claimed by STEAG is carried
out beyond the evaluation period which was not evident in the
document earlier submitted by STEAG.”
15. It is evident from the record that the appellant was initially allocated
10 out of 10 marks for item no. 3 of clause 20.2(1)(B) relatable to
“Experience of Planning and Supervising of Major Overhaul, HGPI and CI
of 1 (one) GT (Gas Turbine of ISO rating more than 100 MW). However,
this marks stood revised to 8 marks. Consequently, the status of the two
competing bidders, the appellant and the writ petitioner, was altered,
resulting in a tie between them. This is because with reduction of 2 marks Page 8 of 17 under 20.2(1)(B) the two competing bidders achieved the technical score
of 93.
- On the basis of the report submitted by the consultant, the High
Court simply proceeded to evaluate and determine the competing claims
of the appellant and the writ petitioner. For this purpose, the following
comparative chart was reproduced in the High Court order;
S.No Bidder Technical Score Price S = (St.Xtw)+(SfXFw)
Name (St) Quoted (F)
1. OMS 93 196555668 95.09989831
2. STEAG 93 196569120 95.0978453 17. When the technical score of the appellant and the writ petitioner
stood at 93 each, the High Court examined the prices quoted by the writ
petitioner and the appellant being Rs. 19,65,55,668 and Rs.19,65,69,120
respectively. Solely based on the marginal difference in the price, the High
Court allowed the writ petition, quashed and set aside the LOA and
contract awarded to the appellant. It directed the GPPC to proceed further
and award the contract to the writ petitioner. For achieving this purpose,
the High Court relied on 20.2 (vi) which provided that “The bidder with the
highest total score (S) shall be considered for award of job.”
- The High Court’s decision clearly indicates that there is no
arbitrariness or illegality in the actions taken by the owner “GPPC” or its Page 9 of 17 consultant in fact the High Court records that the total score of the writ
petitioner is marginally higher and also that the difference in miniscule.
The relevant portion of the High Court’s Order is as follows:
“47. In the present case, as noted hereinabove, the total score
"S" of the petitioner - O & M is marginally higher than that of the
respondent No.3, though the difference is minuscule, being
95.09989831 as against 95.0978453 i.e. the difference of
0.00205301, this Court cannot ignore the conditions of Clause
(VI) and validate the contract awarded to the respondent No.3-
STEAG. The recitals of the bid document do not permit the
course suggested by respondent No.3-STEAG of matching the
price bid by reduction.”
- Mr. D.V.S. Somayajulu, learned senior counsel appearing on behalf
of the appellant, relied on the decision of this Court in [Afcons
Infrastructure Ltd. v. Nagpur Metro Rail Corpn. Ltd.](https://indiankanoon.org/doc/24488735/) 3 to submit that the
High Court committed a serious error in interfering with the decision,
particularly when the difference between the appellant and the writ
petitioner is marginally higher. The relevant portions of this precedent are
as follows:
“11. Recently, in [Central Coalfields Ltd. v. SLL-SML (Joint
Venture Consortium) Central Coalfields Ltd. v. SLL-SML (Joint
Venture Consortium), (2016) 8 SCC 622 : (2016) 4 SCC (Civ)
106 : (2016) 8 Scale 99] it was held by this Court, relying on a
host of decisions that the decision-making process of the
employer or owner of the project in accepting or rejecting the bid
of a tenderer should not be interfered with. Interference is
permissible only if the decision-making process is mala fide or is
intended to favour someone. Similarly, the decision should not be
interfered with unless the decision is so arbitrary or irrational that
the Court could say that the decision is one which no responsible3 (2016) 16 SCC 818 Page 10 of 17 authority acting reasonably and in accordance with law could
have reached. In other words, the decision-making process or
the decision should be perverse and not merely faulty or incorrect
or erroneous. No such extreme case was made out by GYT-TPL
JV in the High Court or before us.(…)
- In other words, a mere disagreement with the decision- making process or the decision of the administrative authority is no reason for a constitutional court to interfere. The threshold of mala fides, intention to favour someone or arbitrariness, irrationality or perversity must be met before the constitutional court interferes with the decision-making process or the decision.”
- In similar circumstances, while considering the scope of judicial
review, this Court in Montecarlo Ltd. v. NTPC Ltd,4 expressed a word of
caution emphasising that judicial review should be confined to ensuring
that there is no arbitrariness or mala fide in the process of evaluation. The
relevant portions of the judgement are reproduced below:
“26. We respectfully concur with the aforesaid statement of law.
We have reasons to do so. In the present scenario, tenders are
floated and offers are invited for highly complex technical
subjects. It requires understanding and appreciation of the nature
of work and the purpose it is going to serve. It is common
knowledge in the competitive commercial field that technical bids
pursuant to the notice inviting tenders are scrutinized by the
technical experts and sometimes third party assistance from
those unconnected with the owner’s organization is taken. This
ensures objectivity. Bidder’s expertise and technical capability
and capacity must be assessed by the experts. In the matters of
financial assessment, consultants are appointed. It is because to
check and ascertain that technical ability and the financial
feasibility have sanguinity and are workable and realistic. There
is a multi-prong complex approach; highly technical in nature.
The tenders where public largesse is put to auction stand on a
different compartment. Tender with which we are concerned, is
not comparable to any scheme for allotment. This arena which
we have referred requires technical expertise. Parameters4 (2016) 15 SCC 272 Page 11 of 17 applied are different. Its aim is to achieve high degree of
perfection in execution and adherence to the time schedule. But,
that does not mean, these tenders will escape scrutiny of judicial
review. Exercise of power of judicial review would be called for if
the approach is arbitrary or malafide or procedure adopted is
meant to 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 Page 29 29 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. The emphasis in the above referred decision is on two principles,
the first being the principle of restraint in judicial review of contractual
matters and the second being the freedom of contract permitting
allowance of free play in the joints.
- Ms. Meenakshi Arora, learned senior counsel supporting the
decision of the High Court raised an important point that as tender
mandates a maximum and a minimum benchmark within which tenderers
could bid, the difference in the price would naturally be marginal. She
would submit that it is therefore compelling, rather inevitable that
difference in the price of competing bidders will be very less. This is true,
particularly when highly competitive bidding takes place. However, the
judicial solution for such problems arising out of the fierce competition Page 12 of 17 between competing bidders is not to be found in the mathematical
precision or application of rigid formulae. While scrutinizing the process
by which evaluation is undertaken, courts must ensure a measure of
reason and integrity so that the action is not fraught by illegality or
arbitrariness. Judicial review must balance justice with flexibility, and this
would require the courts to exercise a nuanced discretion between
multiple outcomes and binary choices. In the process the judicial wisdom
to subserve the purpose and object of the tendering process should not
be lost. Without this approach, it will be difficult to balance certainty in
market with fair play in action, in other words to maintain the equilibrium
between the need for order and quest for justice.
- There is yet another point that Ms. Meenakshi Arora raised to
sustain the decision impugned before us, which is that the High Court has
merely applied the contractual condition for selecting the writ petitioner
and no more. Answer to this question again takes us back to the approach
that the judicial review proceeding should adopt while considering highly
competitive bids. 5 In its precedents, this court has emphasized that “using
5 Tata Motors Ltd. v. Brihan Mumbai Electric Supply & Transport Undertaking (BEST), (2023) 19 SCC
1:
- (…) In contracts involving technical issues the courts should be even more reluctant because most of us in Judges' robes do not have the necessary expertise to adjudicate upon technical issues beyond our domain. The courts should not use a magnifying glass while scanning the tenders and make every small mistake appear like a big blunder. In fact, the courts must give “fair play in the joints” to the government and public sector undertakings in matters of contract. Courts must also not interfere where Page 13 of 17 a magnifying glass while scanning the tenders and make every small
mistake appear like a big blunder.”
- It is rather strange that in the whole process of judicial Scrutiny the
contesting contractors as well as the Court lost sight of the needs and
requirements of the Owner. It is not uncommon that when judicial review
proceedings are invoked by one or the other parties the entire focus of the
court is in choosing the most eligible party. This enquiry is necessary,
however judicial review courts cannot ignore the needs of the owner(s),
the speed at which they would want the appropriate contractor to be
identified and other considerations that weigh in their endeavour. Let’s
take this very case, GPPC floated the tender way back in January 2025
and LOA itself was granted on 09.06.2025 from which date more than a
such interference will cause unnecessary loss to the public exchequer. (See Silppi Constructions
Contractors v. Union of India [Silppi Constructions Contractors v. Union of India, (2020) 16 SCC 489] .)
Ordinarily, a writ court should refrain itself from imposing its decision over the decision of the
employer as to whether or not to accept the bid of a tenderer unless something very gross or palpable
is pointed out. The court ordinarily should not interfere in matters relating to tender or contract. To set
at naught the entire tender process at the stage when the contract is well underway, would not be in
public interest. Initiating a fresh tender process at this stage may consume lot of time and also loss to
the public exchequer to the tune of crores of rupees. The financial burden/implications on the public
exchequer that the State may have to meet with if the Court directs issue of a fresh tender notice, should
be one of the guiding factors that the Court should keep in mind. This is evident from a three-Judge
Bench decision of this Court in [Assn. of Registration Plates v. Union of India Assn. of Registration
Plates v. Union of India, (2005) 1 SCC 679] .(…) Even when some defect is found in the decision-making process, the court must exercise
its discretionary powers under Article 226 with great caution and should exercise it only in furtherance
of public interest and not merely on the making out of a legal point. The court should always keep the
larger public interest in mind in order to decide whether its intervention is called for or not. Only when it
comes to a conclusion that overwhelming public interest requires interference, the court should
interfere.
Page 14 of 17 year has already passed. Who is to account for the delay in the execution
of the contract and commencement of the work?
- It is true that the tender document specifically provides that “The
bidder with the highest total score (S) shall be considered for award of
job”. It is important to note that the entity to consider is the ‘Owner’ and
not the court. It is for the reason that while considering the competing
scores the owner must have the necessary “Fair play in the Joints”. We
may note that tender document itself provides that GPPC has a right to
accept any bid and to reject any or all bids. Clause 23.0 and 23.1 is as
follows;
“23.0 GPPC'S RIGHT TO ACCEPT ANY BID AND TO REJECT
ANY OR ALL BIDS
23.1 GPPC reserves the right to accept or reject any Bid, and
to cancel the bidding process and reject all bids, at any time prior
to the award of Contract, without thereby incurring any liability to
the affected Bidder or bidders or any obligation to inform the
affected Bidder or bidders of the grounds for the GPPC’s action.”
- The final choice is of the owner, and it is for the owner to take the
final decision with necessary flexibility and pragmatism. While exercising
judicial review of contractual matters, constitutional courts do not exercise,
should not exercise ex-ante jurisdiction to pre-empt executive actions. On
this count, High Court has exceeded the first principle of judicial restraint
in contractual matters.
Page 15 of 17
- Having considered the matter in detail, we are of the opinion that
there was no justification to interfere with the grant of LOA dated
09.06.2025, followed by the execution of the contract on 01.07.2025. Even
otherwise, when the report of the consultant was placed before the Court,
considering the marginal difference between the appellant and the writ
petitioner, the High Court should have restrained from interfering. The
High Court’s observation that “since the learned advocate Mr. Aspi M.
Kapadia, appearing for GSPC agreed to the re-evaluation of the marks
through its consultant (…) directed the consultant to prepare a fresh report
on the allocation of marks after hearing the respective parties” cannot be
an additional ground for an intense inquiry. When constitutional courts
seek further scrutiny of contested fact, counsels appearing for the
Government or its instrumentalities co-operate with the court, which is an
important facet of good practices at the bar. Even before this court Mr.
Aspi M. Kapadia assisted us with a straight bat and left the decision to the
court. However, we believe that the burden is always on the court and the
decision to interfere with the process must be based on settled principles
that we have indicated hereinabove.
- As regards the other submission of Mr. Somayajulu, with respect to
the claim of additional 5 marks under clause 4 of 20.02 (B) towards
operation and maintenance of sea water system experience of the Page 16 of 17 appellant, we see no justification whatsoever to interfere with the well-
considered decision of the High Court. The findings of the High Court as
regards clause 4 are based on true and correct fact and reasonable
interpretation of the tender Document. We, therefore, reject this
submission and the Civil Appeal arising out of Special Civil Application No.
12328 of 2025 stands dismissed.
- In view of the above analysis, we are of the opinion that the Letter
of Award (LOA) dated 09.06.2025 followed by the execution of the
contract dates 01.07.2025 by GPPC in favour of the appellant should be
upheld. GPPC can now proceed to have the contract performed without
any hindrance.
- The Civil Appeal arising out of Special Civil Application No. 7289 of
2025 is allowed and judgment and order passed by the High Court is set
aside.
- There shall be no order as to costs.
………………………………....J.
[PAMIDIGHANTAM SRI NARASIMHA]
………………………………....J.
[ALOK ARADHE]
NEW DELHI;
MARCH 25, 2026.
Page 17 of 17
Named provisions
Related changes
Source
Classification
Who this affects
Taxonomy
Browse Categories
Get Courts & Legal alerts
Weekly digest. AI-summarized, no noise.
Free. Unsubscribe anytime.
Get alerts for this source
We'll email you when India Supreme Court publishes new changes.