Dr Pedro Telles and I are pausing procurement tennis we are playing for Easter break. We will resume our daily commentary of the Public Contracts Regulations 2015 on 8 April 2015. So far, we are surprised with the number of things we agreed and disagreed on regarding the 29 regulations we have covered so far. There are another 93 ahead of us, so we will have to refill our energies and get ready for that. We hope you will rejoin us after the hiatus. Happy Easter.
Public procurement in the CJEU's Annual Report 2014 Statistics
The Court of Justice of the European Union (CJEU) has published the full version of its 2014 Annual Report, which allows for an update of the statistics available two years ago (here). The 2014 report offers interesting data about the continued relevance of public procurement in the overall activities of the Court, as well as the evolution of the backlog in the docket, which seems to be needing attention at the highest level. I provide the new data first, both for the CJEU and the GC, and then update the time series I first prepared in 2012.
CJEU 2014 data
In 2014, the CJEU opened 21 new cases on public procurement (3.42% of all new cases), of which 20 were references for a preliminary ruling and the other case was an appeal. It adopted 13 decisions in public procurement cases (11 Judgments and 2 Orders) during the same period (which represent 2.08% of all cases closed). This clearly indicates that the CJEU has accumulated a (further) backlog of around 50% of the 2014 new procurement cases.
A cursory search on CURIA's case finder shows 9 pending procurement cases (below), which would track the 2014 mismatch (although two of them are 2015 cases)--but only assuming there was no backlog of procurement cases at the beginning of that year, which I do not think is correct (see below for some conjectures). In any case, more transparency on the backlog of cases would be desirable.
GC 2014 data
In 2014, the GC opened 17 new cases on public procurement, and it issued 18 decisions (16 Judgments and 2 Orders). The GC is managing to keep the number of pending cases stable at around 35. The fact that the GC publishes explicit statistics on pending cases by subject matter makes things easier.
Time series
The following is an update of the time series I prepared in 2012. Just like then, please note that unfortunately,
prior to 2010, the data for the CJEU does not include a
separate category for public procurement cases (they were likely to be
classified under approximation of laws, or under the relevant
fundamental freedom). Therefore, the actual numbers may be higher than
the available statistics show but, in my view, the general trends remain
clear: backlog is increasing and now reaches about 75 cases. As I mentioned above, more transparency (or a correction of incorrect classification of cases, if there is any) would be much desirable.
The CJEU's maximalism and minimalism in the treatment of experience as a procurement award criterion (C-601/13)
In Ambisig, C-601/13, EU:C:2015:204, the Court of Justice of the EU (CJEU) has been confronted again with the issue of the use of the experience and qualifications (ie academic and professional background) of the staff assigned to performance of the contract as an award criterion under EU public procurement rules (ie the Lianakis distinction of selection and award criteria). The Ambisig Judgment still applies the rules of Directive 2004/18, but the reasoning and principles will remain relevant for the interpretation of Directive 2014/24.
At first reading, and depending on one's view of the strictness of Lianakis, it may seem that Ambisig is fundamentally a repetition of the discussion on the assessment of staff's experience as an award criterion that was recently rehearsed in Spain v Commission (financial support for cuenca hidrográfica del Júcar), C-641/13, EU:C:2014:2264 (not available in English, see my comments here).
However, some close reading may lead to a different (or at least more nuanced) conclusion, given the tone that the CJEU has used in two such close cases. It may be worth reminding that the rhetoric used in Spain v Commission presented Lianakis as follows:
... as is apparent from paragraphs 30-32 of the judgment Lianakis and others (EU:C:2008:40) ... the Court has clearly distinguished award criteria from the selection criteria that are essentially linked to the assessment of the bidders' ability to perform the contract in question, and considered that the criteria relating to the experience, qualifications and means of ensuring proper performance of the contract in question belong to the latter category and, therefore, do not have the character of award criteria (C-641/13, para 36, own translation, emphasis added).
We could call this the maximalist reading/reporting of Lianakis. However, as we shall see below, this is not the position adopted in Ambisig, where the referring Portuguese court was concerned with two aspects that in its view seemed to make it difficult to apply such a maximalist reading of Lianakis: (1) that the contract was for intellectual services (ie training and consulting); and (2) that the 2011 proposal for a new Directive (now Dir 2014/24) "constitute[d] a new factor in relation to the case-law of the Court in this area".
In that regard, it is interesting to see how the CJEU has now adopted a minimalist approach to Lianakis that basically comes to read into the rules of Dir 2004/18 the content of the new rules under art 67(2)(b) Dir 2014/24. In the words of the CJEU in Ambisig
25 ... the case-law highlighted in the judgment in Lianakis and Others (C‑532/06, EU:C:2008:40) concerns the interpretation of Council Directive 92/50/EEC of 18 June 1992 relating to the coordination of procedures for the award of public service contracts (OJ 1992 L 209, p. 1), which was repealed by Directive 2004/18, and that that judgment does not rule out the possibility that the contracting authority may, in certain circumstances, fix and apply a criterion [enabling evaluation of the teams specifically put forward by the tenderers for the performance of the contract and which takes into consideration the composition of the team and the experience and academic and professional background of the team members] at the stage of awarding the contract.This is an interesting exercise of judicial rhetoric, which shows the CJEU's willingness to ensure certain cross-temporal validity of its case law in the area of public procurement, where change is a constant. This is not a bad thing in itself. However, it may be puzzling for observers (it definitely is for me) because I am not sure that many would have expected the CJEU to engage in such an explicit change of hats in the space of about 5 months in the way it reports its own previous case law, particularly in such a controversial and debated area [for very insightful discussion on this type of implications of Lianakis, see S Treumer, "The Distinction between Selection and Award Criteria in EC Public Procurement Law—A Rule without Exception" (2009) 18(3) Public Procurement Law Review 103-111].
26 That judgment concerns the staff and experience of the tenderers in general and not, as in present case, the staff and experience of the persons making up a particular team which must actually perform the contract.
27 It should be noted, in relation to the interpretation of Article 53(1)(a) of Directive 2004/18 which is the subject of the referring court’s question, that that directive introduced new elements into the Union legislation on public procurement in relation to Directive 92/50.
28 First of all, Article 53(1)(a) of Directive 2004/18 provides that ‘the tender most economically advantageous’ is to be identified ‘from the point of view of the contracting authority’, thereby giving the contracting authority greater discretion in its decision-making.
29 Secondly, the third paragraph of recital 46 in the preamble to Directive 2004/18 states that, where the contracting authorities choose to award a contract to the most economically advantageous tender, they are to assess the tenders in order to determine which one ‘offers the best value for money’, which tends to reinforce the importance of quality in the award criteria for public contracts.
30 Furthermore, Article 53(1) of Directive 2004/18 does not set out an exhaustive list of the criteria which may be used by the contracting authorities in determining the economically most advantageous tender, and therefore leaves it open to the authorities awarding contracts to select the criteria on which they propose to base their award of the contract. Their choice is nevertheless limited to criteria aimed at identifying the tender which is economically the most advantageous (see, to that effect, Lianakis and Others, C‑532/06, EU:C:2008:40, paragraphs 28 and 29 and the case-law cited). To that end, Article 53(1)(a) of Directive 2004/18 specifically requires that the award criteria be linked to the subject-matter of the contract (see judgment in Commission v Netherlands, C‑368/10, EU:C:2012:284, paragraph 86).
31 The quality of performance of a public contract may depend decisively on the ‘professional merit’ of the people entrusted with its performance, which is made up of their professional experience and background.
32 This is particularly true where the performance of the contract is intellectual in nature and, as in the main proceedings in the present case, concerns training and consultancy services.
33 Where a contract of this nature is to be performed by a team, it is the abilities and experience of its members which are decisive for the evaluation of the professional quality of the team. That quality may be an intrinsic characteristic of the tender and linked to the subject-matter of the contract for the purposes of Article 53(1)(a) of Directive 2004/18.
34 Consequently, that quality may be included as an award criterion in the contract notice or in the relevant tendering specifications (C-601/13, paras 25 to 34, emphasis added).
In the end, it is worth reminding that one of the justifications for the revision/repeal of Dir 2004/18 by Dir 2014/24 was to address the "Lianakis issue" [see S Arrowsmith, "Modernising the European Union's public procurement regime: a blueprint for real simplicity and flexibility" (2012) 21(3) Public Procurement Law Review 71, 80; and rec (94) dir 2014/24]. To some extent, then, the Ambisig Judgment renders a significant (if relatively hidden) justification for the 2014 generation of EU public procurement rules useless.
This may have implications for the future, where the lack of clarity of the CJEU's case law in certain new/revamped areas of public procurement (let's just mention life-cycle costing or asymmetrical negotiations, for now) may trigger calles for further legislative reform--which should, in my view, be avoided to the extent that they rest on maximalistic interpretations of the CJEU's usually sparse and confusing passages, as we now know that it only (?) takes some adequate prompting for the CJEU to provide minimalistic twists that exclude the need for reforms.
Competitive procedures with negotiation under Reg. 29 Public Contracts Regulations 2015
Reg.29 of the Public Contracts Regulations 2015 (PCR2015) establishes rules for the conduct of competitive procedures with negotiation (formerly known as negotiated procedures with publication) and transposes the very similar requirements under Art 29 of Directive 2014/24 [although it lengthens and complicates its drafting by including unnecessary repetition of time limit-related rules in regs.29(6) to (10), which could have been minimised by a cross-reference to regs.28(6) to (10)].
As mentioned in relation to reg.26 PCR2015, one of the main changes in the new rules is that a lax interpretation of the grounds that justify the use of this procedure may transform it into the default procedure--or, in the case of the UK, as stressed by Pedro, consolidate its widespread use. Hence, the specific rules that are set out in reg.29 PCR2015 regarding the conduct of negotiations are bound to have a very significant practical impact.
The general design of the procedure is a variation of the restricted procedure [reg.28 PCR2015] that allows for two main adjustments: (1) the negotiated procedure does not necessarily have to be two-stage, but it can be multi-stage [reg.29(19) PCR2015]; and (2) the object of the procurement does not need to be completely defined from the time the negotiations start, but can evolve provided some minimum requirements are not subject to negotiation [reg.29(14) PCR2015].
These will, in my view, be the two main criteria that can justify resorting to a competitive procedure with negotiation instead of a restricted procedure, given that these are the areas where increased flexibility can provide advantages to the contracting authority [however, the significant flexibility of using rough documents at the first stage and detailed requirements at the second stage of a restricted procedure somehow close this gap as (2) is concerned].
However, contracting authorities need to be mindful of two main risks created by the rules applicable to competitive procedures with negotiation. The first risk is strictly legal and derives from the strange particularisation of the principle of equal treatment [reg.18(1) PCR2015] in connection with reg.29(13) PCR2015, which requires contracting authorities to "negotiate with tenderers the initial and all subsequent tenders submitted by them, except for the final tender, to improve their content". The immediate question is whether they have to negotiate with all tenderers and whether they have to do it simultaneously (if at all possible) and with the same intensity. As Pedro rightly stressed in his entry today, "more negotiations mean as well plenty of scope for unequal treatment" and, in my own view, the key is not whether there is actually more unequal treatment, but whether there is more scope for litigation on that basis.
These are very difficult issues (and proving the underlying issues to any acceptable procedural standard in case of judicial review of award decisions will be even more difficult), but I would not be surprised if tenderers started challenging contracting authorities' negotiating strategy on the basis that they were not negotiating in good faith or with best efforts (should they? must they?), or that there has been more interest in concluding an agreement with a competing tenderer.
The best way out will be for contracting authorities to disclose more specific rules, such as sequential negotiations whereby they engage with negotiations with one tenderer (eg the one with the highest score for the initial offer) and, failing an agreement within a set deadline, they move on to the next, and so on and so forth--this may be difficult to square with a strictly literal interpretation of reg.29(19) PCR2015 on staging the negotiations, but it seems like the most functional interpretation. Otherwise, they are exposing themselves to significant litigation risks (which can be compounded by the difficulties in the rules on record-keeping under reg.22 PCR2015].
The second risks is not legal, but strategic. Reg.29(15) PCR2015 allows contracting authorities to award contracts on the basis of the initial tenders without negotiation where they have indicated, in the contract notice or in the invitation to confirm interest, that they reserve the possibility of doing so. This does not seem to restrict the options of the contracting authority to the moment prior to engaging in negotiations.
That is, a literal interpretation supports that contracting authorities, at any point prior to concluding the negotiations [reg.29(21) PCR2015] can decide to go back to the original tender and award the contract. This is a risky strategy, particularly if the negotiations are bound to repeat themselves in time, as it would create a very limited incentive for tenderers to actually engage in meaningful negotiations if the contracting authority can at any point dismiss the process and hence render the transaction costs derived from the negotiations useless.
Moreover, it is hard to see whether this clause actually makes much economic sense, even if interpreted as limiting the options of the contracting authority to the initial decision. If the negotiation game is one in which the contracting authority can (freely) decide to award or negotiate, tenderers may have an incentive to provide their absolute best conditions as the initial offer to try to deactivate the negotiation bit. However, they will only do that if they perceive the contracting authority as a tough negotiator and a well-informed evaluator of the initial tenders. Otherwise, tenderers will have an incentive to offer non-optimal initial tenders in the hope of keeping some surplus during the negotiations (ie they do not need to offer their absolute best, but just a condition that is slightly better than the next most efficient competitor).
Hence, it seems obvious that in view of the informational asymmetry and the difficulties that contracting authorities face when it comes to negotiating [see Telles and Butler, "Public Procurement Award Procedures in Directive 2014/24/EU", in F Lichere, R Caranta and S Treumer
(ed) Modernising Public Procurement: the new Directive (Copenhagen, Djof
Publishing, 2014) 131-184], this clause will rarely result in the initial offers reflecting the absolute best available conditions. If this is true (certainly, a difficult empirical question), then it would always be inefficient to award on the basis of the initial tenders, unless the negotiation costs where very high and could offset any loss of efficiency derived from second-best contract terms.
In short, I fail to see how the use of this clause can be made economically efficient in the generality of cases, particularly if contracting authorities do not have strong in house negotiation teams or are subjected to (political) constraints that prevent them from developing a credible long-run strong negotiation reputation. And, if its use it carries no clear economic advantage, then contracting authorities may be better off ignoring the clause in reg.29(15) PCR2015, as its weak use would open yet another opportunity to challenge award decisions on the basis of excess of discretion or failure to provide reasons where the contracting authority chooses not to negotiate for undisclosed (or inexistent) reasons.
Restricted procedures under Reg. 28 Public Contracts Regulations 2015
Reg.28 of the Public Contracts Regulations 2015 deals with restricted procedures and transposes the rules in Art 28 of Directive 2014/24. As Pedro has indicated, it has a similar content as reg.27 PCR2015 regarding the open procedure (ie focusses on minimum time limits and their potential shortening) and, consequently, it is open to similar comments. I do not have anything to add on that front.
In my view, there are two issues that are not explicitly regulated in reg.27 PCR2015 that require careful consideration by contracting authorities.
First, given that resorting to this procedure increases the minimum time needed to award a contract if compared to an open procedure (from a bare minimum of 25 v 15 days, to a maximum difference at the longest end of 35 v 60 days), the decision to resort to a restricted procedure instead of an open procedure should take into account the potential gains (in terms of reduced evaluation costs, but not in terms of qualitative selection) and the potential losses (particularly in terms of competition if the number of invited tenderers is limited after the first stage), and be proportionate.
Second, restricted procedures may be used efficiently in cases where not all contract documents are ready at the time of the call for tenders. This is particularly the situation in the procurement of works, where the call for tenders may be published before the detailed plans and specifications are ready, so that finalisation of the project and selection of the tenderers is run in parallel to win time.
In my view, this remains possible and is probably the preferable option for the procurement of complex projects without negotiation. Some may express concern in view of the rules on disclosure of documents under reg. 53 PCR2015 (to be commented in due course), but I do not think that such rule can impose any restriction on this use of restricted procedures. Even if this implies advancing some comments that may be more pertinent regarding reg.53 PCR2015, these are the reasons I can provide for this approach, which come from an exchange of emails with a practitioner (if authorised, I will disclose its identity).
Firstly, I think that nothing in the EU Directive has changed the documentary requirements as such (and, hence, nothing in the PCR2015 by implication: see explanatory memorandum, where it is clearly indicated that reg.53 is a copy-out of art 53 Dir 2014/24). All provisions on electronic communication are ... about process/technology but not substance (see recital 52 of Dir 2014/24). Hence, they should not alter existing lawful practice.Secondly, from a strictly technical perspective in terms of statutory interpretation of reg.53 PCR2015, I think there is a good systematic point to support this interpretation in reg.53(6) itself, as it clearly shows that further documentary disclosure (beyond the tender documents initially made available) is possible—up until 6 days before tender submission. In my view, given the general possibility to disclose detailed technical plans, drawings and specifications not originally included in the tender documents, the issue then rests on two points: transparency and equal treatment.On transparency, if the contracting authority clearly in the pre-PQQ contract notice that the detailed plans will be made available only to shortlisted tenderers, this should create no problems provided that the information disclosed at that stage allows potentially interested bidders to have a rough idea of the project and its requirements, and to complete satisfactorily the PQQ phase. This was clearly the position of the ECJ: ‘all technical information relevant for the purpose of a sound understanding of the contract notice or the tendering specifications must be made available as soon as possible to all the undertakings taking part in a public procurement procedure’ [Case T-345/03 Evropaïki Dynamiki v Commission (CORDIS) [2008] ECR II-341 145. See also Case T-297/05 IPK International v Commission [2011] ECR II-1859 124].On equal treatment, ... the key issue involves the need to make sure that no undertaking is advantaged (because they are involved in the planning, fundamentally) as ‘the unequal treatment consisting in a delay in making certain technical information available to the tenderers, with the exception of the successful tenderer, constitutes a procedural defect’ [Case T-345/03 Evropaïki Dynamiki v Commission (CORDIS) [2008] ECR II-341 160 and ff. See also Case T-50/05 Evropaïki Dynamiki v Commission (ECMS) [2010] ECR II-1071, where delays in disclosure of source code to tenderers other than the incumbent are discussed].All that is just to indicate that the contracting authority should clarify why it is necessary and proportionate for it to use this two-stage disclosure process (expediency, cost, etc – the fact that it is a consolidated practice under the pre-existing regulations may also help) and then avoid restricting access to any information that would have allowed specific tenderers to participate (such as the need to carry out specialist work, for instance), or that advantages specific undertakings. If those risks are covered, I see no problem in ... carrying on as they used to under the PCR2006 [ie, to use the restricted procedure to carry out a two part procurement process that enables the contracting authority to progress procurement whilst still working on the drawings and detailed specifications etc. that will form the tender documents after invitation].
Duty to state reasons for the ranking of tenders in public procurement: Evropaïki Dynamiki strikes back (T-297/09)
In its Judgment in Evropaïki Dynamiki v EASA, T-297/09, EU:T:2015:184, the General Court (GC) has assessed once more the contours of the obligation to state the reasons underlying public procurement decisions, this time regarding the classification of a tenderer in second or third position in a cascade procedure leading to the conclusion of 'ranked' framework contracts--and, once more, upon a challenge of a procurement decision by an EU Institution (this time, the European Aviation Safety Agency, EASA) by Evropaïki Dynamiki. On this occasion, the GC annuls some of EASA's Decisions classifying Evropaïki Dynamiki's tenderer in second or third position in the cascade procedure, but it does not award damages and imposes a 25/75 split of costs between the parties. The reasoning of the GC deserves some close attention and it is worth reminding that the case was on procurement controlled by Financial Regulation (EC, Euratom) No 1605/2002.
The case is interesting and rather unconventional because it is concerned with framework agreements that EASA planned to conclude with the 3 top tenderers for each of the 5 lots tendered. Evropaïki Dynamiki's tenders being ranked second and third for different lots, then, did not exclude the undertaking from the framework agreements--which thus reduced the challenge to the ranking itself, but not to the conclusion of the ensuing framework agreements or the call-offs within them. Consequently, the challenge is actually concerned with the inclusion in the framework agreements of other tenderers, which looks like a rather uncommon setting for a procurement dispute.
This triggered an objection of inadmissibility by EASA, on the grounds that Evropaïki Dynamiki is one of the tenderers to which framework
contracts were awarded for four lots, so it
cannot be precluded that it will conclude specific contracts with
EASA; and, second, that Evropaïki Dynamiki cannot challenge the award decisions, since
it signed four framework contracts for the four lots in question and
annulment of the contested decisions would serve no useful purpose. The GC rejected these arguments and declared the action admissible on the following grounds:
41 According to settled case-law, an action for annulment brought by a natural or legal person is admissible only in so far as that person has an interest in the contested measure being annulled (judgments of 14 September 1995 in Antillean Rice Mills and Others v Commission, T‑480/93 and T‑483/93, ECR, EU:T:1995:162, paragraph 59; 25 March 1999 in Gencor v Commission, T‑102/96, ECR, EU:T:1999:65, paragraph 40; and 14 April 2005 in Sniace v Commission, T‑141/03, ECR, EU:T:2005:129, paragraph 25). That interest must be vested and present (judgment of 17 September 1992 in NBV and NVB v Commission, T‑138/89, ECR, EU:T:1992:95, paragraph 33) and is evaluated as at the date on which the action is brought (judgment of 16 December 1963 in Forges de Clabecq v High Authority, 14/63, ECR, EU:C:1963:60, p. 357, at 371, and judgment in Sniace v Commission, cited above, EU:T:2005:129, paragraph 25).
42 In the present case, as EASA observes, each framework contract is implemented by specific contracts concluded according to the cascade mechanism. According to Section 2.7.1 of the tender specifications, when more than one contractor is nominated, EASA determines the specifications of the services required and will first address its request to the contractor who has been ranked first. If this contractor is unable to meet any of the criteria, EASA will address the same request to the contractor who has been ranked second. This process will end with conclusion of a specific contract with one of the contractors who were ranked among the top three and who can meet all the specifications of the services. It follows that if the applicant had been ranked first according to the cascade, this might have secured an advantage for it and that its ranking in a lower position amounts to a significant loss of opportunity. Such a ranking decision therefore produces legal effects vis-à-vis the applicant.
43 Moreover, the fact that the framework contracts which are the subject of the call for tenders at issue have been signed and implemented does not call into question the applicant’s legal interest in bringing proceedings. It is settled case-law that, even where a decision to award a contract has been fully implemented for the benefit of other competitors, a tenderer retains an interest in the annulment of such a decision; such interest consists either in the tenderer’s being properly restored by the contracting authority to his original position or in prompting that authority to make suitable amendments in the future to the tendering procedure if that procedure is found to be incompatible with certain legal requirements (see, to that effect, judgments of 6 March 1979 in Simmenthal v Commission, 92/78, ECR, EU:C:1979:53, paragraph 32, and of 14 October 1999 in CAS Succhi di Frutta v Commission, T‑191/96 and T‑106/97, ECR, EU:T:1999:256, paragraph 63). In the present case, the applicant retains at least an interest in the tenderers’ being correctly ranked according to the cascade (T-297/09, paras 41 to 43, emphasis added).
This is an interesting point to take into consideration. In my view, the implication of the reasoning of the GC is that, should a framework agreement not carry any of the rankings into the call-off phase (ie where the call-offs are either based on a free choice of the contracting authority, or based on a mini-competition), there seems to be no legitimate interest for a contractor included in the framework agreement to challenge the inclusion of other competitors in the contract--that is, the contractor does not have a right to determine whose competitors to face within the framework agreement.
In my view, though, that is not necessarily the case, particularly if the exclusion of a given tenderer would have resulted in a framework including a more limited number of contractors. Hence, a case by case approach seems necessary in all instances, and no a contrario interpretation of the GC's reasoning in Evropaïki Dynamiki v EASA should be made.
The second part of the Judgment that I consider relevant concerns the award for damages. Given that the GC had determined that the admissibility of the claim rested on the fact that being ranked higher "secured an advantage ... and that ... ranking in a lower position amounts to a significant loss of opportunity", it would have seemed logical to expect a claim for compensation due to such "significant loss of opportunity" to be accepted and compensation, at some level, to be granted to Evropaïki Dynamiki.
In that regard, I find it internally inconsistent that the GC has contrarily determined that
As regards lots 2, 3 and 5, it is true that the contested decisions are vitiated by an inadequate statement of reasons and must be annulled for that reason. However, the inadequacy of the statement of reasons does not mean that the award of the contracts to the tenderers ranked higher in the cascade constitutes wrongful conduct or that there is a causal link between that fact and the loss alleged by the applicant (see, to that effect, judgment of 25 February 2003 in Renco v Council, T‑4/01, ECR, EU:T:2003:37, paragraph 89). It follows that the application for damages in respect of the alleged harm suffered as a result of the contested decisions in the context of lots 2, 3 and 5 of the call for tenders at issue must be dismissed as unfounded in so far as it is based on the inadequate statement of reasons for those decisions (T-297/09, para 185, emphasis added).
In my view, if the rankings were set out in a way that failed to state adequate reasons and Evropaïki Dynamiki has prevailed in getting those decisions annulled, then the preference given to the first ranked contractor should also have been annulled or, at least, compensated for.
The decision of the GC makes some more sense if one takes into account that Evropaïki Dynamiki decided to limit the challenge to the decision on ranking itself (as set out in para 39, it withdrew "its application for annulment of all further related decisions contained in its first head of claim; that head of claim concerned only the decisions to rank its tenders second or third in the cascade. It follows that this action relates only to the contested decisions. Accordingly, the scope of the present application for annulment must be restricted to an examination of the lawfulness of those decisions.").
However, the internal consistency of the consideration of a "significant loss of opportunity" regarding the admissibility of the claim is hard to reconcile with the apparent neutrality that the annulment of the decisions seems to have on the financial interests of Evropaïki Dynamiki in the view of the GC.
Open procedures under Reg. 27 Public Contracts Regulations 2015
Open procedures are regimented in reg.27 of the Public Contracts Regulations 2015 (PCR2015), which transposes the rules in Art 27 of Directive 2014/24--once again, altering the order of its contents without substantive changes. The rules are quite straightforward (but not free from criticism, as Pedro has shown).
Firstly, given the open nature and the one-stage design of these procedures, any interested economic operator may submit a tender in response to a contract notice [reg.27(1) PCR2015], and the tender shall be accompanied by the information for qualitative selection that is requested by the contracting authority [reg.27(3) PCR2015].
Secondly, the general minimum time limit for the he receipt of tenders shall be 35 days from the date on which the contract notice was sent [reg.27(2) PCR2015], which can be reduced by 5 days the time limit for receipt of tenders where it accepts that tenders may be submitted by electronic means in accordance with reg.22 PCR2015 [reg.27(6) PCR2015].
Thirdly, this time limit can be reduced to 15 days in two cases: (a) where contracting authorities have published a prior information notice
which was not itself used as a means of calling for competition between 35 days and 12 months before the date on which the contract notice was sent, and included all the information required for the contract notice [reg.27(4) PCR2015]; or (b) where a state of urgency duly substantiated by the contracting authority renders impracticable the 35-day time limit [reg.27(5) PCR2015].
Consequently, the range of minimum time limits applicable to open procedures will be of 15-30-35 days, depending on the circumstances of the case [see Annex B of the Crown Commercial Service, A brief guide to the EU Public Contracts Directive (2014, updated Feb 2015)]. This does not mean that this is always or necessarily the adequate time span that contracting authorities should allow for tender preparation, and that time limit should be set in accordance with the principles of proportionality and competition [see reg.18 PCR2015].
Choice of procedures under Reg. 26 Public Contracts Regulations 2015
Reg.26 of the Public Contracts Regulations 2015 (PCR2015) transposes Art 26 of Directive 2014/24 and establishes rules on the choice of procedures for the tendering of public contracts, which have now been increased to a total of 6 options: open, restricted, competitive with negotiations, competitive dialogue, negotiated without prior publication and innovation partnership. This is a topic that Pedro discussed in detail in his paper with our colleague and common friend Luke Butler ["Public Procurement Award Procedures in Directive 2014/24/EU", in F Lichere, R Caranta and S Treumer
(ed) Modernising Public Procurement: the new Directive (Copenhagen, Djof
Publishing, 2014) 131-184], so I expect him to provide us with interesting insights in his comment today (as he actually has).
Reg.26(1) and (2) PCR2015 depart significantly from the drafting of Art 26(1) Dir 2014/24 and, in my view, improve their drafting significantly by establishing that contracting authorities shall apply procedures that conform to this Part and that they can only award contracts if a call for competition has been published, except where reg.32 PCR2015 permits contracting authorities to apply a negotiated procedure without prior publication. This establishes a clear link to Art 2d(1)(a) of Directive 89/665 on remedies (as amended), according to which Member States shall ensure that a contract is considered ineffective if the contracting authority has awarded a contract without prior publication of a contract notice in the Official Journal of the European Union without this being permissible in accordance with Directive 2014/24. And, in general, it comes to require Member States to resort to a specific procedure within the catalogue foreseen in Dir 2014/24, unless they can dispense with a negotiated award without prior publication.
Reg. 26(3) conflates Arts 26(2) and 26(3) Dir 2014/24 and establishes two redundant rules, whereby contracting authorities can apply open or restricted procedures or innovation partnerships as regulated in its Part 2.
Regs.26(4) to (7) PCR2015 then go on to establish the grounds for the use of either a competitive procedure with negotiation or a competitive dialogue. They reorder the content of Art 26(4) Dir 2014/24, but they do not deviate therefrom. In my view, this is one of the criticisable novelties of Dir 2014/24, which has created a scenario where it can almost always be justified to resort to a procedure involving negotiations. This is in line with the main goals of the 2011 reform proposal, but it creates significant issues. I provide my comments below.
Regs.26(8) to (10) establish precise rules on the way in which the call for competition needs to be carried out for the procedure to comply with the requirement of reg.26(2) PCR2015, and establishes a primary rule (need to publish a contract notice) and a secondary rule (concerning the publication of prior information notices).
It is worth stressing that reg.26 PCR2015 does not transpose Art 26(6) Dir 2014/24, which establishes the unnecessary and redundant rule that "In the specific cases and circumstances referred to expressly in Article
32, Member States may provide that contracting authorities may apply a
negotiated procedure without prior publication of a call for
competition. Member States shall not allow the application of that
procedure in any other cases than those referred to in Article 32". Economising this paragraph is a positive contribution to simplification of the rules on choice of procedures.
Going back to the issue of the increased scope for the use of procedures involving negotiations, ie competitive procedures with negotiation and competitive dialogue, I consider the rules in Art 26(4) Dir 2014/24, and those in regs.26(4) to (7) PCR2015 by implication, very unsatisfactory. The following is extracted from Public procurement and the EU competition rules, 2nd edn (Oxford, Hart, 2015) 272-278, where I provide a fuller account of my views on the rules on choice of procedures. I am only focusing on Art 26(4) Dir 2014/24 here, and only from the perspective of the impact on competition that resorting to negotiated procedures can have, particularly if they become the norm.
Recourse to Competitive Dialogue
and Competitive Procedure with Negotiation. Directive 2014/24 establishes common grounds for
the contracting authorities to resort to either of these two procedures and,
consequently, to engage in significant negotiations with candidates.[1] The European Commission
has clarified that ‘the competitive
dialogue has been simplified and made more practicable. It is now accessible
under the same conditions as the competitive procedure with negotiation giving
the contracting authority full choice’.[2] According to article 26(4)
of Directive 2014/24, there is a numerous
clausus of situations that justify recourse to these procedures. However,
in view of the lack of precision of some of the grounds, it is hard to argue
that contracting authorities are actually constrained not to resort to them.
Indeed, on the one hand,
article 26(4)(a) sets out grounds based on project
complexity or the existence of special
needs of the contracting authority, and makes both procedures available if
(i) the needs of the contracting authority cannot be met without adaptation of
readily available solutions; (ii) they include design or innovative solutions; (iii)
the contract cannot be awarded without prior negotiations because of specific
circumstances related to the nature, the complexity or the legal and financial
make-up or because of the risks attaching to them; or (iv) the technical
specifications cannot be established with sufficient precision by the
contracting authority.[3] These grounds absorb the justification
for the use of the competitive dialogue in article 29 of Directive 2004/18, but
expand it significantly (partially, in line with the interpretative case law)
and, more importantly, extend it to the use of a competitive procedure with
negotiation that under its form of ‘negotiated procedure with prior publication’
was much more limited in article 30 of Directive 2004/18. Such an expansion in
the availability of procedures involving negotiation can potentially give rise
to significant restrictions of competition and will be assessed in detail below.
On the other hand, article
26(4)(b) makes these procedures available where, in response to an open or a
restricted procedure, only irregular or
unacceptable tenders are submitted. The Directive further clarifies both
concepts indicating that irregular tenders will, in particular, be those that
do not comply with the procurement documents, which were received late, where
there is evidence of collusion or corruption, or which have been found by the
contracting authority to be abnormally low. On its part, unacceptable tenders
will in particular cover those submitted by tenderers that do not have the
required qualifications, and tenders whose price exceeds the contracting authority’s
budget as determined and documented prior to the launching of the procurement
procedure. This possibility was already present in article 30(1) of Directive
2004/18 and it seems fundamentally in line with the interpreting case law.[4]
Consequently, from a
competition perspective, the analysis needs to focus fundamentally on the
potential expansion in the use of competitive dialogue and competitive
procedure with negotiation in situations justified on the basis of project complexity or the existence of special needs of the contracting
authority (art 26(1)(a) dir 2014/24).
(a) Consolidation and expansion of the criteria
authorising the use of competitive dialogue.As mentioned in passing, the aim of the competitive
dialogue procedure introduced by Directive 2004/18 and now regulated in article
30 of Directive 2014/24 is to allow for a close cooperation between
undertakings and public agencies in the definition of particularly complex
projects and serves the primary objective of guaranteeing that the undertakings
involved in the phase of project definition will not be excluded from the
subsequent tender for the implementation or construction of the same on grounds
of equal treatment.[5]
It is important to note
that this objective was warranted by recent developments in the case law of the
EU judicature, which prevented the automatic exclusion of undertakings that had
been instructed to carry out research, experiments, studies or development in connection
with public works, supplies or services from the subsequent tender procedure
for those works, supplies or services; and limited the cases for exclusion from
the subsequent tender to those in which, under the specific circumstances, the experience
acquired by those undertakings is capable of distorting competition[6] (which is now regulated
in art 41 dir 2014/24, see below §II.B.ii). In this regard, and
taking the argument further, the EGC held that if the exceptional knowledge
acquired by a tenderer as a result of work directly connected with the
preparation of a tendering procedure by the contracting authority itself could not
lead to its automatic exclusion from that procedure, there is even less ground
for excluding that tenderer from participating where such exceptional knowledge
derives solely from the fact that it participated in the preparation of the
call for tenders in collaboration with the contracting authority.[7]
Therefore, on hindsight,
the need for the competitive dialogue procedure in order to allow for pre-tender
involvement of undertakings that are potentially interested in participating in
the subsequent procedure can be put in doubt.[8] Nevertheless, the procedure
was adopted in Directive 2004/18 and probably constitutes one of the fields where
the main developments in public procurement practice and jurisprudence are
taking place.[9]
It is indeed one of the procedures that has attracted significant discussions
during the recent reform of the rules leading to the approval of the 2014
Directives.
It is worth recalling that
the circumstances and conditions under which a contracting authority could use
the competitive dialogue procedure remained largely unclear, both as a result
of the broad (and to a certain point, inconsistent) terms used in Directive
2004/18 and of the complete lack of case law on this issue.[10] In a preliminary
approach, recourse to competitive dialogue might have seemed to be relatively straightforward.
Article 29 of Directive 2004/18 expressly established that Member States could allow
their contracting authorities to resort to this procedure when dealing with
particularly complex contracts, but only if they considered that the use of the
open or restricted procedure would not allow the (proper) award of the contract
(which has now been suppressed as a requirement under art 26(1)(4) dir 2014/24).
According to article 1(11)(c) of Directive 2004/18, particularly complex
contracts were those where the contracting authorities were not objectively
able to define according to the relevant rules (arts 23(3)(b), (c) or (d) dir
2004/18) the technical means capable of satisfying their needs or objectives,
and/or were not objectively able to specify the legal and/or financial make-up of
a project. Further interpretative criteria could be found in recital (31) of Directive
2004/18.[11] However, the joint reading
of these provisions generated significant doubts as regards the threshold of technical,
legal or economic complexity (or complexity
test)[12]
that had to be met to justify recourse to this procedure under the
2004 rules, as well as the degree of discretion that the contracting authority enjoyed
to assess these circumstances in the context of a specific tender.[13] Unfortunately, these
issues are not fully resolved by the drafting of article 26(1)(a) of Directive
2014/24, which (iii) and (iv) indents basically replicate and consolidate the
scant guidance available under the previous rules. The fact that the use of the
competitive dialogue is now a free alternative to the use of a competitive
procedure with negotiation also comes to undermine the need for the maintenance
of the competitive dialogue as a separate procedure—given that the creation of
this special process was strongly reliant on the prevention of abusive resort
to negotiated procedures[14] (as well as to overcome
the mentioned issue of the exclusion of undertakings involved in the design
stages of the procurement cycle).
Regardless of the specific
bounds that practice and future developments in the case law of the EU
judicature[15]
impose on the exercise of discretion related to recourse to competitive
dialogue procedures, the decision should be informed by the likely effect that
recourse to this procedure could generate on competition (even if that means
limiting the flexibility generally provided to the contracting authorities, as
they continue to be bound to respect the general principles of the TFEU, as
well as the principle of competition embedded in art 18 dir 2014/24, also in
relation with this special procedure). Directive 2014/24 seems to provide a clear interpretative argument along these
lines, given that article 65(3) requires that the number of candidates invited
to participate in the competitive dialogue (with a minimum of three) be sufficient
to ensure genuine competition. Therefore, recourse to competitive
dialogue might be banned when, under the circumstances of the case, the public authority
finds itself in a situation where competition cannot be preserved or is likely
to be altered or distorted. An analogical argument can be found in articles 30(6)
in fine and 30(7) in fine of Directive 2014/24 as regards the
prohibition of running the competitive dialogue in a such a manner that
competition is likely to be distorted. It is hereby submitted that contracting
authorities must refrain from having recourse to any of the procedures or other
instruments and institutions regulated in the Directive—and, particularly, the
competitive dialogue procedure—if doing so would prevent, restrict or distort
competition.[16] In those instances,
alternative arrangements could be required in order to pursue the specific project.
As regards the case of competitive dialogue, breaking down the project into
smaller parts, or the internalisation of certain functions or phases by the
contracting authority, could sometimes dissipate the potential distortions of
competition likely to arise from the conduct of a competitive dialogue.
(b) Flexibilisation in the Scope and Availability of
the Competitive Procedure with Negotiation (former Negotiated Procedure with
Prior Publication of a Notice). It is important to stress that the 2014 rules have
transformed the nature and availability of the traditionally labelled as negotiated
procedure, now competitive procedure with negotiation. Under the applicable
rules in Directive 2004/18 (art 30), this was clearly a special procedure that
could only be used in the numerus clausus
of situations expressly foreseen (ie, had exactly the same treatment as
negotiated procedures without prior publication, discussed below). Remarkably, the
ECJ had repeatedly stressed that the derogations from the rules intended to ensure
the effectiveness of the rights conferred by the TFEU in relation to public
contracts are exhaustive[17]and must be interpreted
strictly.[18] Indeed,
awarding contracts without
a prior call for tenders may harm not only potential tenderers but also the
public, which pays for procurement projects through taxation, and may
distort the competitive nature of the public procurement market,
undermining the effectiveness of the Treaty rules on fundamental Community
freedoms. For this reason, a provision
which allows a contracting authority to dispense with a call for tenders should
be narrowly construed.[19] (emphasis added)
Therefore, the list of
circumstances contained in article 30 of Directive 2004/18 constituted a numerus
clausus of exceptions to the general rule of recourse to open or restricted
procedures (see above), which must be interpreted strictly in order to prevent
competitive distortions.However, as mentioned in passing, this is no longer necessarily the
case. Despite the fact that article 26(4) of Directive 2014/24 presents the
rules in a similar manner and tries to set up a revised numerus clausus of grounds determining the availability of the
procedure, a cursory look at them clearly indicates that their drafting is too
open-ended to achieve such a goal. Indeed, this competitive procedure with
negotiation will be available for complex
projects (as discussed for the competitive dialogue) but, most importantly,
also where ‘the needs of the contracting
authority cannot be met without adaptation of readily available solutions’
(art 26(4)(a)(i)) or ‘they include design
or innovative solutions’ (art 26(4)(a)(ii)). Recital (43) of the Directive
provides some limited additional guidance indicating that
For works contracts, such
situations include works that are not standard buildings or where [the] works
includes (sic) design or innovative solutions. For services or supplies that
require adaptation or design efforts, the use of a competitive procedure with
negotiation or competitive dialogue is likely to be of value. Such adaptation or design efforts are
particularly necessary in the case of complex purchases such as sophisticated
products, intellectual services, for example some consultancy services,
architectural services or engineering services, or major information and
communications technology (ICT) projects. In those cases, negotiations may
be necessary to guarantee that the supply or service in question corresponds to
the needs of the contracting authority. In
respect of off-the-shelf services or supplies that can be provided by many
different operators on the market, the competitive procedure with negotiation
and competitive dialogue should not be used. (emphasis added)
However, even if interpreted
narrowly, these are two new grounds that make procedures involving negotiations
available and that, in our view, come to destroy the logic of the limited
availability of these procedures (and, equally, of the competitive dialogue),
unless a very restrictive objective
assessment of the actual need to
procure not-readily available or innovative solutions is carried out by the
European Courts[20]—which
seems an almost impossible exercise.[21] In that regard, it is
submitted that an effects-based approach should be undertaken on the basis of
article 18 of Directive 2014/24, so that resort to the competitive procedure of
negotiation is not possible if that would artificially narrow competition. This
is partially supported by the further clarification offered by recital (45) of
the Directive, which stresses some obvious requirements to the effect that
The competitive procedure
with negotiation should be accompanied
by adequate safeguards ensuring observance of the principles of equal
treatment and transparency. In particular, contracting authorities should
indicate beforehand the minimum requirements which characterise the nature of
the procurement and which should not be changed in the negotiations. Award
criteria and their weighting should remain stable throughout the entire
procedure and should not be subject to negotiations, in order to guarantee
equal treatment of all economic operators. Negotiations should aim at improving
the tenders so as to allow contracting authorities to buy works, supplies and
services perfectly adapted to their specific needs. Negotiations may concern
all characteristics of the purchased works, supplies and services including,
for instance, quality, quantities, commercial clauses as well as social,
environmental and innovative aspects, in so far as they do not constitute
minimum requirements. It should be clarified that the minimum requirements to
be set by the contracting authority are those conditions and characteristics
(particularly physical, functional and legal) that any tender should meet or
possess in order to allow the contracting authority to award the contract in
accordance with the chosen award criteria. In order to ensure transparency and
traceability of the process, all stages should be duly documented. Furthermore,
all tenders throughout the procedure should be submitted in writing (emphasis
added).
It is submitted that this
additional guidance misses the point, given that it basically foresees an only
partially-negotiated procedure that would not diverge significantly from an
open or restricted procedure with the acceptance of variants (see below §II.B.iv). In that regard, it is
important to stress that contracting authorities will still need to respect the
conditions of the tenders they publish, which can significantly limit their
ability to engage in technical negotiations with tenderers in a way that
resorting to variants would not. In that regard, the ECJ has recently stressed
that
even
though the contracting authority has the power to negotiate in the context of a
negotiated procedure, it is still bound to see to it that those requirements of
the contract that it has made mandatory are complied with. Were that not the
case, the principle that contracting authorities are to act transparently would
be breached … [the applicable EU rules do] not allow the contracting authority
to negotiate with tenderers tenders that do not comply with the mandatory
requirements laid down in the technical specifications of the contract.[22]
More generally, in practice,
it is unlikely that contracting authorities will respect those requirements and
implement effective safeguards that prevent excesses in the scope of the
negotiations and the way in which they are carried out. More importantly, the
use of these procedures should not be solely assessed against the principles of
transparency and equal treatment, but most importantly, against the
requirements of the principle of competition (as further elaborated below).
Generally speaking, it would not be surprising if competitive procedures with
negotiation became the most used procedure after the implementation of the 2014
rules. However, it would also be equally unsurprising that old problems linked
to an abusive use of these procedures were to be revived and constitute the
object of significant litigation in the coming years. In that regard, the regulation
of negotiated procedures without prior notice may become less relevant, given the
permissibility and flexibility that the competitive procedure with negotiations
seems to come wrapped in.
[1] For a critical view of this development and the underlying rationale, see L Chever and J Moore, ‘Negotiated Procedures Overrated? Evidence from France Questions the Commission's Approach in the Latest Procurement Reforms’ (2012) European Procurement & Public Private Partnership Law Review 228.
[2] European Commission, Public Procurement Reform Factsheet No. 3: Simplifying the Rules for Contracting Authorities (2014) 1.
[3] Such impossibility of drafting precise technical specifications should be assessed with reference to a standard, European technical assessment, common technical specification or technical reference within the meaning of points 2 to 5 of Annex VII of Directive 2014/24.
[4] Indeed, the definitions are fully in line with the European Commission’s long standing interpretation, see eg the Guide to the Community rules on public supply contracts other than in the water, energy, transport and telecommunications sectors, Directive 93/36/EEC (1997) 23 et seq.
[5] See: A Rubach-Larsen, ‘Competitive Dialogue’ in R Nielsen and S Treumer (eds), New EU Public Procurement Directives (Copenhagen, DJØF Publishing, 2005) 67, 68; S Treumer, ‘Competitive Dialogue’ (2004) 13 Public Procurement Law Review 178, 179; and Bovis (n 23) 171 and 239–43. The basis for this finding can be found in the positions of the Green paper of the Commission—Public procurement in the European Union: “Exploring the way forward” [COM(96) 583] (at 5.23); and Communication from the Commission—Public procurement in the European Union [COM(98) 143] (at 2.1.2.2). For a fuller discussion of the justification see S Arrowsmith and S Treumer, ‘Competitive Dialogue in EU law: a critical review’ in ibid (eds), Competitive Dialogue in EU Procurement (2012) 3, 16–25.
[6] Joined Cases C-21/03 and C-34/03 Fabricom [2005] ECR I-1559 36. However, an alternative and broader reading of this finding has been conducted by the EGC, that has considered that the ECJ ‘held that a candidate or tenderer cannot automatically be excluded from a tendering procedure without having the opportunity to comment on the reasons justifying such exclusion’; Joined Cases T-376/05 and T-383/05 TEA–CEGOS [2006] ECR II-205 65. Along the same lines, using the findings at Fabricom to ban general clauses that impose the automatic exclusion of potential tenderers on the basis of their shareholding structure or their affiliation with other undertakings, see Case C-213/07 Mikhaniki [2008] ECR I-9999 45–48 and 62.
[7] Case T-345/03 Evropaïki Dynamiki v Commission (CORDIS) [2008] ECR II-341 72.
[8] Contra: Rubach-Larsen, Competitive Dialogue (2005) 71–72. See also A Brown, ‘The Impact of the New Procurement Directive on Large Public Infrastructure Projects: Competitive Dialogue or Better the Devil you Know?’ (2004) 13 Public Procurement Law Review 160, 161.
[9] Arrowsmith and Treumer, ‘Competitive Dialogue in EU law’ (2012) 3–143.
[10] The scope of the provisions regulating competitive dialogue in Directive 2004/18 was unclear and future guidance from the EU judicature was thought to be required to delimit more precisely the field of application of this procedure; see generally S Arrowsmith, The Law of Public and Utilities Procurement, 2nd edn (London, Sweet & Maxwell,2005)Arrowsmith (n 28) 629–67. On the scope of this new procedure, see Treumer, The Field of Application of Competitive Dialogue (2006) 310–15; contra Arrowsmith Law of Public and Utilities Procurement, 2nd (2005) 634. See also MCJ Nagelkerke et al, ‘Competitive Dialogue Abyss or Opportunity?’ in G Piga and KV Thai (eds), International Public Procurement Conference Proceedings—Enhancing Best Practices in Public Procurement (2008) 275. For an update of the discussion, see Arrowsmith (n 28) 859–82.
[11] However, some of the criteria included in recital (31) and not in arts 1(11)(c) and 29 might have reduced value as a legal source when analysed according to relevant ECJ case law (Case 215/88 Casa Fleischhandels v BALM [1989] ECR 2789 31); see Treumer (n 3358) 308 and Arrowsmith and Treumer (n 117) 38.
[12] M Burnett, ‘Developing a Complexity Test for the Use of Competitive Dialogue for PPP Contracts’ (2010) European Public Private Partnership Law Review 215.
[13] Arrowsmith and Treumer (n 117) 36-50. It is important to stress their second proposition that ‘competitive dialogue can be used when contracting authorities cannot define the best technical means for meeting their needs or the best legal or financial make-up for the project’ (id, 43).
[14] Arrowsmith and Treumer (n 117) 37.
[15] So far, the ECJ has considered the nature of the competitive dialogue in several cases, but it has not issued significant guidance as regards its scope of application. See Case C-299/08 Commission v France [2009] ECR I-11587.
[16] See: ch 5, §II (public procurement must not distort competition between undertakings) and, specifically, the proposed interpretation of the principle of competition in art 18 dir 2014/24.
[17] Case C-399/98 Ordine degli Architetti [2001] ECR I-5409 101.
[18] Case 199/85 Commission v Italy [1987] ECR 1039 14; Case C-57/94 Commission v Italy [1995] ECR I-1249 23; Case C-318/94 Commission v Germany [1996] ECR I-1949 13; Joined Cases C-20/01 and C-28/01 Commission v Germany [2003] ECR I-3609 58; Case C-26/03 Stadt Halle [2005] ECR I-1 46; and Case C-480/06 Commission v Germany [2009] ECR I-4747 34–35. See also Opinion of AG Mazák in case C-480/06 Commission v Germany 51. See also SE Hjelmborg et al, Public Procurement Law—The EU Directive on Public Contracts (Copenhagen, DJØF Publishing, 2006) 58.
[19] Opinion of AG Poiares Maduro in case C-250/07 Commission v Greece 12 and 16. See also Case C-394/02 Commission v Greece [2005] ECR I-4713 33.
[20] See Davey, ‘Procedures involving negotiation in the new Public Procurement Directive (n 50) 105–06; and Telles and Butler (n 49) 13, who clearly indicate that although ‘Article 26(4)(a)(iii) appears to be similar to the previous requirement of Article 1(11)(c) of Directive 2004/18/EC, it does not in fact require a degree of particular complexity as had previously been the case’.
[21] Along the same lines, but option for a proposal of an alternative subjective test that could generate significant complications, see Telles and Butler (n 49) 13, who indeed find that ‘Under Directive 2014/14/EU, the test should essentially be subjective in nature: the contracting authority must justify why, in that specific situation, it needs to use either of these procedures. This should not depend on any external unit of measurement or comparison, i.e what the reasonable contracting authority would do in that situation. By “subjective”, it is meant the actual situation being faced at that moment by that specific contracting authority. In any event, the authors are of the view that the availability of broader grounds will enable easier reliance on any of the requirements set forth in Article 26(4)(a)’. It is submitted here that such an approach would be excessively lenient and that a degree of proportionality or reasonableness of the sort included in a reasonable contracting authority test would be preferable. For a similar proposition regarding the competitive dialogue rules in Directive 2014/24, see Arrowsmith and Treumer (n 117) 46, who argued that ‘in deciding whether an authority is “objectively” able to define the technical, financial, or legal composition of the contract it is to be judged against a “reasonable” contracting authority of the same size and nature’.
[22] Case C-561/12 Nordecon and Ramboll Eesti [2013] pub. electr. EU:C:2013:793 37 and 39. Cf. art 29(7) dir 2014/24 for a different approach.
Conditions relating to the GPA and other international agreements under Reg. 25 Public Contracts Regulations 2015
Reg.25 of the Public Contracts Regulations 2015 (PCR2015) follows closely the drafting of Art 25 of Directive 2014/24 and imposes the duty of equal treatment (ie treatment no less favourable than than accorded to EU operators) to the works, supplies, services and economic operators of the signatories of the World Trade Organisation's Government Procurement Agreement (GPA), and other international agreements by which the EU is bound.
The only difference between Art 25 Dir 2014/24 and reg.25 PCR2015 is that the former refers to "annexes 1, 2, 4 and 5 and the General Notes to the European Union’s Appendix I to the GPA", whereas the UK's domestic rule extends the non-discrimination obligation to "annexes 1, 2 and 4 to 7 and the General Notes to the EU’s Appendix 1 to the GPA". Hence, there seems to be a discrepancy between both rules, and the PCR2015 seem to include more parts of the GPA's annexes than Dir 2014/24. However, on closer look, it is clear (?) that there is no such difference on substance.
Understanding why there is no actual difference requires some digging on the scope of coverage of the GPA and its very recent modification, which entered into force in April 2014 (ie after dir 2014/24 was adopted). In
the 1994 version of the GPA, the coverage was structured in 5 annexes
plus general notes (*). In the revised 2011 version (effective 2014),
the coverage was reorganised in 7 annexes, the last being the general
notes themselves (**). Both annex structures however have in common that Annex 3 deals with
the coverage of "other entities".
Directive
2014/24 refers to the 1994 version of the GPA (still in force when it was
approved), whereas the PCR2015 refer to the
2011 GPA [see definition in reg.2(1) PCR2015, according to which “GPA” means the Agreement on Government Procurement between certain parties to the World Trade Organisation signed in Marrakesh on 15th April 1994 as amended--with reference to Council Decision 2014/115/EU on the conclusion of the Protocol Amending the Agreement on Government Procurement]. Hence, the drafting difference derives from the modification of the GPA between the approval of Dir 2014/24 and the PCR2015. Ultimately, though, reference to "annexes 1, 2, 4 and 5 and the General Notes to the European Union’s Appendix I to the [1994] GPA" in Art 25 Dir 2014/24 and to "annexes 1, 2 and 4 to 7 and the General Notes to the EU’s Appendix 1 to the [2011] GPA" in reg.25 PCR2015 means the same: "everything but Annex 3 on other entities".
Regardless of this drafting complication, there is not much more to say regarding the transposition of this provision. The more interesting outlook refers to the eventual completion of the European Commission's project on restricting access to public procurement by third country undertakings (ie non-EU, non-GPA, not-covered by other treaties), which seems to be gaining traction after some hiatus [for background discussion, see K Dawar, The "Proposed ‘Buy European’ Procurement Regulation: An Analysis" (2012) CEPR Global Trade Alert 89-98]. However, that exceeds the purpose of this comment.
For Pedro's interesting complementary views, mainly linked to the TTIP, see here.
For Pedro's interesting complementary views, mainly linked to the TTIP, see here.
(*) Annex 1: central government entities; Annex 2: sub-central government entities; Annex 3: other entities; Annex 4: services; and Annex 5: construction services. These were accompanied by unnumbered general notes.
(**) Annex 1: central government entities; Annex 2: sub-central government entities; Annex 3: other entities; Annex 4: goods; Annex 5: services; Annex 6: construction services; and Annex 7: general notes. This makes the reference to both annex 7 and general notes an unnecessary repetition.
New paper on the continuing relevance of general principles of EU public procurement after the Concessions Directive
I have just uploded on the University of Leicester School
of Law Research Paper SSRN series a new article on "The Continuing Relevance of the General Principles of EU Public Procurement Law after the Adoption of the 2014 Concessions Directive", which follows up on my criticism of the adoption of this regulatory instrument when it was first proposed [see A Sanchez-Graells, "What Need and Logic for a New Directive on Concessions, Particularly Regarding the Issue of their Economic Balance?" (2012) 2 European Public Private Partnership Law Review 94-104].
This new paper aims to offer some further reflections on the legal relevance of general principles of EU public procurement law after the adoption of the 2014 package of substantive Directives on public procurement. It focusses on the field of concession contracts because one of the explicit justifications for the adoption of Directive 2014/23 was to achieve a "uniform application of the principles of the TFEU across all Member States and the elimination of discrepancies in the understanding of those principles … at Union level in order to eliminate persisting distortions of the internal market".
The paper claims that Directive 2014/23 has failed on three grounds. Firstly, because it has not created any relevant substantive harmonisation of tender requirements for concessions that fall within its scope of application. Secondly, because it cannot limit the CJEU’s extension of obligations derived from general principles beyond its scope of application. And, thirdly, because it fails to acknowledge all general principles of EU public procurement law and, in particular, the principle of competition—creating a risk of inconsistency with the rest of the 2014 Procurement Package.
The full citation for the paper is A Sanchez-Graells, "The Continuing Relevance of the General
Principles of EU Public Procurement Law after the Adoption of the 2014
Concessions Directive" (March 20, 2015). University of Leicester School
of Law Research Paper No. 15-12. Available at SSRN: http://ssrn.com/abstract=2581683. I will be preseting it at the Public Procurement: Global Revolution VII conference in June 2015 at the University of Nottingham.
Conflicts of interest under Reg. 24 Public Contracts Regulations 2015
Reg.24 of the Public Contracts Regulations 2015 (PCR2015) establishes specific rules on conflicts of interest that follow closely those of Article 24 of Directive 2014/24, although it alters its structure and reorders its content.
Under these rules, contracting authorities shall take appropriate measures to effectively prevent, identify and remedy conflicts of interest arising in the conduct of procurement procedures so as to avoid any distortion of competition and to ensure equal treatment of all economic operators [reg.24(1) PCR2015].
Moreover, a minimum definition of conflicts of interest is provided, so that "conflicts of interest" shall at least cover any situation where relevant staff members have, directly or indirectly, a financial, economic or other personal interest which might be perceived to compromise their impartiality and independence in the context of the procurement procedure [reg.24(2) PCR2015]. Those relevant members of staff are further defined to include members of the contracting authority, or of a procurement service provider acting on behalf of the contracting authority, who are involved in the conduct of the procurement procedure or may influence the outcome of that procedure [reg.24(3) PCR2015].
Moreover, a minimum definition of conflicts of interest is provided, so that "conflicts of interest" shall at least cover any situation where relevant staff members have, directly or indirectly, a financial, economic or other personal interest which might be perceived to compromise their impartiality and independence in the context of the procurement procedure [reg.24(2) PCR2015]. Those relevant members of staff are further defined to include members of the contracting authority, or of a procurement service provider acting on behalf of the contracting authority, who are involved in the conduct of the procurement procedure or may influence the outcome of that procedure [reg.24(3) PCR2015].
Quite conveniently, the CJEU decided last week the case eVigilo [C-538/13, EU:C:2015:166] on the treatment of conflicts of interest in public procurement, which gave me the opportunity to express my views on this topic. They are available here. See Pedro's further comments here.
GC supports exercise of discretion in the assessment of technical compliance in public procurement (T-30/12)
In its Judgment in IDT Biologika v Commission, T-30/12, EU:T:2015:159 (only available in DE and FR and involving public procurement by the EU Institutions), the General Court (GC) has decided on an issue involving the contracting authority's discretion to assess the sufficiency of technical reports and certificates submitted by the tenderer in order to proof conformity of its offer with requirements set out in the technical
specifications. This is an important case because it supports the exercise of technical discretion in the assessment of compliance with specifications in public procurement processes and, in my view, consolidates a welcome anti-formalistic development of this area of EU public procurement law.
In the case at hand, there was a tender for the supply of anti-rabies vaccines to a region in Serbia. The technical specifications determined that the vaccines had to meet certain conditions, amongst which it was necessary to demonstrate that the vaccine had been registered by the European Medicines Agency or equivalent agency of an EU Member State, and that its use was also authorised by the Serbian medicines agency prior to its distribution.
Bioveta made an offer to supply anti-rabies vaccines based on a type of virus ("SAD-Bern MSV Bio 10") that differed from the one included in the registration and the authorisation documents it submitted as part of the technical documentation (referring to "SAD-Bern"), which had been obtained for commercialisation in both Serbia and the Czech Republic.
In view of that discrepancy, the contracting authority required Bioveta to clarify and confirm that, despite the use of a different virus, the vaccine it offered did not require a new registration with a medicines agency, and that the commercialisation under a different name did not breach the initial authorisation to distribute the product in the Serbian market.
In simple terms, Bioveta explained that the virus had been changed in 1992 and that the "SAD-Bern MSV Bio 10" was the virus used when the product had been authorised for distribution in Serbia. It also submitted a written explanation of the mere commercial orientation of the change of name (implemented to distinguish Bioveta's vaccines from those of competitors that also sold solutions based on the "SAD-Bern" virus), and submitted that it did not require new registration. It also furnished a report by the Czech medicines agency that confirmed that the products were equivalent and the name "SAD-Bern MSV Bio 10" had been used in all registrations and renewals that had taken place since 1992.
The contracting authority considered that the clarification was sufficient and the contract was eventually awarded to Bioveta. The decision was subsequently challenged by the competing bidder IDT Biologika on several grounds (some of them very technical in veterinary terms). In my view, the interesting ground for challenge rests on the discretion of the contracting authority when it comes to the assessment of technical aspects of a tender for a contract to be awarded on the basis of the lowest price (or in post-2014 terms, to the most cost-effective offer).
IDT Biologika fundamentally submitted that the explanations and certificates provided by Bioveta had been improperly assessed and taken into consideration by the contracting authority, and that the award decision was flawed due to the exercise of excessive discretion in accepting them--as, in IDT Biologika's view, the contracting authority should have taken a formalistic approach and rejected Bioveta's tender.
In order to resolve this issue, the GC builds on CMB and Christof v Commission, where it was established that "in the context of a public procurement procedure where ... the contract is awarded to the tenderer who has submitted the lowest priced administratively and technically compliant tender, the contracting authority limits its margin of discretion with regard to the award of the contract to the lowest priced tender among the compliant tenders. However, its margin of discretion must remain broad with regard to the evaluation of the conformity of the tenders presented, and in particular the documentation provided in that regard" (T-407/07, EU:T:2011:477, para 116, emphasis added). It then goes on to determine that, in view of the information supplied by Bioveta, it was not unreasonable or manifestly wrong for the contracting authority not to reject the tender.
In my view, this is a significant consolidation of the case law and, under the CMB and Christof v Commission and IDT Biologika v Commission line of case law, contracting authorities and their evaluation teams should be confident in sticking to a possibilistic approach towards the assessment of the tenders--so as to move past strict formalities and accept sufficient technical evidence as to ensure compliance with the technical specifications.
This is certainly the correct approach from the perspective of maximization of competition and the assessment of technical requirements from a functional perspective--and, consequently, the one that best fits the framework set by Art 44 of Directive 2014/24 on test reports, certification and other means of proof of conformity with requirements or criteria set out in the technical
specifications, the award criteria or the contract performance
conditions (in particular, art 44(2) dir 2014/24 on alternative means of proof).
Nomenclatures under Reg. 23 Public Contracts Regulations 2015
Reg.23 of the Public Contracts Regulations 2015 (PCR2015) is probably one of the shortest and most straightforward ones, as it merely replicates Article 23 of Directive 2014/24 and indicates that any references to nomenclatures in the context of public procurement shall be made using the CPV, which is in turn defined in reg.2 PCR2015 as the Common Procurement Vocabulary as adopted by Regulation (EC) No 2195/2002 of the European Parliament and of the Council as amended from time to time. Nothing to add (on my part; Pedro did find some things to say).
A conversation on horizontal policies in public procurement
I was kindly invited to talk about centralisation and public procurement at the Law School of the University of Lisbon last week by Prof. Miguel A. Raimundo. At the event, Prof. Nuno Cunha Rodrigues provided an initial overview on the opportunities that centralisation can create for the pursuit of horizontal or secondary policies. Based on my general views (here), I opposed the use of centralisation to achieve secondary policy goals, for the standard economic reasons, as well as for the issue of the democratic deficit that would ensue from allowing centralised purchasing bodies to act as market regulators.
Prof. Cunha Rodrigues has followed up on our discussion via email and has provided me with some detailed remarks (plus a short rebuttal/further thoughts I am adding at the end)(*). With his consent, I am posting them below (in black), accompanied by my own reaction to his points (in blue). I hope this "virtual" conversation on horizontal policies in procurement will be of interest. By all means, please feel free to comment.
Dear Albert:
As I told you personally, I´m a great admirer of your work
which I´ve been following through your several publications and your blog. I
saw your last post and I just wanted to make some comments on it.
Far too kind.
As a matter a fact, I don´t have a close view on secondary
or horizontal policies. It´s still to be proved their efficiency knowing that
State has several other tools in order to promote the same goals associated to
secondary policies, like the use of sectorial legislation, taxation or
subsidies.
In my view, this should suffice to at least refrain from their expansion, particularly under centralised procurement.
Nevertheless, I think we shouldn`t regret the importance of
the (possible) use of public procurement to pursue (some) secondary policies
like social policies. Said this, I just want to make some telegraphic notes:
i) It´s true that the pursue of secondary policies through
public procurement does not have (enough) democratic legitimacy. Still, knowing
that (most) of the central purchasing bodies in Europe directly depend on
central government, we can say that centralisation of public procurement is the
(ideal) way to develop secondary policies because governments can directly
control those bodies and the policies they pursue (in Portugal, central
government can send direct instructions to the central purchasing body). The issue of democratic legitimacy is one that can provoke a
huge discussion namely in the field of EU law (and the powers of the European
commission…);
I strongly disagree with this approach. The issue is quite significant because the establishment of higher requirements (green, social or otherwise) in procurement than in general consumption of goods in services shows a clear regulatory/legislative double-standard that can hardly be monitored or resolved through governmental control of the central purchasing body. There is no good reason why the public sector cannot purchase goods and services legally marketed to private buyers. If the government/legislator considers that a given product or service should not be consumed for objective reasons, it needs to legislate in that way. Otherwise, this approach does not only lead to a clear democratic deficit, but also to a cross-subsidy that can go both in favour of or against the public purse / consumer purse.
ii) Public bodies are subjected to the legality principle.
As so, and knowing that most European constitutions (and the TFEU) acknowledge
the precaution principle in environmental issues and also the equality
principle, one can recognise that secondary policies (namely social policies)
should be consider by public bodies on the decision of what to buy;
Yes, but only expressed and articulated (by hard law instruments) environmental and social rules. Again, as above, there is no reason why procurement policy needs to be more cautious in environmental or social terms than the explicit and legislated environmental and social policies themselves.
iii) Your last post mentions some articles that stress that
set-asides are a bad ideia. Some of those articles come from the 80’s and the
90’s, knowing that (modern) secondary policies (like the one connected with
environmental and social policies) appeared mainly last decade (after Concordia
Bus case, although I’m aware of previous Du Pont de Nemours case and others)
and that some authors have recognised their importance in the recent past, like
Arrowsmith, Kunzlik and MacCrudden (despite the fact that some may disagree
with these policies). After the Concordia Bus case, the 2004 and 2014 directives,
the national experiences and, mainly, the ECJ cases (like Concordia Bus,
Wienstrom and Ruffert) it became clear that there was a new role to public
procurement in this field;
In my view there is no new role (maybe some more regulatory space, but no new role) for secondary policies in the current rules and, in economic terms, the situation is exactly the same assessed under the studies I refer to. I agree that new empirical studies would be really useful in trying to price or measure the distortions created in EU markets at present, but I would stress that the value of proper empirical work is that it allows us to test economic theories. And, as far as I can read, there is no question that secondary/horizontal policies create economic inefficiency. The burden of proof, in empirical terms, lies on the other side.
iv) The economic crises that some European countries have
been facing showed the importance of public procurement as an economic policy
tool, like we saw mainly between 2009 and 2010 when the European Commission
inducted member states to spend more public money is order to stabilise
economy;
I partially agree, in that there is an economic role to be plaid by public procurement as a macroeconomic policy. However, that is a decision on the level of expenditure and, possibly, on areas of priority. However, that has nothing to do with what should be bought or how. I develop these issues distinguishing the different economic roles of procurement in my book and I stick to that [A Sanchez Graells, Public Procurement and the EU Competition Rules, 2nd edn (Oxford, Hart, 2015) 52-56].
v) In fact, market failures must be covered by state and
they can be through multiple ways (depending on how efficient they prove to
be), namely by regulation through contract (but sometimes, for sure, not
directly through public procurement but through other instruments such as
sectorial legislation, taxes or subsidies).
Not sure about this point. However, market failures are not the only ones that concern procurement, which should also be wary of regulatory or government failures. Capture or gold-plating by the central purchasing body is at least equally worrying.
vi) In the EU law, secondary policies appeared in a shy way
with the 2004 directives and they are one of the main causes of the 2014
directives so we can’t deny the will of the European legislator in this matter;
Yes, but that does not mean we need to acritically accept that whatever the legislator wants to do is in the society's best interest. There are too many theoretical and historical objections to list them here.
vii) If we exclude the use of secondary policies, we are
comparing, at the end, public procurement with private procurement. Still,
public procurement must follow public interest and this one is not always
connected with an idea of the lowest price or efficiency (or an idea of
simplification of public procurement).
I disagree. We are just disentangling the regulatory/public power of deciding what to buy from the economic mechanism of procurement, which should be concerned with how to buy that in the most efficient way.
Nevertheless, even the criteria of the lowest price can be
used to promote secondary policies (e.g. through technical specifications or
the use of eco-labels) and, on the other hand, by choosing the most economic
advantageous proposal, public bodies can promote secondary policies even
without a clear legal base, so every guidance we can give in this area will be
helpful;
Guidance may or may not be helpful. I agree that secondary policies could permeate different parts of the procurement cycle. However, the rules on technical specifications are much more stringent than those on award criteria in terms of accepting equivalent solutions and limiting formal restrictions to participation. Hence, I would much rather see green procurement limited to technical specifications and social clauses to contract compliance requirements (both of which have been limited in Dutch coffee and Bundesdruckerei) than in award criteria, where the scenario is much less streamlined.
viii) We know that, at the end, secondary policies can
determine that prices get higher for public bodies. Still, the goal of public
procurement is not only to assure value for money but also to promote public
interest and this one can allow public bodies to buy in a more expensive way in
order to promote, v.g., social policies.
This is very contentious. I completely disagree. Arrowsmith (in mild terms) and Kunzlik (in more enthusiastic terms) may agree with you. Here is a summary of the academic "conversation" we have been having for a while.
ix) Public interest (and European interest) has raised
environmental policy to one transversal European policy (and the ECJ has said
that) that must be included in public procurement concerns (and it was not in
the past). The ECJ has said the same about social policies, namely in the
Viking case;
That sounds like a bit of a simplification to me, particularly because the CJEU has always been stressing the need to comply with enacted secondary rules, rather than with policies. In any case, the opposition to secondary policies is not to be extended to procuring goods or services in compliance with the applicable legislation, which is an altogether different discussion.
x) I´m aware that the use of secondary policies may cause
distortions in the market (and in competition). But public procurement is not
concerned just with the competition principle (knowing that this one has been
raising its importance after FENIN-SELEX ECJ cases and the new directives). Here, proportionality principle may help to balance
competition principle with the pursue of secondary policies connected with the
public interest. In some cases, it might be necessary to exclude some
competitors that act in the same relevant market (e.g. State can exclude
competitors that sell cars that pollute excessively or sellers of inefficient
lamps) in order to promote secondary policies, namely promoting a change in
technology that its consider to be needed according to the public interest.
I disagree. If the State does not want excessively polluting cars, it needs to legislate against them. If it is legal to sell those cars, there is no justification for an exclusion of the offeror from public procurement. Secondary policies cannot be a fix for the inability to legislate appropriately.
xi) In the field of secondary policies, the use of soft law
is a way to, step by step, get to hard law and sometimes it has a fundamental
role in order to allow the operators to understand the functioning of hard law.
For example, competition law wouldn`t really be comprehensive without soft law
(knowing that, in most of the times, it follows ECJ case law) even if,
sometimes, the road gets away from soft law (e.g. what happens with the
relevant market definition and the modern economic approach to merger control).
We can also see the same use of soft law in tax law and I think we shouldn`t
deny it`s value in the interpretation and development of public procurement law
in the future.
If we don´t have soft law, the discretionary power of public
bodies would be even bigger knowing that the use of secondary policies is
allowed in the 2014 directives in general terms. As so, soft law can have a role in order to make more clear
the use of secondary policies (and the situations where they can´t be used)
although we are aware of the risks concerning the frontier between hard law and
soft law (that were already raised by the ECJ);
I disagree with this, particularly in the competition field. Soft law is an asymmetrical lye we tell ourselves simply to allow regulation to be developed below the radar screens. My more developed views are available at A Sanchez-Graells, Soft Law and the Private Enforcement of the EU Competition Rules (July 2010)].
xii) The use of social policies through public procurement
was, in some countries, a case of success in the past (v.g. USA; UK; Canada;
South Africa; Malasia) so we shouldn`t throw the possible use of it immediately
away;
I remain to be presented with any evidence about the success of any of those policies in any of those jurisdictions.
Like I said, this is just a short reaction to your post,
without quoting any article or book to support me, that I’m sending you with
friendship and admiration. I really don`t have a close view on this issue but I think
(and I agree with what you say on your blog) that, concerning secondary
policies, we won`t go back after 2014 directives. As so, operators will need
guidance in this matter in the future.
Well, it is certainly an area where we will continue holding academic debates. :)
Postscript: Some further thoughts by Prof. Cunha Rodrigues
i) You say that secondary policies, at the end, can produce "a cross-subsidy that can go both in favour of or against the public purse / consumer purse." I think that this idea is stick to one of economic efficiency that is not necessarily linked to public interest. Sometimes, it`s necessary to pay more (public purse / consumer purse) in order to get a superior social outcome or to have a change in technology so cross-subsidy can have a positive effect to tax payer in a near future (namely when we prove that the outcome is more efficient if compared with other public tools).
Promoting social policies buying to companies that employ handicapped persons may not satisfy economic efficiency but it will meet public interest and satisfy public procurement goals. Another example: every time technology moves forward, prices get higher at the beginning so State, through public procurement, can have a role in helping to develop that technology and getting prices to be cheaper, namely by buying those products. That happened, in several countries, for essence when some public bodies decide to buy electric cars (and, in those cases, I think that competition would be more distorted if we exclude from the market inefficient cars through hard law rather than excluding them through public procurement).
ii) You mentioned that “secondary policies cannot be a fix for the inability to legislate appropriately”. I think that this idea, at the end, would translate to hard law the decision to exclude some (inefficient) products from the market what might agravate the effect of distorting competition because: a) it wouldn´t allow private parties to decide what to buy; b) it would exclude private producers from the market, causing an even bigger distortion of competition than the one (eventually) caused by using secondary policies through public procurement.
This is somehow an idea similar to what happens in competition law where, in some cases, R&D can justify antitrust behavior (along with others conditions, for sure, according to article 101.º, n.º 3 of the TFEU). In both cases, one can say that competition principle or an idea of economic efficiency doesn`t necessary prevail. Naturally this example can’t be understood in cases where public procurement comes along with monopsony power (and I fully agree with you that the possible application of article 102.º of the TFUE can be wider, in the future, even knowing FENIN and SELEX cases, because of the role that central purchasing bodies can and will have under 2014 directives).
Postscript: Some further thoughts by Prof. Cunha Rodrigues
i) You say that secondary policies, at the end, can produce "a cross-subsidy that can go both in favour of or against the public purse / consumer purse." I think that this idea is stick to one of economic efficiency that is not necessarily linked to public interest. Sometimes, it`s necessary to pay more (public purse / consumer purse) in order to get a superior social outcome or to have a change in technology so cross-subsidy can have a positive effect to tax payer in a near future (namely when we prove that the outcome is more efficient if compared with other public tools).
Promoting social policies buying to companies that employ handicapped persons may not satisfy economic efficiency but it will meet public interest and satisfy public procurement goals. Another example: every time technology moves forward, prices get higher at the beginning so State, through public procurement, can have a role in helping to develop that technology and getting prices to be cheaper, namely by buying those products. That happened, in several countries, for essence when some public bodies decide to buy electric cars (and, in those cases, I think that competition would be more distorted if we exclude from the market inefficient cars through hard law rather than excluding them through public procurement).
ii) You mentioned that “secondary policies cannot be a fix for the inability to legislate appropriately”. I think that this idea, at the end, would translate to hard law the decision to exclude some (inefficient) products from the market what might agravate the effect of distorting competition because: a) it wouldn´t allow private parties to decide what to buy; b) it would exclude private producers from the market, causing an even bigger distortion of competition than the one (eventually) caused by using secondary policies through public procurement.
This is somehow an idea similar to what happens in competition law where, in some cases, R&D can justify antitrust behavior (along with others conditions, for sure, according to article 101.º, n.º 3 of the TFEU). In both cases, one can say that competition principle or an idea of economic efficiency doesn`t necessary prevail. Naturally this example can’t be understood in cases where public procurement comes along with monopsony power (and I fully agree with you that the possible application of article 102.º of the TFUE can be wider, in the future, even knowing FENIN and SELEX cases, because of the role that central purchasing bodies can and will have under 2014 directives).
Rules applicable to communication under Reg. 22 Public Contracts Regulations 2015 (II)
Following yesterday's discussion (on Pedro's blog and here) on the first part of reg.22 of the Public Contracts Regulations 2015 (PCR2015), we are bound to continue the assessment of the transposition of the rules of Article 22 of Directive 2014/24 as electronic communications are concerned (Pedro's further views are available here). I will pick up on the issue of oral communications, which Pedro discussed extensively yesterday and on which he raised some important issues concerning equality, non-discrimination and traceability of the communication. He also mentioned in passing the difficulties derived from language barriers to communication (oral or otherwise), which are of course the elephant in the room.
Reg.22(8) to (10) PCR2015 deals with the novelty of an (express) authorisation to carry on oral communications. Reg.22(8) establishes the authorisation, which covers communications other than those concerning the essential elements of a procurement procedure, provided that the content of the oral communication is documented to a sufficient degree. Reg.22(9) then determines what is not an essential element of the procedure, or rectius, indicates that the essential elements of a procurement procedure include the procurement documents, requests to participate, confirmations of interest and tenders. Reg.22(10) also makes the record-creation and record-keeping requirements more specific by stressing that oral communications with tenderers which could have a substantial impact on the content and assessment of the tenders shall be documented to a sufficient extent and by appropriate means, such as written or audio records or summaries of the main elements of the communication.
Looking at the provisions as a whole, I struggle to see how oral communications can actually be used properly. There are certain things that should not be done orally, such as providing clarification on the tender documents or requirements, or accepting clarifications on the documents or tenders submitted by bidders. Equally, it is hard to see how negotiation can be carried out orally when, under reg.22(9) PCR2015, the tenders themselves are an essential element of the procedure on which oral communications are not allowed. Of course, this does not square with the rule in reg.22(10) PCR2015, which aims to set a minimum threshold (or expectation) of record-creation when negotiations are conducted if they could have a substantial impact on the content and assessment of the tenders. All in all, I find this set of rules very confusing and internally contradictory, and I would be £0.05 to any takers that there will be significant litigation in the near future--that is, if contracting authorities dare to use oral communications to any significant degree.
Use of tools and devices not generally available
Reg.22(13) to (15) deal with the issue of means of electronic communication not generally available and builds an exception to the general rule established by reg.22(2) PCR2015. In order to allow contracting authorities to require the use of tools and devices which are not generally available, the regulation demands that that the contracting authorities offer suitable alternative means of access. These are then further specified in reg.22(14), which offers three alternative ways of ensuring alternative means of access: (a) offer unrestricted and full direct access free of charge by electronic means to the tools and devices concerned from the date of publication of the call for competition or from the date when the invitation to confirm interest is sent [in which case the further rules of reg.22(15) need to be respected]; (b) ensure that tenderers having no access to the tools and devices concerned, or no possibility of obtaining them within the relevant time limits, provided that the lack of access is not attributable to the tenderer concerned, may access the procurement procedure through the use of provisional tokens made available free of charge online; or (c) support an alternative channel for electronic submission of tenders.
Given that the last option is the only one likely not to impose a cost on the contracting authority and given that it avoids having to enter into the licences and authorisations that one would expect under options (a) and (b), my view is that most contracting authorities that insist on the use of means of communication not generally available will also end up supporting an alternative channel for electronic submission of tenders. This creates the same difficulties that we witnessed in the past (only?) regarding technical specifications set according to standards and the mandatory requirement to accept functionally equivalent solutions. Moreover, this creates significant issues of justification of the use of not generally available means of communication. If the alternative channels (supported or otherwise) work, what is the reason not to use them? Consequently, this is another area where the set of rules does not seem to make much internal sense and the availability of funds to sponsor use of not generally available means of communication (or its lack) may end up deactivating the provision in any case.
Technical requirements, security requirements and electronic signatures
Reg.22(16) to (21) set out rather precise requirements concerning the technical and security-related features of the electronic means of communication to be used, as well as specific rules concerning the use of electronic signatures. To be honest, the technicalities may create issues that I fail to see, but these requirements seem relatively uncomplicated to me. It is worth stressing that in determining the security level applicable to the electronic communications, contracting authorities are required to consider the need for proportionality between the expected benefits of any particular security requirements and the costs, burdens and obligations which those requirements may impose on economic operators. This seems like a reasonable requirement but, once more, effectively putting it in practice may be complicated, particularly if judicial review of that type of decision is based on a formal assessment of the contracting authority's decision.
CJEU offers clarification on identification and assessment of conflicts of interest in public procurement (C-538/13)
In its Judgment in eVigilo, C-538/13, EU:C:2015:166, the Court of Justice of the European Union (CJEU) has offered very much needed guidance on the assessment of conflicts of interest in public procurement, as well as the degree of forcefulness with which contracting authorities must tackle such important issue.
Its guidance will be very relevant in the interpretation and application of Article 24 of Directive 2014/24 on conflicts of interest, as well as the related provision on exclusion of economic operators affected by conflicts of interest [art 57(4)(e) dir 2014/24]. Thus, the eVigilo Judgment and the CJEU's reasoning deserve some close analysis.
Concerning the issue of conflict of interest (there were others to be addressed, particularly regarding the time limits for the challenge of a procurement decision), it is worth highlighting that eVigilo challenged the award on the basis of a bias of the experts who evaluated the tenders due to the existence of professional relations between them and the specialists referred to in the winning tender.
More specifically, eVigilo claimed that the specialists referred to in the tender submitted by the
successful tenderers were colleagues at the Technical University of Kaunas (Kauno
technologijos universitetas) of three of the six experts of
the contracting authority who drew up the tender documents and
evaluated the tenders. In its view, this was sufficient to strike the award decision down.
This is a situation that, in my view, would now be clearly covered by Art 24 Dir 2014/24 (not applicable to the conflict time-wise), whereby "conflicts of interest shall at least cover any situation
where staff members of the contracting authority or of a procurement service provider acting on behalf of the contracting authority who are
involved in the conduct of the procurement procedure or may influence
the outcome of that procedure have, directly or indirectly, a financial,
economic or other personal interest which might be perceived to
compromise their impartiality and independence in the context of the
procurement procedure" (emphasis added).
Hence, the CJEU's assessment of the claim is highly relevant. After reiterating its case law on the principles of equality, non-discrimination and transparency, and stressing that "[u]nder the principle of equal treatment as
between tenderers, the aim of which is to promote the development of
healthy and effective competition between undertakings taking part in a
public procurement procedure, all tenderers must be afforded equality of
opportunity", the CJEU considered that
37 The finding of bias on the part of an expert requires in particular the assessment of facts and evidence that comes within the competence of the contracting authorities and the administrative or judicial control authorities.
38 It should be pointed out that neither Directive 89/665 nor Directive 2004/18 contains specific provisions in that regard [and, it is worth adding, Directive 2014/24 does not contain any specific procedural rules as to how to assess these issues either].
39 The Court has consistently held that, in the absence of EU rules governing the matter, it is for every Member State to lay down the detailed rules of administrative and judicial procedures for safeguarding rights which individuals derive from EU law. Those detailed procedural rules must, however, be no less favourable than those governing similar domestic actions (principle of equivalence) and must not render impossible in practice or excessively difficult the exercise of rights conferred by EU law (principle of effectiveness) (see judgment in Club Hotel Loutraki and Others, C‑145/08 et C‑149/08, EU:C:2010:247, paragraph 74 and the case-law cited).
40 In particular, the detailed procedural rules governing the remedies intended to protect rights conferred by EU law on candidates and tenderers harmed by decisions of contracting authorities must not compromise the effectiveness of Directive 89/665 (see judgment in Uniplex (UK), C‑406/08, EU:C:2010:45, paragraph 27 and case-law cited).
41 It is not, as a general rule, contrary to those principles for an expert’s bias to be established in a Member State solely on the basis of an objective situation in order to prevent any risk that the public contracting authority could be guided by considerations unrelated to the contract in question and liable, by virtue of that fact alone, to give preference to one tenderer.
42 Concerning the rules on evidence in that regard, it should be pointed out that ... the contracting authorities are to treat economic operators equally and non-discriminatorily and to act in a transparent way. It follows that they are assigned an active role in the application of those principles of public procurement.
43 Since that duty relates to the very essence of the public procurement directives (see judgment in Michaniki, C‑213/07, EU:C:2008:731, paragraph 45), it follows that the contracting authority is, at all events, required to determine whether any conflicts of interests exist and to take appropriate measures in order to prevent and detect conflicts of interests and remedy them. It would be incompatible with that active role for the applicant to bear the burden of proving, in the context of the appeal proceedings, that the experts appointed by the contracting authority were in fact biased. Such an outcome would also be contrary to the principle of effectiveness and the requirement of an effective remedy ... in light, in particular, of the fact that a tenderer is not, in general, in a position to have access to information and evidence allowing him to prove such bias.
44 Thus, if the unsuccessful tenderer presents objective evidence calling into question the impartiality of one of the contracting authority’s experts, it is for that contracting authority to examine all the relevant circumstances having led to the adoption of the decision relating to the award of the contract in order to prevent and detect conflicts of interests and remedy them, including, where appropriate, requesting the parties to provide certain information and evidence.
45 Evidence such as the claims in the main proceedings relating to the connections between the experts appointed by the contracting authority and the specialists of the undertakings awarded the contract, in particular, the fact that those persons work together in the same university, belong to the same research group or have relationships of employer and employee within that university, if proved to be true, constitutes such objective evidence as must lead to a thorough examination by the contracting authority or, as the case may be, by the administrative or judicial control authorities.
46 Subject to compliance with the obligations under EU law, and specifically with those referred to in paragraph 43 above, the concept of ‘bias’ and the criteria for it are to be defined by national law. The same applies to the rules relating to the legal effects of possible bias. Thus, it is for national law to determine whether, and if so to what extent, the competent administrative and judicial authorities must take into account the fact that possible bias on the part of the experts had no effect on the decision to award the contract (C-538/13, paras 37 to 46, emphasis added).
In my view, the CJEU has handed down a very straightforward Judgment that clearly favours (or, actually, imposes) a strong reaction to allegations of bias and conflict of interest, and which sets a very high threshold regarding the relevant duty of the contracting authority to investigate and to act. Ultimately, this derives from the obligation of contracting authorities to enforce the general principles of procurement (now in art 18 dir 2014/24, which includes the principle of competition) and its diligent administration implications.
The reader will allow me to submit that this is fundamentally in line with my interpretation of the rules on conflict of interest under Art 24 Dir 2014/24 as developed in Public Procurement and the EU Competition Rules, 2nd edn (Oxford, Hart, 2015) 369-373, which I reproduce below.
Consequently, I cannot but welcome the CJEU's eVigilo Judgment and hope that Member States will take it into due account in the transposition of the rules of Dir 2014/24 into their domestic legal orders.
As a preliminary issue with
potential ramifications regarding all the decisions to be adopted at the stage
of evaluation of the tenders and award of the contract—although, as mentioned
previously, it is also relevant in various previous phases related inter
alia to the qualitative selection of tenderers—in our view, contracting authorities
are under an obligation to adopt an approach to the development of these tasks
that is both neutral and possibilistic. The existence of a duty of neutrality
or ‘impartiality’ of procurement procedures—and, implicitly, of contracting
authorities—as a specification of the principles of equal treatment, of the ensuing
transparency obligation, and of the principle of competition is a clear
requirement of the system envisaged in the directives,[1] and has been hinted at in
the EU case law by requiring that ‘the impartiality of procurement
procedures’ is ensured.[2]
The existence of such a
neutrality requirement is fundamental, and the EU judicature has consistently stressed
the obligation of contracting authorities to guarantee equality of
opportunity of tenderers at each and every stage of the tendering procedure.[3] Importantly, it should be
stressed that
Under
the principle of equal treatment as between tenderers, the aim of which is to promote the development of healthy and effective
competition between undertakings taking part in a public procurement
procedure, all tenderers must be afforded equality of opportunity when
formulating their tenders, which therefore implies that the tenders of all
competitors must be subject to the same conditions (emphasis added).[4]
Moreover, this ultimately rests on the clear position that a system of
undistorted competition, as laid down in the Treaty, can be guaranteed only if
equality of opportunity is secured as between the various economic operators.[5]
In this regard, it has
been emphasised that contracting authorities are under a particular duty to
avoid conflicts of interest[6] with the result that,
after the discovery of such a conflict of interests between a member of the
evaluation committee and one of the tenderers, the contracting authority must act
with due diligence and on the basis of all the relevant information when
formulating and adopting its decision on the outcome of the procedure for the award
of the tender at issue in order to comply with the basic obligation of ensuring
equality of opportunity.[7] This might require different
reactions from the contracting authority, depending on the circumstances of the
case, but should always be oriented towards preventing instances of
discrimination—ie, not favouring, or discriminating against, a tenderer as
a result of the bias of the member of the evaluation committee.[8] Therefore, there should
be no doubt as to the neutrality requirements in the conduct of the evaluation
of tenders and award of public contracts. This is now particularly clear in
light of the provisions in article 24 of Directive 2014/24, which expressly
requires that Member States ensure that contracting authorities take
appropriate measures to effectively prevent, identify and remedy conflicts of
interest arising in the conduct of procurement procedures so as to avoid any
distortion of competition and to ensure equal treatment of all economic
operators.[9] This measure is
complemented by the new ground for exclusion of economic operators in clonflict
of interest (as discussed above §II.A.vii). Consequently, under the 2014 rules,
contracting authorities are under a very clear mandate to detect, investigate
and effectively tackle conflicts of interest.
As regards the adoption of
a ‘possibilistic’ or anti-formalistic approach—oriented towards maintaining
the maximum possible degree of competition by avoiding the rejection of offers
on the basis of too formal and/or automatic rejection criteria—it is important
to underline that the relevant case law has already offered some guidance that
points in this direction by stressing that ‘the guarantees conferred by the European
Union legal order in administrative proceedings include, in particular, the
principle of good administration, involving the duty of the competent
institution to examine carefully and
impartially all the relevant aspects of the individual case’ (emphasis added)[10]—which, in the case of
public procurement, should be interpreted as requiring contracting authorities
to exercise due care in the evaluation of the bids submitted by
tenderers.[11] To be sure, the obligation
of contracting authorities to review the bids for possible mistakes and to
contact tenderers to seek for correction is limited as a mandate of the
principle of non-discrimination (below §II.B.ix); but the scope for clarification of the tenders
and for the establishment of rules allowing for a flexible treatment of formally
non-fully compliant bids (on this, below §II.B.iv), support the adoption of a
possibilistic approach towards the evaluation of bids as a specification or
particularisation of the duty of due care or diligent administration that is
required of contracting authorities.
In this regard, as
reasoned by EU case law, the evaluating team is under an obligation to conduct
the revision of the bids in accordance with the principle of good administration
and is, consequently, under an obligation to exercise the power to ask for additional
information in circumstances where the clarification of a tender is clearly
both practically possible and necessary, and as long as the exercise of that duty
to seek clarification is in accordance with the principle of equal treatment.[12] It is submitted that this
means that the evaluating team is to adopt an anti-formalistic approach that renders
the effective appraisal of the tenders possible—regardless of minor
deficiencies, ambiguities or apparent mistakes. Indeed, as stressed by the
jurisprudence, in cases where the terms of a tender themselves and the
surrounding circumstances known to the authority indicate that the ambiguity
probably has a simple explanation and can be easily resolved, then, in
principle, it is contrary to the requirements of good administration for an
evaluation committee to reject the tender without exercising its power to seek
clarification. A decision to reject a tender in such circumstances is,
consequently, liable to be vitiated by a manifest error of assessment on the
part of the institution in the exercise of that power,[13] and could result in an unnecessary
restriction of competition. In that regard, it should be taken into consideration
that
it
is also essential, in the interests of legal certainty, that the contracting authority should be able to
ascertain precisely what a tender offer means and, in particular, whether it
complies with the conditions set out in the specifications. Thus, where a
tender is ambiguous and it is not possible for the contracting authority to
establish, swiftly and efficiently, what it actually means, that authority has
no choice but to reject that tender (emphasis added).[14]
Therefore, in a nutshell, contracting
authorities should ensure that the evaluation of bids leading to the award of the
contract is based on the substance of the tenders, adopting a possibilistic or anti-formalist
approach that excludes purely formal decisions that restrict competition
unnecessarily; subject, always, to guaranteeing compliance with the principle
of equal treatment. In that vein, it is important to stress that the duty of
good administration does not go so far as to require the evaluation team to
seek clarification in every case where a tender is ambiguously drafted.[15] Particularly as regards calculations
and other possible non-obvious clerical mistakes, the duty of good
administration is considerably more restricted and the evaluation team’s
diligence only requires that clarification be sought in the face of obvious errors
that should have been detected by the purchasing agency when assessing the bid.[16] This is so particularly because
the presence of non-obvious errors and their subsequent amendment or correction
might result in breaches of the principle of equal treatment.[17] Therefore, as general
criteria, it seems that the relevant case law intends to favour the
possibilistic approach hereby advanced, subject to two restrictions: i) that it
does not breach the principle of equal treatment (ie, that it does not jeopardise
the neutrality of the evaluation of tenders), and ii) that it does not require
the contracting authority to develop special efforts to identify errors or
insufficiencies in the tenders that do not arise from a diligent and regular
evaluation.
Therefore, it is submitted
that contracting authorities should develop the activities of evaluation of
bids and award of the contract on the basis of such a neutral and possibilistic
approach—which must be aimed at trying not to restrict competition on the basis
of considerations that are too formal (ie, effectively to appraise which is the
tender that actually or in substance offers the best conditions, regardless of
minor formal defects or non-fulfilment of immaterial requirements) and, at the
same time, ensuring compliance with the principle of non-discrimination and the
ensuing transparency obligation.
[1] In this regard, it should be
stressed that the principles of non-discrimination and competition present
close links; see above ch 5 §IV.A, with references to the relevant case law.
[2] Case C-324/98 Telaustria and
Telefonadress [2000] ECR I-10745 62. See also H-J Prieβ, ‘Distortions of
Competition in Tender Proceedings … and the Involvement of Project Consultants’
(2002) 156.
[3] See: Case C-496/99 P Succhi di
Frutta [2004] ECR I-3801 108. See also Case T-406/06 Evropaïki Dynamiki
(CITL) [2008] ECR II-247 83; Joined Cases T-376/05 and T-383/05 TEA–CEGOS
[2006] ECR II-205 76; Case T-160/03 AFCon Management Consultants [2005]
ECR II-981 75; and Case T-145/98 ADT Projekt [2000] ECR II-387 164.
[4] Case T-345/03 Evropaïki Dynamiki v Commission (CORDIS)
[2008] ECR II-341 143; and Case T-86/09 Evropaïki
Dynamiki v Commission [2011] ECR II-309 61.
[5] Case C-202/88 France v Commission
[1991] ECR I-1223 51; Case C-462/99 Connect Austria [2003] ECR I-5197 83; and Case T-250/05 Evropaïki
Dynamiki (OPOCE) [2007] ECR II-85 46.
[6] As
now emphasised in recital (16) of Directive 2014/24: ‘Contracting authorities should make use of all possible means at their
disposal under national law in order to prevent distortions in public
procurement procedures stemming from conflicts of interest. This could include
procedures to identify, prevent and remedy conflicts of interests.’
[7] Case T-160/03 AFCon Management
Consultants [2005] ECR II-981 75; and, by analogy, Case T-231/97 New Europe Consulting [1999] ECR II-2403 41.
Recently, see Case T-297/05 IPK
International v Commission [2011] ECR II-1859 122.
[8] For an overview of evaluating
teams regulation and practice in the US—which focus on similar concerns—see SW
Feldman, ‘Agency Evaluators in Negotiated Acquisitions’ (1991–1992) 21 Public
Contract Law Journal 279; and DI Gordon, ‘Organizational Conflict of
Interest: A Growing Integrity Challenge’ (2005–2006) 35
Public Contract Law Journal 25.
[9] Arrowsmith
(n 28) 1295–96. Generally, see P Lascoumes, ‘Condemning corruption and
tolerating conflicts of interest’, in JB Auby, E Breen and T Perroud (eds), Corruption and Conflicts of Interest: A
Comparative Law Approach, Studies in Comparative Law and Legal Culture
(Cheltenham, Edgar Elgar, 2014) 67–84. See also DI Gordon and G Racca,
‘Integrity Challenges in the EU and U.S. Procurement Systems’, in G M Racca and
C R Yukins (eds), Integrity and
Efficiency in Sustainable Public Contracts (Brussels, Bruylant, 2014)
117–46.
[10] Case
T-236/09 Evropaïki Dynamiki v Commission
[2012] pub. electr. EU:T:2012:127 45;
and Joined Cases T-376/05
and T-383/05 TEA–CEGOS [2006] ECR II-205 76.
[11] ibid.
[12] See: Case T-211/02 Tideland
Signal [2002] ECR II-3781 37–38, and cited case law. See also C-599/10 Slovensko [2011] ECR I-10873 and Case C-336/12 Manova
[2013] pub. electr. EU:C:2013:647.
[13] Case T-211/02 Tideland Signal [2002]
ECR II-3781 37–38; Case T-63/06 Evropaïki
Dynamiki v OEDT [2010] ECR II-177 98; Case T-195/08 Antwerpse Bouwwerken v Commission [2009]
ECR II-4439 56; Case T-554/08 Evropaïki Dynamiki v Commission [2012] pub. electr. EU:T:2012:194 56; and Case
T-553/11 European Dynamics Luxembourg v
ECB [2014] pub. electr.
EU:T:2014:275 300.
[14] Case T-211/02 Tideland Signal [2002]
ECR II-3781 34; Case T-63/06 Evropaïki
Dynamiki v OEDT [2010] ECR II-177 98; and Case T-8/09 Dredging International and Ondernemingen Jan de Nul v EMSA [2011]
ECR II-6123 71.
[15] See: Case T-211/02 Tideland
Signal [2002] ECR II-3781 37 ab initio.
[16] See: Case T-495/04 Belfass [2008]
ECR II-781 65–71.
[17] Case T-19/95 Adia Interim [1996]
ECR II-321 43–49. Similarly, Case T-169/00 Esedra [2002] ECR II-609 49; and Case T-195/05 Deloitte Business Advisory
[2007] ECR II-871 102.
Rules applicable to communication under Reg. 22 Public Contracts Regulations 2015 (I)
Reg.22 of the Public Contracts Regulations 2015 (PCR2015) deals with the rules applicable to communication and transposes the requirements of Article 22 of Directive 2014/24. It introduces important novelties in terms of electronic communications and includes specific safeguards intended to prevent technological exclusion and gold-plating.
The comment to this reg.22 PCR2015 would take too long to be done at once, so Pedro and I have decided to split it in three parts. We discuss paragraphs 1-12 today, and two more entries will follow.
General rules applicable to communication
(A) As a point of departure, reg.22(1) PCR2015 establishes that all communications shall be performed using electronic means of communication in accordance with the requirements of that regulation.
(B) However, this general rule is riddled with exceptions that allow contracting authorities not to require the use of electronic means of communication, such as:
In the first case, the exceptions under reg.22(3) PCR2015 are complemented with two additional rules. On the one hand, where contracting authorities require other than electronic means of communication in the submission process, they shall indicate in a reg.84(1) report the reasons for that requirement [as per reg.22(6) PCR2015]. This suggests that contracting authorities do not have a fully-free choice and, in any case, such decision is open to judicial review.
And, on the other hand, the exception must not be understood as an all or nothing concerning electronic means of communication, since reg.22(4) PCR2015 determines that where those are not used, communication shall be carried out by post or by other suitable carrier, or by a combination thereof. Consequently, under proportionality, the limitation of use of electronic communication means should only be completely excluded where they are absolutely unfit for a specific (and probably rather out of the ordinary) procurement process.
(C) Reg.22 PCR2015 establishes two general requirements in the management of electronic communications that are worth stressing.
First, contracting authorities shall ensure that the integrity of data and the confidentiality of tenders and requests to participate are preserved in all communication, exchange and storage of information [reg.22(11) PCR2015]. This should be put in relation to reg.21 PCR2015 on confidentiality (see comments here and here). In my view, the difficulty with this rule is that it seems to impose an objective obligation on contracting authorities "shall ensure" rather than a best effort/reasonable means obligation, which can trigger important issues of liability in tort should the confidentiality of communications be jeopardised (or hacked) at any specific point in time.
Consequently, a clarification on the level of liability imposed on the contracting authorities would reduce their incentives to resort to the exceptions under reg.22(5) PCR2015. On that note, it is important to stress that, however, contracting authorities do not seem to have a fully-free choice, as reg.22(7) PCR2015 clearly sets out that they shall indicate in a reg.84(1) report the reasons why the use of means of communication other than electronic means has been considered necessary--which, in my view, is again open to judicial review.
Secondly, in order to avoid an important issue of time advantages or time shifting, reg.22(12) PCR2015 clarifies that contracting authorities shall examine the content of tenders and requests to participate only after the time limit set for submitting them has expired. This will require the implementation of additional security measures that allow for a time-related (and manipulation-related) audit of the procurement process. However, the discussion on technical security measures is best left for the discussion of paras 16 and ff of reg.22 PCR2015).
(D) Finally and in order to avoid technological barriers derived from the use of electronic communications, reg.22(2) PCR2015 determines that the tools and devices to be used and their technical characteristics shall be non-discriminatory, generally available and interoperable with the information and communication technology products in general use and shall not restrict economic operators’ access to the procurement procedure [for some previous discussion, see M Varney, ‘E-Procurement—current law and future challenges’ (2011) 12(2) ERA Forum 185–204].
This comes to set a requirement of technological neutrality that must be welcome in general terms. The only exception to this rule is established in reg.22(13) PCR2015, which allows contracting authorities to require the use of tools and devices which are not generally available provided they offer suitable alternative means of access--and this is further regulated in reg.22(14) and ff PCR2015, which will be discussed tomorrow.
The comment to this reg.22 PCR2015 would take too long to be done at once, so Pedro and I have decided to split it in three parts. We discuss paragraphs 1-12 today, and two more entries will follow.
General rules applicable to communication
(A) As a point of departure, reg.22(1) PCR2015 establishes that all communications shall be performed using electronic means of communication in accordance with the requirements of that regulation.
(B) However, this general rule is riddled with exceptions that allow contracting authorities not to require the use of electronic means of communication, such as:
- Specific circumstances foreseen in reg.22(3) PCR2015, where it is accepted that the use of electronic means of communication would be either impracticable or counterproductive from a technical perspective, such as where : (a) due to the specialised nature of the procurement, the use of electronic means of communication would require specific tools, devices or file formats that are not generally available or supported by generally available applications; (b) the applications supporting file formats that are suitable for the description of the tenders use file formats that cannot be handled by any other open or generally available applications or are under a proprietary licensing scheme and cannot be made available for downloading or remote use by the contracting authority; (c) the use of electronic means of communication would require specialised office equipment that is not generally available to contracting authorities; or (d) the procurement documents require the submission of physical or scale models which cannot be transmitted using electronic means.
- Specific circumstances established in reg.22(5) PCR2015, where the use of means of communication other than electronic means is necessary either (a) because of a breach of security of the electronic means of communication, or (b) for the protection of information of a particularly sensitive nature requiring such a high level of protection that it cannot be properly ensured by using electronic tools and devices that are either generally available to economic operators or can be made available to them by alternative means of access[see reg.22(14) PCR2015].
In the first case, the exceptions under reg.22(3) PCR2015 are complemented with two additional rules. On the one hand, where contracting authorities require other than electronic means of communication in the submission process, they shall indicate in a reg.84(1) report the reasons for that requirement [as per reg.22(6) PCR2015]. This suggests that contracting authorities do not have a fully-free choice and, in any case, such decision is open to judicial review.
And, on the other hand, the exception must not be understood as an all or nothing concerning electronic means of communication, since reg.22(4) PCR2015 determines that where those are not used, communication shall be carried out by post or by other suitable carrier, or by a combination thereof. Consequently, under proportionality, the limitation of use of electronic communication means should only be completely excluded where they are absolutely unfit for a specific (and probably rather out of the ordinary) procurement process.
(C) Reg.22 PCR2015 establishes two general requirements in the management of electronic communications that are worth stressing.
First, contracting authorities shall ensure that the integrity of data and the confidentiality of tenders and requests to participate are preserved in all communication, exchange and storage of information [reg.22(11) PCR2015]. This should be put in relation to reg.21 PCR2015 on confidentiality (see comments here and here). In my view, the difficulty with this rule is that it seems to impose an objective obligation on contracting authorities "shall ensure" rather than a best effort/reasonable means obligation, which can trigger important issues of liability in tort should the confidentiality of communications be jeopardised (or hacked) at any specific point in time.
Consequently, a clarification on the level of liability imposed on the contracting authorities would reduce their incentives to resort to the exceptions under reg.22(5) PCR2015. On that note, it is important to stress that, however, contracting authorities do not seem to have a fully-free choice, as reg.22(7) PCR2015 clearly sets out that they shall indicate in a reg.84(1) report the reasons why the use of means of communication other than electronic means has been considered necessary--which, in my view, is again open to judicial review.
Secondly, in order to avoid an important issue of time advantages or time shifting, reg.22(12) PCR2015 clarifies that contracting authorities shall examine the content of tenders and requests to participate only after the time limit set for submitting them has expired. This will require the implementation of additional security measures that allow for a time-related (and manipulation-related) audit of the procurement process. However, the discussion on technical security measures is best left for the discussion of paras 16 and ff of reg.22 PCR2015).
(D) Finally and in order to avoid technological barriers derived from the use of electronic communications, reg.22(2) PCR2015 determines that the tools and devices to be used and their technical characteristics shall be non-discriminatory, generally available and interoperable with the information and communication technology products in general use and shall not restrict economic operators’ access to the procurement procedure [for some previous discussion, see M Varney, ‘E-Procurement—current law and future challenges’ (2011) 12(2) ERA Forum 185–204].
This comes to set a requirement of technological neutrality that must be welcome in general terms. The only exception to this rule is established in reg.22(13) PCR2015, which allows contracting authorities to require the use of tools and devices which are not generally available provided they offer suitable alternative means of access--and this is further regulated in reg.22(14) and ff PCR2015, which will be discussed tomorrow.
Confidentiality under Reg. 21 Public Contracts Regulations 2015
As Pedro analysed yesterday (with a rebuttal based on this entry, which I mention below*), reg.21(1) of the Public Contracts Regulations 2015 (PCR2015) establishes confidentiality duties on the contracting authorities, so that they shall not disclose information forwarded by an economic operator and designated by that economic operator as confidential, including, but not limited to, technical or trade secrets and the confidential aspects of tenders.
Reg.21(2) sets some restrictions in order to allow for certain minimal publicity and transparency to take place, as well as to coordinate these provisions with rules on freedom of information and access to public documents; and, finally, reg.21(3) allows contracting authorities to impose confidentiality duties on candidates and tenderers aimed at protecting the confidential nature of information which the contracting authorities make available throughout the procurement procedure. This is a very close transposition (with some good reordering) of the rules in Art 21 of Directive 2014/24.
Generally, this is a set of rules aimed at striking a balance between transparency (a general principle of procurement, see reg.18 PCR2015) and the protection of sensitive commercial or official information, and needs to be complemented with the further rules in reg.55(3) PCR2015 on debriefing of disappointed tenderers (to be commented in due course).
This is an area where the case law of the CJEU has stressed the relevance of protection of confidential information and provided some general guidance on how to balance competing needs; see Varec, C-450/06, EU:C:2008:91 and K von Papp, Case C-450/06, 'Varec SA v. Belgian State, judgment of the Court (Third Chamber) of 14 February 2008, [2008] ECR I-58' (2009) 46 Common Market Law Review 991–1000].
In my view, the most significant difficulties that such a balance entails concern the impact of transparency on competition in public procurement markets. As clearly put by the OECD: ‘The formal rules governing public procurement can make communication among rivals easier, promoting collusion among bidders. While collusion can emerge in both procurement and “ordinary” markets, procurement regulations may facilitate collusive arrangements’ [OECD, Public Procurement: Role of Competition
Authorities (2007) 7].
The risk for a strategic use of access to confidential information (through debriefing processes, or otherwise) seems at least twofold. On the one hand, tenderers could try to gain access to confidential information which could be used later to compete unfairly with the affected tenderers. On the other hand, excessive disclosure of information can increase market transparency and be used as a means to collude or to reinforce collusion by tenderers [generally, see RC Marshall and LM Marx, The Economics of Collusion. Cartels and
Bidding Rings (London, MIT Press, 2012); and SE Weishaar, Cartels, Competition and Public Procurement.
Law and Economics Approaches to Bid Rigging (Cheltenham, Edgar Elgar,
2013); see also A Heimler, ‘Cartels in public procurement’ (2012) 8(4) Journal of Competition Law & Economics
849–62].
Indeed, the fact that public procurement rules increase the likelihood of collusion among bidders has been convincingly proven in economic literature, and has also been stressed for a long time by legal doctrine. It is out of question that, under most common market conditions, procurement regulations significantly increase the transparency of the market and facilitate collusion among bidders through repeated interaction [see WE Kovacic et al, ‘Bidding Rings and the Design
of Anti-Collusive Measures for Auctions and Procurements’ in N Dimitri et al (eds),
Handbook of Procurement (Cambridge, CUP, 2006) 381,
402; and C Estevan de Quesada, ‘Competition and transparency in public
procurement markets’ (2014) 23 Public Procurement
Law Review 229].
Therefore, rules on disclosure of information and their implementation by contracting authorities should take into account their potentially restrictive or distortive effects on competition [for discussion, see A Sanchez Graells, The Difficult Balance between Transparency and Competition in
Public Procurement: Some Recent Trends in the Case Law of the European
Courts and a Look at the New Directives (University of Leicester School of Law Research
Paper No. 13-11, 2013) and here].
Indeed, in the exercise of the discretion that contracting authorities retain in relation to confidentiality, and as a mandate of the principle of competition [reg.18(1) PCR2015], contracting authorities are bound to restrict the disclosure of information given to tenderers to prevent instances of subsequent unfair competition or collusion—and, in order to do that properly, must identify and properly justify the negative effects which the withholding of the information seeks to avoid [see VIP Car Solutions, T-89/07, EU:T:2009:163]. Hence, I would like to see a refined and intense use of reg.21 PCR2015 in the future.
(*) [Postscript] In his rebuttal, Pedro offers some interesting diverging thoughts and some of the links he builds between openness/liquidity of markets and transparency are worth thinking about. Of course, each market setting would require fine-tuned, granular transparency solutions. I struggle to see how in most market situations of more transparency to cure the diseases of transparency could work, but this is definitely an issue where a controlled experiment would be needed, as he rightly pointed out in twitter.
However, I fundamentally disagree with his claim that "Avoiding collusion is not an end in itself and a wider view of other competition-impacting aspects needs to be taken into equation", or at least with the first part. Avoiding collusion must be an end in itself, regardless of other competition impacts. Not least, because it is hard to see how the adequate reduction of transparency (ie not of contract opportunities, which I never challenged, but of contract results or procurement outputs) could generate a negative impact on competition.
Avoiding collusion is, in my view, an end in itself and an important one. It must not be achieved at any cost, true. However, the fact that most competition authorities are prioritising enforcement of anti-cartel provisions in procurement markets is a strong indicator of the pervasiveness of bid rigging and the (not only economic) relevance of getting rid of it, or minimising it. In any case, this is an area where Pedro and I share a research interest, so I would expect further developments in the coming months.
(*) [Postscript] In his rebuttal, Pedro offers some interesting diverging thoughts and some of the links he builds between openness/liquidity of markets and transparency are worth thinking about. Of course, each market setting would require fine-tuned, granular transparency solutions. I struggle to see how in most market situations of more transparency to cure the diseases of transparency could work, but this is definitely an issue where a controlled experiment would be needed, as he rightly pointed out in twitter.
However, I fundamentally disagree with his claim that "Avoiding collusion is not an end in itself and a wider view of other competition-impacting aspects needs to be taken into equation", or at least with the first part. Avoiding collusion must be an end in itself, regardless of other competition impacts. Not least, because it is hard to see how the adequate reduction of transparency (ie not of contract opportunities, which I never challenged, but of contract results or procurement outputs) could generate a negative impact on competition.
Avoiding collusion is, in my view, an end in itself and an important one. It must not be achieved at any cost, true. However, the fact that most competition authorities are prioritising enforcement of anti-cartel provisions in procurement markets is a strong indicator of the pervasiveness of bid rigging and the (not only economic) relevance of getting rid of it, or minimising it. In any case, this is an area where Pedro and I share a research interest, so I would expect further developments in the coming months.
Reserved contracts under Reg.20 Public Contracts Regulations 2015
Reg.20 of the Public Contracts Regulations 2015 (PCR2015) follows very closely Art 20 of Directive 2014/24 and creates a special regime of reserved contracts for sheltered workshops and sheltered employment programmes for the integration of disabled or disadvantaged persons that represents the European version of the US set-asides for specific types of undertakings (which is linked to the issue of reservation of contracts to specific categories of undertakings under reg.77 PCR2015, as will be discussed in due course).
Under reg.20 PCR2015, contracting authorities may reserve the right to participate in public procurement procedures to
sheltered workshops and economic operators whose main aim is the social
and professional integration of disabled or disadvantaged persons or
may provide for such contracts to be performed in the context of
sheltered employment programmes, provided that at least 30 % of the
employees of those workshops, economic operators or programmes are
disabled or disadvantaged workers. There is nothing to say from the perspective of the implementation of EU rules in the UK.
In my view, though, it is worth stressing that procurement set-asides are always a bad idea. As I develop in further detail elsewhere [see A Sanchez Graells, Public procurement and the EU competition rules, 2nd edn (Oxford, Hart, 2015) 100ff], their effectiveness should be questioned given the structural shortcomings of this regulatory instrument [see DE Black, ‘An Evaluation of Federal Contract Set-Aside Goals in Reducing Socioeconomic Discrimination’ (1986–1987) 20 National Contract Management Journal 87, 93–97; ibid, ‘Socioeconomic Contract Goal Setting within the Department of Defense: Promises Still Unfulfilled’ (1988–1989) 22 National Contract Management Journal 67; and TA Denes, ‘Do Small Business Set-Asides Increase the Cost of Government Contracting?’ (1997) 57 Public Administration Review 441].
Consequently, it would have been desirable for the UK to forgo that option under Dir 2014/24 and not implement this possibility under reg.20 PCR2015. However, the approach has been the opposite, and the goal has always been to maximise this flexibility [see Cabinet Office, Consultation Document on the UK Transposition of new EU Procurement Directives (2014) 13]. This is not only the approach in the UK--see eg the situation in Germany as described by E Sarter, D Sack & S Fuchs, Public Procurement as Social Policy? An introduction to social criteria in public procurement in Germany (2014) Universität Bielefeld Working Paper Series on Comparative Governance No. 1.
In my view, this general approach should be lamented, as it creates significant losses of effectiveness in the procurement system itself and it is highly doubtful that the ultimate social policy goals are achieved--either at all, or at an efficient cost for society. Of course, this is a politically incorrect approach to the issue of social considerations into public procurement, and one that can hardly be presented to EU and domestic decision-makers, so reg.20 PCR2015 is highly likely to be intensely used.
Economic operators under Reg.19 Public Contracts Regulations 2015
Reg.19 of the Public Contracts Regulations 2015 (PCR2015) is concerned with economic operators and groups of economic operators, and transposes the rules in Art 19 of Directive 2014/24 with very minor drafting variations. The rules under reg.19 PCR2015 are grouped into two subheadings. Regs.19(1) and (2) are concerned with individual economic operators. Regs.19(3) to (6) are concerned with groups of economic operators.
Economic operators
Under reg.19(1) PCR2015, contracting authorities cannot prevent the participation of economic operators in the tender for service contracts solely on the ground that, under the law England and Wales, they would be required to be either natural or
legal persons--always provided that the economic operator is entitled to provide the relevant service under the law of the Member State in which it is established. This is reminiscent of the rules under the Services Directive and clearly aimed at avoiding restrictions derived from professional regulatory regimes.
On its part, under reg.19(2) PCR2015, contracting authorities can request economic operators to indicate the names and relevant professional qualifications of the staff to be responsible for the performance of the contract, where those personal elements are important--which Dir 2014/24 restricts to public service and public works contracts as well as public supply
contracts covering in addition services or siting and installation
operations.
This is related to the use of specific expertise and experience as an award criterion under reg.67(3)(b) PCR2015 (which will be commented in due course) and aims to provide contracting authorities with the possibility to ensure that contracts which performance depends on specific skills can be properly facilitated through the selection of an appropriate contractor. In my view, though, those requirements will have to be scrutinized under the principle of proportionality in reg.18(1) PCR2015 (see here).
This is related to the use of specific expertise and experience as an award criterion under reg.67(3)(b) PCR2015 (which will be commented in due course) and aims to provide contracting authorities with the possibility to ensure that contracts which performance depends on specific skills can be properly facilitated through the selection of an appropriate contractor. In my view, though, those requirements will have to be scrutinized under the principle of proportionality in reg.18(1) PCR2015 (see here).
Groups of economic operators
The general approach to the participation of groups of economic operators in public procurement is clearly flexible and facilitative. This is clear from the fact that reg.19(3) clearly establishes that groups of economic operators, including temporary associations, may
participate in procurement procedures and shall not be required by
contracting authorities to have a specific legal form in order to submit
a tender or a request to participate. Moreover, under reg.19(6), contracting authorities may only require groups of economic operators to
assume a specific legal form once they have been awarded the contract,
to the extent that such a change is necessary for the satisfactory
performance of the contract.
On its part, reg.19(4) determines that contracting authorities may specify how the assessment of compliance with the selection criteria under reg.58 PCR2015 will be carried out, provided that this is justified by objective reasons and is proportionate. In a similar vein, reg.19(5) establishes that any conditions for the performance of a contract by such groups of
economic operators which are different from those imposed on individual
participants shall also be justified by objective reasons and shall be
proportionate.
Consequently, contracting authorities need to discharge a relevant burden of proof for the need of "special rules" for participation by groups of economic contractors. This is particularly in line with the recent case law of the CJEU, such as Swm Costruzioni 2 and Mannocchi Luigino, C-94/12, EU:C:2013:646, which clearly signaled that restrictions on group participation are to be assessed under a very stringent test (see my comment here).
Consequently, contracting authorities need to discharge a relevant burden of proof for the need of "special rules" for participation by groups of economic contractors. This is particularly in line with the recent case law of the CJEU, such as Swm Costruzioni 2 and Mannocchi Luigino, C-94/12, EU:C:2013:646, which clearly signaled that restrictions on group participation are to be assessed under a very stringent test (see my comment here).