Thank you for reading, Season's greetings and hiatus

IMG_0017.jpg

Thank you all for reading the blog during 2017. Looking back over the 90+ posts published in the last 12 months, I realise that this has been a period of intense development in EU procurement law and my impression is that 2018 will not be less fruitful. I have good memories of many a discussion through the blog, and I hope we will continue exchanging ideas in the new year.

For me personally, it is a great source of satisfaction and motivation to see that so many of you engage with the blog and that the interest in public procurement law keeps growing. I can only renew my commitment to try to keep discussing relevant issues in a timely manner in 2018, and I hope to see you back here next year.

I will take a break and resume blogging on the week of 8 January 2018. In the meantime, if you want to keep up with recent cases, you may want to note that there are two GC cases decided on 14 December 2017 (T-136/15 and T-164/15) and two forthcoming ECJ cases to be decided on 20 December 2017 (C-677/15 P and C-178/16) to keep in your procurement radar. I will comment them once blogging resumes in January.

For now, I take the chance to wish you all an enjoyable and relaxing festive season, and all the best for 2018.

AG proposes extension of Falk Pharma doctrine to framework agreements, for wrong reasons (C-9/17)

Wrong-Way-Turn-Back-Sign-K-7427.gif

In his Opinion of 13 December 2017 in Tirkkonen, C-9/17, EU:C:2017:962 (not available in English), Advocate General Campos Sanchez-Bordona has proposed the application to a framework agreement for the provision to farmers of advisory services funded by the European Agricultural Fund for Rural Development (FEADER) of the Falk Pharma doctrine (ie that the absence of a choice in concreto of the awardee of a contract by the contracting/funding authority excludes the applicability of the EU public procurement rules; see Judgment of 2 June 2016 in Falk Pharma, C-410/14, EU:C:2016:399, and here).

In his view, the fact that individual farmers—and not the competent authority administering the FEADER funds—could choose the specific rural advisor that would provide them the services carved the framework agreement out of the scope of application of the EU (and domestic) public procurement rules—which were therefore not applicable to the tender of the framework agreement in the first place.

In my view, the Tirkkonen Opinion engages in an unjustifiably expansive interpretation of the Falk Pharma Judgment that both ignores some of the basic elements in the functioning of framework agreements, and takes that Judgment’s functionally-erroneous interpretation of the concept of procurement one step too far. If the Tirkkonen Opinion was followed, in combination with Falk Pharma, it would create a significant risk of ineffectiveness of the EU public procurement rules for aggregate and dynamic contracting mechanisms. Therefore, in this post, I present my reasons for a plea to the Court of Justice of the European Union (ECJ) not to follow AG Campos in this occasion, as I think his approach is problematic, both from a positive and a normative perspective.

Tirkkonen – a bad case raising the wrong issues

Why ignore explicit requirements in secondary EU law?

The way the preliminary reference in Tirkkonen reached the ECJ evidences that this is a bad set of circumstances on which to develop the case law on the scope of application of the EU public procurement rules. In the case at hand, the Finnish Agency for Rural Space (Maaseutuvirasto) tendered a framework contract for the provision of advisory services to farmers. Given the (expected) high volume of demand for advisory services, the framework was intended to include as many qualified rural advisors as possible, subject to their passing of an exam to ensure their knowledge and competence (AGO, C-9/17, para 19). Rural advisors admitted to the framework agreement could then be chosen by individual farmers (who should in principle chose the closest advisor, although some exceptions applied), and their services would be remunerated on the basis of hourly rates paid by Maaseutuvirasto, with the beneficiary farmer covering applicable VAT charges (AGO, C-9/17, para 18). It is not explicitly stated in AG Campos' Opinion, but it is worth stressing that the Maaseutuvirasto had set the hourly rate payable to rural advisors, and that the award (ie admission to the framework contract) was to be decided solely on quality (ie competency to provide the service) (see here for details (in Finnish), and thanks to K-M Halonen for help with the translation). The suppression of price competition will be relevant for the assessment below.

The advisory services organised by Maaseutuvirasto were ultimately funded by FEADER for the period 2014-2020 and, under the relevant rules (Reg 1305/2013/EU, Art 15(3), and Impl Reg 808/2014/EU, Art 7), the selection by the Finnish (and all other national) competent authority of the providers of those advisory services was explicitly subjected to European and domestic public procurement rules, which required for the selection to be made: ‘through calls for tenders. The selection procedure shall be governed by public procurement law and shall be open to both public and private bodies’ (Art 15(3) Reg 1305/2013/EU). It was reiterated that the 'calls for tenders referred to in Article 15(3) of Regulation (EU) No 1305/2013 shall follow the applicable Union and national public procurement rules' (Art 7 Impl Reg 808/2014/EU). The Finnish government had no doubt that EU and domestic procurement rules applied, and thus tendered the contract as described above.

Therefore, against this background, a preliminary reference enquiring about the potential non-applicability of the procurement rules to the tender of the framework agreement despite the explicit requirements in special (in the sense of lex specialis) secondary EU legislation is beyond bizarre (see below). However, AG Campos does not see a problem here, and considers that

… that reference to procurement law must be interpreted in the sense that the procedure for the selection of rural advisors must comply with the principles (of non-discrimination, equal treatment and transparency) that govern that sector of the legal order. It does not portray, in my view, a requirement that implies subjection to each and all of the provisions of the EU Directives on public sector procurement (AGO, C-9/17, para 34, own translation from Spanish).

I disagree with this assessment, which is not based on any specific reasons, and which violates the natural reading of Reg 1305/2013/EU and Impl Reg 808/2014/EU. Moreover, it comes to reduce the value of the explicit reference to procurement law in those provisions, and to collapse it into the general principles that are common with general internal market law and, more importantly, the eponymous general principles of EU law—which would be applicable anyway to all activities implementing the relevant instruments of secondary EU law. Therefore, AG Campos’ position not solely deviates from the natural reading of the provisions, but also runs contrary to the functional reasons for the inclusion of the explicit reference to procurement rules (ie to go beyond the general requirements of the always applicable primary EU law). Thus, already on the weakness of the reasons for a deviation from the literal and functional interpretation of those provisions of secondary EU law, I think that the ECJ should largely ignore AG Campos’ Opinion and simply answer the question by confirming the applicability of the EU (and domestic) procurement rules on the basis of the explicit requirements in Reg 1305/2013/EU and Impl Reg 808/2014/EU.

Why not simply state that Finnish procurement law was wrong?

Beyond that first clear-cut solution, which I think highly unlikely the ECJ will adopt, the Court will have to explore the general (as in lex generalis) reasons that still justify the applicability of the EU and (domestic) procurement rules to the case—also contrary to AG Campos’ Opinion. To that end, it is still necessary to understand why the preliminary question was sent to the ECJ—which is explained by a misconstruction of the EU public procurement rules and, in particular, by the harsh consequences of an exceedingly restrictive approach to documentary clarification in the domestic Finnish procurement rules that violates the Manova-Slovensko line of case law (see here, here and here).

In that regard, it is worth noting that the preliminary reference derived from the fact that, in the context of the tender for the framework agreement, Ms Tirkkonen failed to properly complete all required documentation—ie she had failed to indicate whether she accepted or rejected the tender conditions attached to the draft framework agreement (AGO, C-9/17, para 20). She was thus excluded from the framework agreement. Her complaint is fundamentally grounded on the fact that she should have been given the opportunity to clarify whether she accepted the conditions or not prior to her exclusion from the framework agreement.

It is a settled legal fact of the case that, under Finnish law, the omission of that indication of acceptance of the general conditions would only be susceptible if the clarification or correction of the tender was not controlled by public procurement law (which excluded such possibility of clarification), and was rather subjected to general administrative law governing the relationships between citizens and the public administration (AGO, C-9/17, para 3).

Therefore, the harshness of the Finnish procurement rules is behind the interest of the claimant in excluding the tender from the scope of application of domestic procurement rules—which can only be done by seeking a carve-out from the concept of procurement under the EU rules. And, more importantly, the Finnish approach is in contravention of EU law—oddly, as confirmed by AG Campos himself: ‘if Directive 2004/18 was applicable, it would result that the contracting authority would be able to accept, in the context of public procurement, the correction of formal shortcomings that do not imply the submission of a new offer, or substantially altered the terms of the initial offer. On this point, I refer to my Opinion in case MA.T.I. SUD y DUEMMESGR (C-523/16 y C-536/16, EU:C:2017:868)’ (AGO, C-9/17, para 23, fn 7, own translation from Spanish; for discussion of MA.T.I. Sud, see here).

Consequently, the second clear-cut solution for the ECJ is to (i) pick up on the incorrect interpretation of EU public procurement law that underpins the preliminary reference, (ii) reformulate the question and consider that it asked whether the exclusion from the framework agreement due to the formal shortcoming in the documentation and without the possibility to correct it was required or allowed by EU procurement law, (iii) reiterate the Manova-Slovensko case law, and (iv) leave it for the national court to decide on the legality of the exclusion (with a clear hint that exclusion in this case was not justified, due to the logical assumption that would-be rural advisors understood that accepting the general conditions of the draft contract was a requirement for entering into specific contracts, and that confirming such acceptance does not constitute a new offer or substantial modification of the initial offer).

For some reason, however, I am also not optimistic that the ECJ will adopt this second solution and pass on the opportunity to clarify its Falk Pharma case law. Should the ECJ engage with the question and the issues raised by AG Campos, and for the reasons below, I think that the ECJ should provide clarification of Falk Pharma in the opposite direction to that adopted by the Tirkkonen Opinion.

Tirkkonen Opinion ignores how framework agreements work

Once the argument concentrates on the definition of procurement under Article 1(2)(a) of Directive 2004/18/EC, AG Campos summarises the Falk Pharma doctrine as establishing that

… the choice of a tender and, thus, of a successful tenderer, is intrinsically linked to the regulation of public contracts by that directive and, consequently, to the concept of ‘public contract’ within the meaning of Article 1(2) of that directive (AGO, C-9/17, para 37, own translation from Spanish, with reference to Falk Pharma, para 38).

And that

… in the public contracts subjected to Directive 2004/18 a final awardee must exist, which is preferred to the rest of its competitors on the basis of the characteristics of its offer. And this key element is applicable ‘for every contract, framework agreement, and every establishment of a dynamic purchasing system’, for which ‘the contracting authorities are to draw up a written report which is to include the name of the successful tenderer and the reasons why his tender was selected (AGO, C-9/17, para 38, own translation from Spanish, with reference to Falk Pharma, para 39).

This leads AG Campos to argue that, in the framework tendered in Tirkkonen, ‘it is not possible to identify the existence of award criteria of the advisory services contracts, but solely of criteria for the selection of economic operators with capability to offer those services (sic)’ (AGO, C-9/17, para 39, own translation from Spanish and emphasis added). AG Campos continues with a discussion of the distinction between selection and award criteria as per Ambisig (C-601/13, EU:C:2015:204, paras 40 and ff, see here), which I consider irrelevant—for the crucial point is that, in multi-supplier framework agreements (as well as in dynamic purchasing systems, as discussed here), the inclusion in the framework does not (ever) imply the choice of the ‘winner’ of the (call-off) contracts but, conversely, exclusion from the framework does prevent the excluded economic operators from providing the service.

In my view, this is the relevant aspect, for the inclusion in the framework is not simply an identification of the capable or qualified economic operators, but the limitation to those included in the framework of the possibility of entering into specific contracts in the terms set in the framework. AG Campos’ maximalistic position would lead to the inescapable logical conclusion that framework agreements are not public contracts for the purposes of EU public procurement law, despite being explicitly regulated, quod non.

The flawed logic of the premise established by AG Campos in para 39 of his Opinion makes the rest of his reasoning crumble. In my view, this defect affects his reasoning that

… what is determinative, in relation to the contracts subject to Directive 2004/18, is not the checking of the economic operators’ capability to provide the advisory service (qualitative selection criterion), but the comparison of the offers of the competing tenderers, once considered capable, with a view to finally chose that or those which will be entrusted with such provision (award criterion) (AGO, C-9/17, para 44, own translation from Spanish).

And that

… the selection that matters, for the purposes of the concept of public contract in Directive 2004/18, is that which results from the comparison between the capabilities and merits of the offers of the different candidates. That is, what is decisive is the final award, comparatively or by contrast, to the best offer, not the initial selection by reference to a threshold meeting which does not imply competition between the candidates (AGO, C-9/17, para 45, own translation from Spanish).

Ultimately, following this same reasoning, AG Campos takes issue with the fact that there was no competition between the candidates that expressed interest in being included in the framework agreement because the contracting authority ‘did not restrict ab initio the number of potential providers of the services, nor did it carry out a comparison of the offers between them, or chose in a definitive manner one or several of them, on the basis of a comparative evaluation of their respective contents, to the exclusion of the rest’ (AGO, C-9/17, para 48, own translation from Spanish).

However, this triggers two issues. First, under Dir 2004/18/EC, there was no obligation to establish a maximum number of economic operators to be admitted to a framework agreement. Art 32(4) Dir 2004/18/EC solely established a minimum of three for multi-supplier framework agreements, but did not require a maximum number. Second, it is in the nature of framework agreements—particularly those involving mini-competitions, as per Art 32(4)II Dir 2004/18/EC—that the contracting authority, at the point of deciding which economic operators are included in the framework, does not ‘chose in a definitive manner one or several [offers], on the basis of a comparative evaluation of their respective contents, to the exclusion of the rest’ for the purposes of the award of the relevant call-off contracts—which is the situation comparable to Tirkkonen. In particular, it is possible that an economic operator included in a framework agreement is never awarded a call-off, especially if there are mini-competitions, which in my view deactivates the functional reasoning of AG Campos.

In my view, AG Campos also misinterprets the implications of the fact that the framework agreement in Tirkkonen was closed to the economic operators not initially admitted to it, in relation to the ECJ’s Judgment in Falk Pharma. In that regard, it is relevant that the argument was made that the closed nature of the framework agreement distinguishes it from the open-ended mechanism discussed in Falk Pharma, which AG Campos rejects in the following terms:

It is true that, strictly, by limiting the contracting system, during its term, to the economic operators initially admitted by the Agency [Maaseutuvirasto] (which prevents access by new advisors) a certain quantitative restriction is being imposed. However, this is but a consequence of the pure and rigorous temporary limitation of the system of funding for advisory services, which is parallel to the program of rural development for continental Finland 2014-2020 (sic).

For the rest, the reference by the Court of Justice in Falk Pharma to the permanent openness of the contracting system to new tenderers was not, in my view, the ratio decidendi of that case, but rather a statement made ad abundantia. What was determinative in that occasion was that the contracting authority had not awarded, in exclusive, the contract to one of the tenderers [Falk Pharma, para 38].

In this case, just like in the Falk Pharma case, there has not been any element of true competition between the candidates, to evaluate which of their offers is the best and displaces, simultaneously, the remaining other (AGO, C-9/17, paras 51-53, own translation from Spanish)

The reasoning in these paragraphs is strongly skewed towards a very narrow understanding of procurement as implying the award of contracts solely to a winning tenderer, which is not the way framework agreements (and dynamic purchasing systems) operate. I cannot share the analysis in any of these steps of the reasoning.

Firstly, I think that a temporary justification for the irrelevance of the selective nature of a framework agreement is a logical non sequitur. The fact that the funding is limited to the period 2014-2020 can be used to justify the creation of a framework of six years’ duration, but it can have no bearing on the fact that a restriction of the potential suppliers derives from the framework agreement itself. The Maaseutuvirasto could have chosen a fully open licensing system, which would then have avoided the situation of excluding would-be rural advisors as a result of the one-off chance of being accepted into the system (which is a structural result of the framework agreement).

Secondly, in Falk Pharma, the ECJ did not simply consider the lack of choice of a specific supplier and consider the open-ended nature of the ‘authorisation procedure’ ad abundantia, but rather made this a crucial aspect of the analysis, by establishing it as a defining characteristic of the mechanism (see C-410/14, para 14). This is particularly clear on the explicit distinction the ECJ made with framework agreements when it stressed that

it should be noted that the special feature of a contractual scheme, such as that at issue in [Falk Pharma], namely its permanent availability for the duration of its validity to interested operators and, therefore, its not being limited to a preliminary period in the course of which undertakings are invited to express their interest to the public entity concerned, suffices to distinguish that scheme from a framework agreement (C-410/14, para 41, emphasis added).

Finally, the third point on absence of competition is also problematic. Taken to its logical extreme, this would mean that contracting authorities could avoid compliance with procurement rules where they set ‘take it or leave it’ conditions for the provision of services or supplies. This makes no sense because, particularly where there is scarcity in the number of awards (in this case, a limit of total available funding, as well as the restriction in the number of potential awardees that results from the closing of the framework agreement at the initial stage of the 2014-2020 period), there is always implicitly an element of competition (ie to tender or not, and tendering results in a constraint on the overall number/value of awards available to the other competitors) and the fact that the contracting authority limits the dimensions in which the tenderers compete (in Tirkkonen, and implicitly, their geographical coverage) should not exclude this from compliance with procurement rules.

For all the reasons above, I think the Tirkkonen Opinion misconstrues the relevance of the openness of the system in Falk Pharma, and the explicit distinction made by the ECJ between that system and framework agreements. Moreover, the Opinion gives excessive weight to the need to compare tenders or offers (and the choice of one, and almost only one, to the exclusion of all others) for (covered) procurement to take place. In particular, it misrepresents some of the particular features of framework agreements and opens the door to their de-regulation where contracting authorities set ‘take it or leave it’ conditions (eg, in this case, provision of services at rates established by the contracting/funding authority) and then delegate or decentralise decisions on call-offs, even if they provide general guidelines on the way they should take place. For the reasons set out below, I think the Opinion is not only inaccurate from a positive legal analysis perspective (as discussed so far), but also from a normative perspective.

The undesirable combined effect of Falk Pharma and Tirkkonen

Should the ECJ follow the Tirkkonen Opinion, and as a result of the cumulative effect of the resulting expanded Falk Pharma doctrine, Member States willing to avoid compliance with EU public procurement rules could easily do so by creating systems of ‘user/beneficiary choice’. This could be quite problematic particularly in the context of services and supply contracts, where the existence of end users detached from the contracting authority can always enable this type of mechanisms.

In the extreme, if central purchasing bodies created this type of mechanisms for use by individual decision-makers (eg civil servants or public employees), the atomisation of procurement that would ensue could well result in a de-regulation of the procurement function. Procurement rules would not apply to the CPB because it would not ‘choose definitely’ the specific supplier or provider, and they may not apply to the decision to call-off that does exercise that choice if the value of the call-offs is small enough—which would then trigger litigation around the legality or less of the atomisation of the procurement decision on the last stage, for which analysis the concept of ‘separate operational units’ in Art 5(2) of Directive 2014/24/EU (see also recital (20)) would become highly relevant; see K-M Halonen, 'Characteristics of Separate Operational Units – A Study on Aggregation Rules under Public Procurement Law' (2017) report for the Competition Authority; see here. There is thus a functional need to keep proper checks and balances at the level of creation of the mechanism.

On the whole, I was already concerned that Falk Pharma was eroding the scope and effectiveness of the EU public procurement rules, but Tirkkonen could magnify such undesirable effect. Moreover, this would simply displace the problem towards general EU free movement law, which is not a sensible approach in view of the more developed criteria and rules in the EU public procurement framework. Thus, also from a normative perspective, I would plea to the ECJ not to adopt the same approach of AG Campos on this occasion.

New paper: Territorial Extension and Case Law of the Court of Justice: Good Administration and Access to Justice in Procurement as a Case Study

I have uploaded a new paper on SSRN on 'Territorial Extension and Case Law of the Court of Justice: Good Administration and Access to Justice in Procurement as a Case Study', which develops previously sketched ideas on the challenges that the 'regulatory export' of EU procurement rules can create for the functioning of the CJEU and the Commission in the context of the EU's external trade activity (see here). The abstract of the paper is as follows:

This paper explores some of the legal implications of the territorial extension or extraterritoriality of EU public procurement law through free trade agreements and planned flanking retaliatory EU trade policy. The paper has the starting position that, with this policy and regulatory approach, the EU pursues two main goals: first, to further global standards of human rights protection and, second, to further regulatory convergence towards its own procurement standards. The paper concentrates on the pursuit of this second goal and, in particular, on the implications of such territorial extension or extraterritoriality of EU procurement law for the case law of the Court of Justice on good administration and access to justice, as recognised in the Charter of Fundamental Rights of the European Union. The paper concentrates on public procurement due to its relevance in free trade agreements between the EU and third countries, as well as the relevance of statutory and case law requirements concerning procurement remedies. The paper assesses both the outwards and inwards implications of the functional territorial extension for the case law of the Court of Justice. The discussion in the paper also raises general issues concerning procedural design and the consideration of foreign law by the Court of Justice in different settings.

The paper is freely available through SSRN: https://ssrn.com/abstract=3081061

Interesting Norwegian case on public procurement of health and social services and alleged discrimination of private enterprises against EU/EEA law (ESA 154/17/COL)

a3610538113_10.jpg

On 20 September 2017, the EFTA Surveillance Authority (ESA) decided to close the investigation of a complaint against Norway for the alleged unlawful discrimination of private enterprises and breach of the EEA rules on public procurement in the award of contracts for health and social services (that is, childcare services, management of nursing homes, hospitals, medical and other types of rehab, psychotherapy, professional addiction treatment, etc), on the basis that Norwegian national rules appeared to allow public entities to award those contracts exclusively to non-profit organisations (“ideelle organisasjoner”, according to the terminology used in Norwegian legislation).

The case thus concerned a set of issues closely linked to those decided by the Court of Justice of the European Union in Spezzino (C-113/13, EU:C:2014:2440/ CASTA (C-50/14, EU:C:2016:56) [for discussion, see the special issue of (2016) 11(1) EPPPL]. ESA dismissed the complaint both on procurement and on general EEA law grounds (ie Articles 32 and 39 of the EEA agreement, providing for an exemption for activities 'connected, even occasionally, with the exercise of official authority'; cfr Art 51 TFEU).

Regarding the procurement aspects of the complaint, ESA considered that the Norwegian rules fulfilled 'the legal requirements laid down in case-law exceptionally allowing national contracting authorities to directly award public contracts having as their subject matter services in the social and health sector to non-profit organisations' (ESA, 154/17/COL, para 5). Regarding general internal market law, ESA concluded that the Norwegian rules on direct award 'applied to activities connected directly and specifically with the exercise of official authority, in particular those necessary to operate child welfare institutions and requiring the adoption of coercive measures, as specified in Norwegian legislation. Ancillary activities such as works and/or the provision of catering, laundry, transport and similar services remain subject to the EEA rules on public procurement' (idem). 

In this post, I reflect on both lines of argumentation concerning the exemption of the award of contracts for the provision of healthcare and social services from procurement and EEA law. Before engaging with the details , it is worth noting that the case was initiated in 2015 and thus concerned Norwegian law transposing the 2004 EU/EEA public procurement rules (Dir 2004/18/EC, in particular for the 'old' Part II-B services). However, in my view, the decision by ESA raises some issues that will remain relevant for the procurement of healthcare and social services under the light-touch regime of Directive 2014/24/EU (esp Art 77)--on which I offer some concluding thoughts.

The Norwegian reservation and exclusion of contracts

In the case at hand, ESA had to assess the compatibility with general EEA law and with EU/EEA procurement law of Norwegian legislation allowing for the reservation of contracts for the provision of health and social services to non-profit organisations, to the exclusion of private (profit-seeking) enterprises. In particular, the analysis concerned the compatibility or not with EEA law of 'Section 2-1 (3) and Section 1-3(2) lit. k of the Norwegian Regulation No. 402 of 7 April 2006 on public procurement (Forskrift No. 402 om offentlige anskaffelser). While the first legal basis contains a general authorisation to privilege non-profit organisations in award procedures, the second legal basis relies on a presumed exercise of official authority required to provide the services in question' (ESA, 154/17/COL, para 1).

In particular, the relevant provisions established that Norwegian contracting authorities did not have to comply with the relevant procurement rules for the award of 'contracts regarding the execution of health and social services' to 'an ideal organisation' (ie “ideelle organisasjoner”) (Section 2-1 (3)); and that those rules did not apply to 'contracts involving the exercise of official authority which can be exempted in line with the EEA Agreement Article 39, cf. Article 32' (Section 1-3(2) lit. k) (see ESA, 154/17/COL, para 3.2). The first rule was based on the limited obligations derived from Dir 2004/18/EC for services covered by category 25 of its Annex II-B (where there was no presumption of cross-border interest in their provision), whereas the second one is clearly linked to the carve-out in the scope of the EEA Agreement for the exercise of official authority. Given that the rules had different legal bases, ESA decided to assess them separately ESA, 154/17/COL, para 4).

Reservation of contracts to non-profit organisations

In order to assess the compatibility with EU/EEA procurement law of the possibility to directly award contracts to 'ideal organisations', ESA relies on the case law of the Court of Justice in Spezzino and CASTA (above), which it interprets as establishing the following principles:

  • EU/EEA law does not categorically prohibit the privileged treatment of non-profit organisations in award procedures (ESA, 154/17/COL, para 4.1.2).
  • The legal requirements derived from the case law for a privileged treatment of non-profit organisations in award procedures are as follows (ESA, 154/17/COL, para 4.1.2):
    • the service must be exclusively or, at least predominantly, a non-priority service covered by Annex II-B of Dir 2004/18/EC;
    • the service in question must have some cross-border relevance in order to trigger the application of the general principles of EU public procurement law, which is of limited relevance in the context of EEA law, where EEA States 'could, in principle, adopt a less strict set of rules than those foreseen in Directive 2004/18, allowing a preferential treatment of voluntary organisations, provided that there is no discrimination based on nationality';
    • there has to be an objective justification consisting in an interest to protect human health and life, and 'it is for the EEA States ... to decide on the degree of protection which they wish to afford to public health and on the way in which that degree of protection is to be achieved'; 
    • the award must contribute to the social purpose and the pursuit of the objectives of the good of the community and budgetary efficiency, which is subject to a case by case analysis; and
    • the organisations beneficiaries of privileged treatment are not allowed to pursue objectives other than the good of the community and budgetary efficiency, and are not allowed to make any profit as a result of their services apart from reimbursement of the variable, fixed and on-going expenditure to provide them, or to procure any profit for their members.
    • Finally, resort to this exception from the general rules on public procurement finds its limits in the prohibition of abuse of rights.

In my view, the interpretation of the Spezzino/CASTA case law by ESA is largely adequate, but it seems to omit an explicit assessment of the importance given in those cases to the Italian constitutional framework, which created a special protection for third sector voluntary organisations at a constitutional level (Spezzino, EU:C:2014:2440, para 9; CASTA, EU:C:2016:56, para 9, for further discussion, see here and here). It would have been interesting for ESA to express a view on whether such constitutional requirements form part of the case law or not (implicitly, it seems the view is that they do not) and how they applied to the Norwegian context (in particular, in view of the absence of a specified constitutional position of such 'ideal organisations', see below).

In applying the legal requirements derived from the Spezzino/CASTA line of case law, ESA followed a light-touch approach and considered that all of them were met (ESA, 154/17/COL, para 4.1.4). In particular, ESA stressed that the Norwegian Government considered that

Section 2-1(3) of the Norwegian Regulation aims to ensure that non-profit organisations can continue to provide health and social services ... [and that] non-profit organisations are an important alternative to common service providers. A combination of public, commercial and non-profit providers of health and social services shall ensure a diversified offer, designed to fulfil the different needs of the population. The Authority infers from this explanation that the legislative objective pursued by the national provision in question is to safeguard public health and social welfare, both being legitimate grounds, which justify a derogation from the principles of transparency and non-discrimination in EEA public procurement law, as established in the Court of Justice’s case-law.

While the national provision in question seems to be based on policy considerations, namely to create conditions for involving non-profit organisations in the provision of health and social services, the Authority does not see any inconsistency with the general objective of protecting public health and social welfare in Norway. As the Court of Justice has repeatedly emphasized, EEA law does not detract from the power of the EEA States to organise their public health and social security systems. Consequently, the said national policy consisting in favouring non-profit organisations with the aim of increasing their degree of involvement in the national health and social system must be regarded as one of the many considerations the EEA States may take into account when exercising their discretion as regards the manner how the wish to organise their public health and social security systems (ESA, 154/17/COL, para 4.1.4, pages 9-10, footnote omitted, emphasis added). 

In my view, this passage of the Decision is not too clear and the analysis comes to conflate two issues: first, the absence of constraints on decisions of organisation of public health and social security systems and, second, the applicability of EU/EEA procurement rules to specific modes of organisation derived from those decisions and, in particular, to modes of organisation involving the buy-in of services from the market (even if the market is limited to that of non-profit organisations). From this perspective, the boundaries of the constitutional limits to the self-organisation (which under EU law are controlled by Art 14, Protocol No (26) and Art 345 TFEU) seem to be slightly blurred, and thus the benefit that could have been derived from more explicit reasoning considering the classing of the activity and the existence or not of constitutional-level protection in Norway.

Similarly, the application of the requirement of contribution to budgetary efficiency is limited to general considerations leading to the conclusion that there was no 'indication that tender procedures carried out under this legal regime might not be driven by budgetary efficiency concerns' (ESA, 154/17/COL, para 4.1.4, page 10), and the analysis of the boundaries of the concept of 'ideal organisation' is equally loose where ESA relies on the following:

... the concept of “ideelle organisasjon” ... is generally understood by the Norwegian Government and contracting authorities as synonymous for “non-profit organisation in pursuance of a social aim”. Due to the absence of any legal definition in national legislation and/or any national registry of recognised entities, the classification as non-profit must be carried out ad hoc by every contracting authority for every award procedure. In order to ensure a consistent administrative practice, the classification is based on guidelines developed by the Norwegian Government, which specify the criteria that must be met. According to these guidelines, “either the business pursued shall not have any profit objective or the profit gained must be used exclusively to operate humanist and social services in the interest of the general public or that of particular groups”. In addition, “the entire organisation, without any economic incentive, must work to alleviate social needs of the community or specific vulnerable groups”. Both the entity’s organisational structure and any tax privileges are taken into account as relevant factors in the overall assessment. According to the information provided, contracting authorities have nonetheless established a practice with regard to which providers are considered to be non-profit. As a result, unless their status changes, no documentation will be required from them in order to prove their status a non-profit organisation (ESA, 154/17/COL, para 4.1.4, pages 9-10, footnotes omitted, emphasis added).

On the whole, in my view, the analysis is rather lenient. This follows the same normative direction as the Spezzino and CASTA Judgments of the Court of Justice, but it may become too lenient under the revised regime of Directive 2014/24/EU (see below). Interestingly, ESA saved this possibility by explicitly indicating that 'given the limited scope of the Authority’s assessment, this preliminary conclusion does not extend to the question of a possible compatibility of currently applicable Norwegian law with Article 77 of Directive 2014/24' (ESA, 154/17/COL, para 4.1.5).

Direct award of contracts involving the exercise of official authority

Concerning the second Norwegian rule under examination--ie the possibility to directly award contracts involving the exercise of official authority--ESA explained that Section 1-3(2) lit. k of the Norwegian Regulation 'constitutes a legal basis allowing contracting authorities to derogate from the general national rules on procurement, where the provision of public services in the health and social sector requires the exercise of official authority. In accordance with the national policy referred to above, in support of an increased involvement of voluntary organisations, this legal provision is applied as a legal basis for excluding economic operators other than non-profit organisations from tender procedures if contracting authorities wish so' (ESA, 154/17/COL, para 4.2.1). Therefore, the crucial aspect that required analysis concerned the test applicable to determine whether the provision of certain types of health and social services require the exercise of official authority. In that regard, ESA established the relevant test as follows

The Court of Justice has interpreted these provisions on several occasions, shedding light on the requirements their application is subject to. It has ruled that, as derogations from the fundamental rules of freedom of establishment and freedom to provide services, they must be interpreted in a manner which limits their scope to what is strictly necessary in order to safeguard the interests which they allow the EEA States to protect. Furthermore, the Court of Justice has ruled that derogations provided for under those articles must be restricted to activities which, in themselves, are directly and specifically connected with the exercise of official authority. Such a connection requires a sufficiently qualified exercise of prerogatives outside the general law, privileges of official power or powers of coercion. This applies, in particular, to activities entailing the exercise of powers of constraint. Accordingly, the exceptions in question do not extend to activities that are merely auxiliary or preparatory to the exercise of official authority, or to certain activities whose exercise, although involving contacts, even regular and organic, with the administrative or judicial authorities, or indeed cooperation, even compulsory, in their functioning, leaves their discretionary and decision-making powers intact, or to certain activities which do not involve the exercise of decision-making powers, powers of constraint or powers of coercion (ESA, 154/17/COL, para 4.2.2, pages 12-13, footnotes omitted, emphasis added).

The test seems unobjectionable and, in my view, it reflects adequately the case law of the Court of Justice. However, in the assessment of the application of the test to the analysis of the case at hand, it is necessary to bear in mind that ESA was analysing tenders for the operation of child welfare institutions (ESA, 154/17/COL, para 4.2.3), which will make the criterion of 'exercise of powers of constraint' particularly important, not least because 'these services have as their objective the wellbeing of minors, who, due to the special protection they require, are placed under the care and the surveillance of the State. The conditions for their – voluntary or compulsory – internment in the institutions in question are regulated in detail in national legislation. The same applies to the conditions for the adoption of a number of measures, aimed at ensuring the fulfilment of the tasks, such as body searches, search of rooms and personal belongings, confiscation and destruction of dangerous objects and drugs, control of mail as well as the recovery of minors who have escaped from the institutions' (ibid). 

In that regard, ESA reached the conclusion that, given the impact of the decisions adopted by the staff of the operators of child welfare institutions on the fundamental rights of the children interned there, 

 it is evident ... that child welfare institutions in Norway exercise coercive powers within the meaning of Articles 32 EEA and 39 EEA, as interpreted in the case-law of the Court of Justice, when adopting the said measures on minors in the accomplishment of the tasks assigned. This occurs in an official function, as it is expressly authorised by the national legislator on the basis of a specific legal base in domestic law and does not require further involvement and/or authorisation of State bodies typically entrusted with the exercise of official authority, in particular the use of force. Furthermore, the use of coercive measures occurs in fulfilment of tasks concerning essential interests of society. The consequence of this conclusion is that activities requiring the use of these coercive measures are not covered by the fundamental rules of the right of establishment and the freedom to provide services. As a result, the EEA rules on public procurement do not apply to this specific area of social and health services. From this point of view, these rules do not preclude a national provision such as Section 1-3(2) lit. k of the Norwegian Regulation, which allows the exclusion of economic operators other than non-profit organisations from tender procedures if contracting authorities wish so (ESA, 154/17/COL, para 4.2.3, page 11, emphasis added).

However, ESA is also clear in stressing the fact that, in the context of contracts for the operation of these institutions, the exercise of official authority will only concern some activities, but not others. In that regard, the decision is clear in stressing that

The obligation to subject exceptions to the fundamental freedoms to a narrow interpretation, thus limiting them to activities connected directly and specifically with the exercise of official authority in order to ensure the functioning of the internal market, makes it nonetheless necessary to distinguish them from other activities possibly falling within the definition of “works” and/or “services” within the meaning of Article 1 of Directive 2004/18. Activities such as the construction of infrastructure needed for the operation of child welfare institutions and/or the provision of catering, laundry and transport services do not appear ... to be connected directly and specifically with the exercise of official authority, and could be equally performed by economic operators specialised in the respective area. Performance of these tasks would merely require supervision by the institution’s management bodies, but not necessarily the adoption of measures falling under the State’s prerogatives. Consequently, in order not to deprive the rules on the right of establishment and the freedom to provide services, Directive 2004/18 intends to implement, of all practical effectiveness, it is upon the contracting authority to carry out a case-by-case assessment of the applicability of Section 1-3(2) lit. k of the Norwegian Regulation to every public contract to be tendered out, taking into account the purpose of Articles 32 EEA and 39 EEA, as interpreted in the case-law referred to above. The contracting authority must thereby assess whether other merely ancillary activities, not strictly requiring the exercise of official authority in order to safeguard legitimate State interests, would be eligible for being subject to a separate tender procedure foreseeing the participation of both non-profit organisations and other economic operators alike. In its assessment, the contracting authority must take due account of the objective underlying the EEA rules on public procurement, consisting in ensuring the development of effective competition in the field of public contracts, while the principles of transparency, non-discrimination and equal treatment are upheld (ESA, 154/17/COL, para 4.2.5, page 17, footnotes omitted, emphasis added).

In my view, the general criterion is adequate and the need to limit the exception based on the exercise of official authority is correctly stated. Nonetheless, the ESA decision could have indicated some criteria as to how to carry out such assessment of severability of activities and, in particular, of the proportionality requirements applicable to such assessment. In my view, it will be difficult for a contracting authority to identify the extent to which it should insist on the tender of separate contracts for works or services for ancillary activities when it is choosing to award a contract for the operation of facilities providing health or social services. Functionally, the selection of the operator comes to avoid the need for the contracting authority to directly manage those facilities, which seems rather incompatible with the on-going obligation that the authority would retain if it were to impose procurement obligations on the operator of those facilities in relation to non-core or ancillary activities. Equally, it is not clear the extent to which this approach is compatible with the rules on the mandatory tendering of subsidised contracts (in particular where the 'construction of infrastructure needed for the operation of' those facilities is concerned), ex Art 8 Dir 2004/18/EC and, now, Art 13 Dir 2014/24/EU--which ESA could have considered explicitly in its decision.

In any case, it seems that this could soon be subjected to a re-examination, given that ESA reserved 'itself the right to investigate possible breaches derived from an application of that legal basis to contracts covering activities not linked to the exercise of official authority, such as those referred above, including, but not limited to, contracts expected to be awarded in tender procedures concerning the construction and operation of nursing homes' (which seems to form part of an on-going dispute; ESA, 154/17/COL, para 4.2.6, page 17).

critical considerations, in particular concerning Art 77 Dir 2014/24/EU

In my view, the decision of ESA in this case indicates that--even from a normative position of minimum intervention and creation of maximum policy space for EEA (and EU) Member States, such as that derived from the Spezzino/CASTA case law and from the recognition that the provision of health and social services (and any 'services to the person') can have an impact on the fundamental rights of the beneficiaries of those services, which should be conceptualised as the exercise of official authority (in particular to subject their control to the guarantees of the ECHR and the Charter of Fundamental Rights)--there are important unresolved issues where Member States decide to outsource the operation of facilities for the provision of those services.

Firstly, the creation of preferential treatment is now to be governed by the specific light-touch regime of Art 77 Dir 2014/24/EU, which creates specific requirements for the operators that can benefit from the reservation of public contracts for the provision of social and special services. Each Member State will need to adopt policies that are both in compliance with their constitutional structure and tradition and their broader social policies, and with the specific requirements in the Directive. From that perspective, it seems no longer acceptable for Member States not to have clear rules on which entities fall within the remit of Art 77 Dir 2014/24/EU and any such assessments of compatibility will require effective monitoring by the relevant authorities (ie either each contracting authority, or some central authority or body in each Member State). In addition, and implicitly, there has to be a mechanism to ensure the mutual recognition of entities covered by Art 77 Dir 2014/24/EU in other EU/EEA jurisdictions. In the specific case, ESA did not need to assess this issue due to the inapplicability of Dir 201424/EU, but it is worth stressing that, as part of its assessment, it highlighted the fact that 'economic operators from other EEA States are welcome to submit tenders in the area of health and social services provided that they are registered as non-profit organisations in their respective States of origin' (ESA, 154/17/COL, para 4.1.4, page 9). However, this possibility will have to remain effective, and that would not necessarily be the case if contracting authorities were allowed to act in certain ways (eg with insufficient transparency, or relying on pre-approved (or informal) lists of potential non-profit providers--in particular if those included in the lists or informal arrangements were never audited to ensure continued compliance with the applicable requirements).

Secondly, and probably with more practical complications, it seems difficult to establish bright-line criteria to determine the boundaries of the material scope of the exemption from competitive tendering (either due to a reservation of contract under Art 77 Dir 2014/24/EU or, in the context of EEA law, due to the exercise of official authority--which may now become a testable argument under EU law to seek exemptions beyond Art 77 Dir 2014/24/EU). In particular where the contract is not solely for the provision of the 'core' health or social services (which will rarely be), but rather for the operation of facilities where those services are provided--which might be the most common way of commissioning those services. In that regard, it seems that there can be an incentive for contracting authorities to opt for the outsourcing of the management of health or social services facilities where the contracting authority can enter into a single contract and thus detach itself from the day to day operation thereof. In that context, if contracting authorities need to engage in a detailed analysis of the services that can or cannot be exempted (and those that, consequently, need to be tendered separately and with full subjection to the procurement rules), possibly with a view of running several procurement processes and, eventually micro-managing the contracting of ancillary services (with the ensuing integration and coordination risks, for the split of contracts would create residual risks for the contracting authority), the incentive for the outsourcing can largely be lost.

On the whole, then, it seems that additional clear guidance is needed on the scope of Art 77 of Dir 2014/24/EU and, more generally, on the extent to which the light-touch regime foreseen in Arts 74-77 thereof is subject to limitations in cases of outsourcing of entire facilities. In that regard, it would seem desirable for the European Commission to adopt a more proactive approach to the publication of interpretive guidance of the 2014 Public Procurement Package beyond the meagre fact sheets currently available.

CJEU decision on EIB-funded procurement sheds some light on interpretation of Arts 9 & 17 Dir 2014/24/EU (C-408/16)

In its Judgment of 6 December 2017 in Compania Naţională de Administrare a Infrastructurii Rutiere, C-408/16, EU:C:2017:940, the Court of Justice (ECJ) has decided a case concerning procurement potentially covered by the rules of an international financing institution (in particular, the European Investment Bank - EIB). In the case, which is somehow complicated by transitory arrangements linked to Romania's accession to the EU, the ECJ has advanced some relevant considerations on the interpretation of the now repealed Art 15(c) of Directive 2004/18/EC, which foresaw an exclusion for contracts tendered 'pursuant to the particular procedure of an international organisation'. In my view, those considerations will be relevant for the interpretation of the revised rules in Articles 9(2) and 17(2) of Directive 2014/24/EU, which now extend the exclusion to contracts tendered 'in accordance with procurement rules provided by an international organisation or international financing institution, where the [contracts] concerned are fully financed by that organisation or institution'.

The CNADNR case

In 2003, the EIB and Romania entered into a finance agreement for the construction of the Arad-Timişoara-Lugoj motorway, which was to be managed by Compania Naţională de Autostrăzi şi Drumuri Naţionale of România SA (‘CNADNR’, now renamed as Compania Naţională de Administrare a Infrastructurii Rutiere). As part of a linked 2004 loan contract, it was established that ‘the CNADNR shall comply with the EIB’s procedures for the procurement of goods, the guarantee of services and the undertaking of works necessary for the project’, namely ‘through international calls for tender open to candidates from all countries’.

At that time, this commitment derived from Chapter 3 of the 2004 EIB Guide to Procurement (since replaced by a 2011 version), which controlled procurement linked to its operations outside the EU. However, the implementation of the project would eventually span beyond the date of Romania's accession to the EU on 1 January 2007, which triggered some issues of transitional procurement arrangements that require some consideration.

The Romanian Adhesion Protocol established that public procurement procedures linked to pre-accession financial commitments but initiated after accession shall be carried out in accordance with the relevant Union provisions (Art 27(2)), and that all EU secondary legislation shall be given effectiveness in Romania from the date of accession, save if a different date was agreed for specific instruments (which did not include the then effective Dir 2004/18/EC; Art 53(1)). In short, this meant that all new procurement procedures starting on or after 1 January 2017 were subjected to the rules of Dir 2004/18/EC.

The same result would derive from the EIB Guide, according to which the rules in its Chapter 3 would apply 'until the deadline when [borrowing countries] were committed to applying the EU Directives on procurement as agreed during their negotiations with the Commission to the extent that they have transposed these Directives into their national legislation at that moment' and, from that moment, Chapter 2 on operations within the EU would apply to them--thus requiring, by and large, compliance with specific procedures as regulated by the EU Directives.

Romania generally subjected all of its post-accession procurement to its domestic transposition of Directive 2004/18/EC by means of the Government Emergency Order No 34/2006 (OUG No 34/2006). However, Government Emergency Order No 72/2007 (OUG No 72/2007) created a specific exception for the motorway project, according to which '[b]y way of derogation from the provisions of [OUG No 34/2006] … for the purposes of the procedure for the award of public works contracts … relating to the Arad-Timișoara-Lugoj motorway …, the [CNADNR] shall apply the provisions of the [EIB Guide], Chapter 3' (C-408/16, para 17). Somehow, the need for this exception seemed to derive from the fact that a contract had been awarded in 2006 for the consulting services necessary for the preparation of the procurement file for the public works contracts (see para 20), which probably established requirements concerned with tendering under Chapter 3 of the EIB Guide, rather than under the rules of Directive 2004/18/EC.

The exception created for the tendering of the contracts funded by the EIB was eventually caught by an audit linked to the granting of retroactive EU funding for the project. The exception from compliance with the tender rules in Dir 2004/18/EC was considered an irregularity, which triggered a financial correction of 10% of the value of the contract. The audit also noted that non-compliance with the rules of Dir 2004/18/EC was not solely formal, but that 'three pre-selection criteria laid down by [the EIB-compliant tender documents] were more restrictive than those provided for by Directive 2004/18, namely, firstly, a criterion relating to the candidate’s personal situation and in particular, the background of non-performance of contracts, which is contrary to Articles 44 and 45 of Directive 2004/18, and secondly, a criterion relating to the applicant’s financial situation which is contrary to Article 47 of Directive 2004/18 and, thirdly, a criterion relating to the applicant’s experience which does not comply with Article 48 of that directive' (ibid, para 25). 

Ultimately, in view of the impossibility of reconciling the requirements of EIB Chapter 3 with those of Dir 2004/18/EC, a legal dispute arose as to whether this discrepancy could be saved by the exclusion from coverage of Dir 2004/18/EC of contracts 'governed by different procedural rules and awarded ... pursuant to the particular procedure of an international organisation' (Art 15(c))--in that case, the EIB's.

As could be expected, the ECJ has found that the specific exception created by OUG No 72/2007 contravened EU law. In clear terms, it has reiterated that accession to the EU requires compliance with EU procurement rules, to the effect that this 'precludes a Member State’s legislation that provides, for the purposes of a public procurement procedure initiated after the date of its accession to the European Union, in order to complete a project started on the basis of a finance agreement concluded with the EIB prior to that accession, the application of the specific criteria laid down by the provisions of the EIB Guide which do not comply with the provisions of that directive' (para 52).

The ECJ's decision, even if it carries significant financial implications, does not raise any legal concerns--in particular in view of the fact that the transition to full compliance with the EU Directive derived both from the Adhesion Protocol (para 48) and the transitory rules in the EIB Guide (para 50; particularly in view of the fact that Romania transposed the relevant EU Directive ahead of its accession, by means of OUG No 34/2006). However, the way the ECJ has approached the analysis can shed some light on the likely interpretation of the revised rules in Dir 2014/24/EU.

The ECJ's reasoning concerning procurement rules of international organisations under Dir 2004/18/EC and relevance for Dir 2014/24/EU

In its assessment of whether Art 15(c) Dir 2004/18/EC would have subjected the tender at issue to the EIB procurement rules to the exclusion of those in the domestic transposition of the same directive, the ECJ established that

Article 15(c) of Directive 2004/18 states that that directive does not apply to public contracts governed by particular procedural rules of an international organisation ... that article, read in conjunction with recital 22 of Directive 2004/18, lists three cases of public contracts to which that directive does not apply to the extent that those public contracts are governed by different procedural rules. Moreover, it is clear that that article forms part of Section 3, entitled ‘Excluded contracts’, of Chapter II, entitled ‘Scope’, of Title II, itself entitled ‘Rules on public contracts’ of Directive 2004/18. It thus follows both from the wording of Article 15(c) of Directive 2004/18 and from the context in which it appears, that that article constitutes an exception to the material scope of that directive. Such an exception must necessarily be interpreted strictly ... In order to assess whether a public procurement procedure ... may fall within the exception provided for in Article 15(c) of Directive 2004/18, it is necessary to determine whether such a procedure can be considered to be governed by particular procedural rules of an international organisation (C-408/16, paras 43-46, references omitted and emphases added).

In my view, there are two main potential implications of this passage. The first one concerns the scope of the concept of 'international organisation' under Art 15(c) Dir 2004/18/EC, and how it will impact an interpretation of the equivalent concept in Arts 9 and 17 of Dir 2014/24/EU. Even if the ECJ made it clear that the construction of the exception in Art 15(c) Dir 2004/18/EC had to be narrow, the Court did not pay much attention to the legal nature of the EIB and did not consider whether it could be classified as an 'international organisation' stricto sensu. This could be surprising, as the EIB has a status under EU law that could be difficult to subsume within certain (narrow) interpretations of the concept of 'international organisation'.

Indeed, under Arts 308 and 309 TFEU and Protocol (No 5) on the statute of the European Investment Bank, the EIB has a sui generis status that derives from EU primary law [see both the Judgment in Commission v EIB, C-15/00, EU:C:2003:396, and the Opinon of AG Jacobs in that case (EU:C:2002:557), as well as the European Parliament's 2003 working paper on the EIB's Institutional Status]. From this perspective, assigning it the nature of 'international organisation' may have required some additional scrutiny under the strict interpretive approach outlined by the ECJ. The absence of such additional scrutiny could seem to point towards a certain leniency or flexibility in the scoping of the concept of 'international organisation'. However, this may be misleading if we take into account that, in the CNADNR case, the non-compliant rules of Chapter 3 of the EIB guide would not have governed the contract anyway--which may have conditioned the ECJ's approach throughout the case. 

In the future, and in the specific case of the EIB and other multilateral lending institutions, this may not be too relevant in the context of Arts 9 and 17 of Directive 2014/24/EU because they make explicit reference to procurement subject to the rules of an 'international organisation or international financing institution' (emphasis added). However, given the possibility of disputes as to whether specific entities or institutions can be considered 'international organisations' stricto sensu, and in the absence of an obligation to communicate a list of those organisations to the Commission (cfr Art 9(1) in fine Dir 2014/24/EU for exceptions based on legal instruments creating international law obligations), understanding whether the ECJ approach is restrictive or not will be important. In that regard, in my view and despite the fact that the analysis in the CNADNR could have been clearer, the exception in Arts 9(2) and 17(2) Dir 2014/24/EU will have to be constructed on the basis of a strict interpretation of the concept of 'international organisation'.

The second potential implication of the passage cited above--and in particular of the ECJ's consideration that '[i]n order to assess whether a public procurement procedure ... may fall within the exception ..., it is necessary to determine whether such a procedure can be considered to be governed by particular procedural rules of an international organisation' (C-408/16, para 46)--is that not EU law, but rather the rules of the international organisation providing putative coverage will determine the applicability of the exception. Or, in other words, it seems that the national review bodies and courts, and ultimately the ECJ, will have to engage in assessments of whether the procurement rules of the given international organisation or international financing institution cover or not a specific tender, which will potentially require them to engage in the interpretation of those 'foreign' rules. This triggers complicated issues linked to the ability of the ECJ (and other administrative and judicial bodies) to engage in the interpretation of those rules, which is something I discuss in some detail in a recent paper [see A Sanchez-Graells, 'Territorial Extension and Case Law of the Court of Justice: Good Administration and Access to Justice in Procurement as a Case Study' (2017) SSRN working paper]. This will trigger some additional interpretive difficulties surrounding the scope of the exclusion in Arts 9 and 17 Dir 2014/24/EU and, once more, my view is that the ECJ will tend to take a narrow approach.

Could the Finn Frogne case law get any weirder? The strange case of the partial termination of a parking concession (Conseil d’État, N°s 409728, 409799)

© Erwin Wurm

© Erwin Wurm

In its Decision of 15 November 2017 in the case of the Commune d'Aix-en-Provence and the Societe d'économie mixte d'équipement du Pays d'Aix (SEMEPA) (N°s 409728, 409799, the ‘SEMEPA Decision’), the Conseil d’État applied the new French rules on the modification of concession contracts that transpose Art 43 of the Concessions Directive (Dir 2014/23/EU). In the SEMEPA Decision, the Conseil d’État followed an approach that resembles very closely that of the Court of Justice of the European Union in its Judgment 7 September 2016 in Finn Frogne, C-549/14, EU:C:2016:634 (see here, which the Conseil d’État does however not mention), and decided that the partial termination of a concession contract for the exploitation of street and underground parking sites in Aix-en-Provence in a way that changed the overall nature of the contract was illegal. The SEMEPA Decision leaves an important factual element unexplored—ie the potential existence of an in-house relationship between the contracting authority and the concessionaire—which raises some questions as to the scope and limits of the applicability of the modification and termination rules derived from the 2014 Public Procurement Package to in-house providing structures.

Regardless of that, in itself, the Decision of the Conseil d’État is remarkable (and puzzling) for the extreme brevity of the justification given for the conclusion that the partial termination of the concession contract was illegal. In my view, the only plausible explanation for this extremely brief justification by the Conseil d’État is the even weirder background of the dispute, which involves a rebellious rejection by the municipality of Aix-en-Provence of a legal reform that transfers the competence for the management of (certain types of) parking sites to a higher level of regional administration (the ‘métropole d’Aix-Marseille-Provence’). In this post, I briefly address these two aspects of a truly interesting case that Prof François Lichère brought to my attention—for which I am grateful.

The illegality of the partial termination of the concession contract

In the case at hand, the municipality of Aix-en-Provence had entered into a series of concession contracts with SEMEPA for the exploitation of street and underground parking sites in that city—the oldest of which dated back from 29 December 1986. SEMEPA is a mixed economy company in which the municipality holds a controlling stake and appoints the majority of the board of directors (ie a body governed by public law and, prima facie, an in-house entity). On 9 June 2016, the municipality decided to partially terminate one of the concession agreements, and this decision was brought under judicial review. On this specific point, the Decision of the Conseil d’État establishes that

Considering, in the first place, that under the terms of Article 55 of the Ordinance of 29 January 2016 on concession contracts, applicable by virtue of Article 78 thereof to the modification of concession contracts in force prior to the entry into force of the Ordinance: ‘the conditions in which a concession contract can be modified during its term without a new concession award procedure are established by implementing regulation. Such modifications cannot change the overall nature of the concession contract. / Where the execution of the concession contract cannot be carried out without a modification contrary to the terms of this Ordinance, the concession contract can be terminated by the conceding authority’; under the terms of Article of the Decree of 1 February 2016 which sets implementing rules for the application of this Ordinance: ‘A concession contract can be modified in the following cases: (…) 5 Where the modifications, of whichever value, are not substantial. / A modification is considered substantial where it changes the global nature of the concession contract. In any case, a modification is substantial where any of the following conditions is met: / a) it introduces conditions which, had they been part of the initial concession award procedure, would have attracted additional participants in the concession award procedure, or allowed for the admission of candidates or tenderers other than those initially admitted, or for the acceptance of a tender other than that originally accepted. b) it changes the economic balance of the concession in favour of the concessionaire in a manner which was not provided for in the initial concession (…);

Considering that it is proven that the agreement concluded on 29 December 1986 between the municipality of Aix-en-Provence and SEMEPA, which had as its object the concession of the management of a public service of off-street parking and a public service of on-street parking, constituted, in fact and notably from the characteristics of its financial equilibrium, a single agreement; that, even if the municipality of Aix-en-Provence and SEMEPA declared to have proceeded to the ‘partial termination’ of that agreement, the agreement of 9 June 2016 had as its object a modification of the initial concession contract; that this modification needs to be view, in regard to its extension [ie the fact that it covered a large number of the parking sites initially covered], as changing the global nature of the initial contract; that it [the modification] introduced, in addition, conditions which, had they been part of the initial concession award procedure, could have attracted additional participants, or allowed for the admission of candidates or tenderers other than those initially admitted, or for the acceptance of a tender other than that originally accepted; that, consequently, [the challenge] based on the fact that this modification of the agreement of 29 December 1986 was adopted in breach of the rules for the modification of concession contracts is such as to create serious doubts as to its validity (paras 19-20, own translation from French).

As mentioned above, the Decision of the Conseil d’État in SEMEPA seems aligned with the Finn Frogne Judgment of the Court of Justice in the sense that it considers that a material reduction of the scope of the concession contract is able to change its nature and thus determine the illegality of the modification. However, in Finn Frogne the change in the nature of the contract derived (at least partially) from the fact that the partial termination resulted in a supply (and installation?) contract, rather than a concession. This is not the case in SEMEPA and it is hard to disentangle the two reasons given by the Conseil d’État in the same para (20): that the material reduction was such as to alter the global nature of the contract AND one that, had it been part of the initial award procedure, would have created different competition conditions and possibly led to a different award decision. From that perspective, the SEMEPA Decision does not make much to contribute to a proper understanding of the several grounds prohibiting different types of illegal (concession) contract modifications.

Additionally, given that SEMEPA is an in-house entity (or at least that is what seems to derive from the discussion in the next paragraph of the Decision, see below), the Conseil d’État missed an opportunity to clarify whether the applicability of the rules on contract modification in this specific case result solely from an (expansive) interpretation of the domestic law, or rather derive from the rules in the Concession Directive and/or general principles of EU public procurement law—which is, however, a tricky issue best saved for another time.

Procurement law to the rescue? Background to the partial termination of the concession

Going back to the SEMEPA Decision, and as also mentioned above, the only plausible explanation I can find for the extremely shallow and formalistic analysis and the brief justification given by the Conseil d’État for the finding of illegal modification is the even weirder background of the dispute, which is described in the following terms:

Considering, in the second place, that in a communication of 20 June 2016, published on the [Aix-en-Provence] municipality’s website, it indicated that the City Council had sold eight ‘off-street’ parking sites to SEMEPA, which had until then been exploiting them in the framework of a public service delegation, that this sale would allow the municipality to ‘avoid the obligation of gratuitously transmitting its parking sites to the [métropole d’Aix-Marseille-Provence], which the law required’, that ‘such parking sites constitute an estate, which the municipality has created, that its inhabitants have paid for, et [which] it would have been abnormall to have to donate them [to the métropole d’Aix-Marseille-Provence]’, and that ‘to those who doubt that this sale contributes to take the parking policy from the elected, to transfer it to the non-elected, without any guarantee that such policy will be preserved, it will be put that the exact opposite will happen: SEMEPA is a mixed economy company managed by a board of directors in which the elected from the municipality are the majority. The tariffs will continue to be controlled by the municipality; this will form part of the contract between both partners. In addition, SEMEPA’s annual activity report is presented annually to the City Council’; … proceeding to the … modification of the [concession] contract of 29 December 1986, and to the transfer of the off-street parking sites to SEMEPA, the Municipality and SEMEPA had as the sole goal to prevent the exercise, by the métropole d’Aix-Marseille-Provence of the power to regulate parking sites which it is given with effect from 1 January 2018the [challenge] based on the fact that the [modification] of 9 June 2016 had an illicit object and had to be considered an ‘abuse of power’ is such as to create serious doubts as to its validity  (paras 21, own translation from French).

Now, that explains everything! Except the need to use public procurement law at all in a situation of such clear fraudulent use of contractual mechanisms to avoid mandatory public law duties …

 

Friday Plug: Inaugural call for papers of the Nordic Journal of European Law

download.png

The editors of the newly established Nordic Journal of European Law have asked me to bring their inaugural call for papers to your attention. So here it is:

The Nordic Journal of European Law (NJEL) is proud to announce its first call for papers for the 2018 spring term. The NJEL is a Nordic-based peer-reviewed journal of European law. The journal is a PhD-run initiative from Lund University, in cooperation with other Nordic universities with the aim to promote the knowledge and research of European law in the Nordic countries. The NJEL will be published through open-access on a bi-annual basis.

The NJEL is aimed at publishing legal or inter-disciplinary works related to issues of European law in its widest sense. We welcome submissions in the form of articles, case notes and book reviews. Submissions are open to both senior and junior researchers as well as practitioners. We accept submissions from practitioners and researchers who are not based in the Nordic countries. 

Please send your submission to NJEL@jur.lu.se  by the 31st of March 2018. For formal requirements please see the NJEL style guidelines available at: http://www.law.lu.se/#!Nordicjournalofeuropeanlaw.

Xavier Groussot, Senior Editor
Max Hjärtström, Editor in Chief
Baldwin Kristjánsson, Student Editor