Study on administrative capacity to manage public procurement in the EU - some critical remarks on public procurement transparency

The European Commission has published the study 'Stock-taking of administrative capacity, systems and practices across the EU to ensure the compliance and quality of public procurement involving European Structural and Investment (ESI) Funds' (PwC, Jan 2016), which offers an interesting perspective on the existing administrative capacity to manage public procurement in the EU. In its own terms, '[the] study offers a unique and unprecedented overview of the current state of administrative capacity in the field of public procurement in the EU with a special focus on the implementation of the European Structural and Investment (ESI) Funds. It looks at the systems and structures in the individual Member States and provides valuable information as to how to improve the quality of public procurement and ensure more efficiency, transparency and regularity, in line with the Investment Plan for Europe and the EU budget focused on results initiative'.

The study has country-specific profiles with 'recommendations regarding specific needs identified in the 28 Member States and the areas where they could improve performance and effectiveness of public procurement benefiting from the cases of good practice contained in the study'. Such recommendations build up on a general section on 'good practices', where the study focuses on  seven categories of issues that PwC considers relevant for the proper administration of a well-functioning public procurement system, including:

  • Ad hoc support [to contracting authorities having issues with procurement rules or practice];
  • Guidance documents for contracting authorities;
  • Professionalisation of public procurement practitioners;
  • Initiatives which ensure the quality of public procurement;
  • Review processes;
  • Measures for simplification and efficiency;
  • Data monitoring and practices fostering transparency.

Some of these recommendations are already shaping EU policy in the public procurement field. In particular, the 'good practices' on ad hoc support are informing the Commission's project to set up and roll-out a 'voluntary ex ante assessment mechanism of the procurement aspects of certain large-scale infrastructure projects' (as included in the 2015 Strategy for the upgrade of the internal market), which may well result in the creation of a help-desk or hotline structured around the existing experiences in France, Slovenia, Finland of the Netherlands; see pp. 72-74 of the PwC report).

Similarly, the considerations around good practices concerning public procurement transparency (pp. 85-86) are also likely to inform the Commission's project to encourage Member States to create centralised public procurement registers as part of its commitment to pursue '[i]nitiatives for better governance of public procurement through the establishment of contract registers, improved data collection and a networking of review bodies' (as also included in the 2015 Strategy for the upgrade of the internal market; for discussion, see here and here). In that regard, it is worth looking closely at what the PwC report considers good practices in this area. According to the report,

The online publication of detailed and regularly updated public procurement data is a key component of an effective monitoring and transparency system. This can benefit to a wide range of stakeholders, from the public authorities who can use this data to monitor and evaluate their own purchasing activities to economic operators who can better assess the public sector markets. Besides, the publication of public procurement data also helps civil society groups to conduct their oversight activities on public spending.
Key success factors: Comprehensive and quality data covering various aspects of procurement (e.g. number, economic value, procedure); User-friendly and intuitive websites to easily access the data; Data made available online should be comparable, freely released, and downloaded in usable format; Regular update of the data published.

At this level of generality, the report is not massively useful because it leaves important issues of detail about the information to be published, whether access needs to be unrestricted and universal (I submit it should not) or different stakeholder should have access to different levels of information and at different times, etc. Moreover, the report makes some general statements that can be strongly contested. For instance, the report emphasises that

There is ... a benefit in collecting and publicising information not directly related to a specific procedure. For example, some [Member States], such as Latvia, Spain and Slovakia, require contracting authorities to publish pipelines of up-coming contracts, which can be invaluable tools for bidders to manage their businesses plans and prepare their most competitive officers. 

This is very problematic because this is the sort of excessive transparency that can easily result in cartelisation of (future) tender procedures and, in my view, there is no need whatsoever for this type of advance publication of contract opportunities if contracting authorities are willing to provide reasonable tender preparation times [for broader discussion, see A Sanchez-Graells, Public Procurement and the EU Competition Rules, 2nd edn (Oxford, Hart, 2015) 73-75, and ibid., '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' (2013)]. Thus, a more nuanced and careful consideration of these issues would be needed before simply presenting more transparency as always and intrinsically positive, and as a 'good practice' that should be disseminated throughout the 28 EU Member States--which it simply is not.

When it comes to the assessment of specific cases, the PwC report includes five short case studies in this area: Spain (Public Contracts Registry), Lithuania (Monitoring and publication of data on framework agreements), Slovenia ("Supervizor" transparency tool), Portugal (BASE Public Contracts Portal) and Slovakia (Single-stop online portal for public procurement analysis). All these case studies stress that publication of procurement information is positive, and indicate that there are issues of quality of the data published and of accessibility and machine-readability that need to be addressed. On the basis of that, the report goes on to recommend that Member States:

  • Integrate interoperability with the online publication system into the national eprocurement system so that the relevant data is automatically uploaded to the public website, minimising delays in publication;
  • Incorporate a comprehensive and user friendly search engine in any online database so that users can identify the information that is relevant to them;
  • Allow users to download search results in at least one commonly used and machine readable format such as CSV or Excel;
  • Contracting authorities should be required to submit preliminary data on upcoming projects, either via an annual procurement plan, or an advanced notification requirement for major and recurring contracts. 

I would personally take issue with the final recommendation and challenge it as an instance of detrimental public procurement practice. Elaborating a procurement is probably a good governance tool. Publishing it is a very ill-informed decision. Not in vain, one of the recommendations included in the OECD's Guidelines for Fighting Bid Rigging in Public Procurement (2009) is for contracting authorities to avoid predictability and, in particular, to '[a]void predictability in your contract requirements: consider aggregating or disaggregating contracts so as to vary the size and timing of tenders'.

Thus, engaging in the type of advanced disclosure advocated by the PwC report is simply contrary to this recommendation and creates excessive predictability and certainty of demand for both major and recurring contracts. Simply put, this is an ill-informed recommendation and one that the Commission and the Member States should ignore. It will be particularly important for this not to feed into the Commission's initiatives under the 2015 Strategy for the upgrade of the internal market. Any development of rules on public procurement registers needs to be much more nuanced and informed by economic theory.

In my view, the main normative recommendations (ie 'good practices') on which public procurement registers should be based are as follows:

  • Public contract registers should not be fully available to the public. Access to the full registry should be restricted to public sector officials under a strong duty of confidentiality protected by appropriate sanctions in cases of illegitimate disclosure.
  • Even within the public sector, access to the full register should be made available on a need to know basis. Oversight entities, such as the audit court or the competition authority, should have full access. However, other entities or specific civil servants should only access the information they require to carry out their functions.
  • Limited versions of the public contract registry that are made accessible to the public should aggregate information by contracting authority and avoid disclosing any particulars that could be traced back to specific tenders or specific undertakings.
  • Representative institutions, such as third sector organisations, or academics should have the opportunity of seeking access to the full registry on a case by case basis where they can justify a legitimate or research-related interest. In case of access, ethical approval shall be obtained, anonymization of data attempted, and specific confidentiality requirements duly imposed.
  • Delayed access to the full public registry could also be allowed for, provided there are sufficient safeguards to ensure that historic information does not remain relevant for the purposes of protecting market competition, business secrets and commercial interests.
  • Tenderers should have access to their own records, even if they are not publicly-available, so as to enable them to check their accuracy. This is particularly relevant if public contract registries are used for the purposes of assessing past performance under the new rules.
  • Big data should be published on an anonymised basis, so that general trends can be analysed without enabling ‘reverse engineering’ of information that can be traced to specific bidders.
  • The entity in charge of the public contracts registry should regularly publish aggregated statistics by type of procurement procedure, object of contract, or any other items deemed relevant for the purposes of public accountability of public buyers (such as percentages of expenditure in green procurement, etc).
  • The entity in charge of the public contracts registry should develop a system of red flag indicators and monitor them with a view to reporting instances of potential collusion to the relevant competition authority.

My full discussion and reasons for these recommendations are available here.

Interesting case on the award of public contracts and 'prudential budgetary reserves' (T-90/14)

The tension between budgetary rules and public procurement law was rather evident in a recent case before the General Court (GC) of the Court of Justice of the European, which it decided in its Judgment of 8 October 2015 in Secolux v Commission, T-90/14, EU:T:2015:772 (only available in French). The case concerned procurement by the EU Institutions, but the situation seems to be applicable mutatis mutandis to procurement covered under the general EU rules for procurement carried out by the Member States.

In the case at hand, the European Commission received a tender valued at 4,222,680 euros and selected it for award of the contract, therefore disclosing that information to all other bidders as part of the general debriefing process. However, the Commission finally awarded the contract for a value of 5,070,000 euros and disclosed this information in the relevant contract award notice. There was no indication of the reasons behind this higher contract value in the contract award notice.

In view of this significant discrepancy between both contract values, a disappointed tenderer challenged the award decision on the basis of an infringement of the requirements of transparency, equal treatment and non-discrimination resulting from the applicable rules. Quite surprisingly, the GC dismissed this claim, on the basis of the following reasoning:
27. At the outset, it should be noted that, as the Commission has explained, the amount of the successful offer was 4,222,680 euros ... The contract has been awarded for 5 070 000 euros euros ... This later amount is equivalent to the rounded price of the offer of the successful tenderer, increased by 20% for indexing and contingencies.
29. In this context, the applicant alleges in particular infringement of the principles of transparency and equal treatment ... as well as rules on advertising.
32. ... it is understood that the applicant's complaint, in essence, is directed against the award of the contract for an amount equivalent to the offer of the successful tenderer , increased by 20% for indexing and contingencies.
37 According to the relevant case law, the principle of transparency, which is essentially aimed to ensure the absence of favoritism or arbitrariness on the part of the contracting authority, means that all terms and conditions of the award procedure must be drawn in a clear, precise and unequivocal manner in the contract notice or in the contract documents (judgments of 29 April 2004, Commission / CAS Succhi di Frutta, C-496/99 P, EU: C: 2004: 236, paragraph 111, and of 26 September 2014, Evropaïki Dynamiki / Commission, T-498/11, EU: T: 2014: 831, paragraph 119).
38 In order to ensure respect for equal treatment and transparency, it is important that all the elements taken into consideration by the contracting authority to identify the economically most advantageous tender and, if possible, their relative importance are known potential bidders when preparing their tenders (judgment of 21 July 2011, Evropaïki Dynamiki / EMSA, C-252/10 P, EU: C: 2011: 512, paragraph 30, and Evropaïki Dynamiki / Commission, paragraph 37 above, EU: T: 2014: 831, paragraph 121).
39 All these requirements were satisfied in this case. Indeed, it clearly appears from the case file that the terms and conditions of the award process have been clearly established in the call for tenders. In addition, the allocation by the Commission for a market value including indexing and contingencies was irrelevant in the identification of the most economically advantageous tender
40 ... the first plea must be rejected as in part inoperative and in part unfounded. None of the arguments advanced by the applicant is in any event undermine that conclusion. 
41 First, it should be stressed that the Commission limited itself to  the creation of a budgetary reserve, which will not be used in the absence of contingencies and applications for price indexing. Therefore, it is not a unilateral increase of the price proposed by the successful tenderer. Moreover, the reservation of a higher budget to deal with unforeseen circumstances constitutes prudential behavior on the part of the Commission (T-90/14, paras 27, 29, 32 and 37 to 411, own translation from French and emphasis added).
The reasoning of the GC is quite surprising because, regardless of the budgetary mechanisms or restrictions affecting the Commission's decision (eg under the applicable rules, there was no specific provision allowing for contract modification, which would have created an incentive for the Commission to create a budgetary reserve by means of inflating the award price), the contract was in fact awarded at a higher price than the tender submitted by the bidder, which is a significant deviation of the standard procedural requirement and opens the door to post-award negotiations that can completely undermine the pre-award competition. 

Such preservation of the result of the ex ante competition for the contract is precisely the reason why contract modification has been the object of specific regulation under Art 72 Dir 2014/24. In short, pre-empting the effectiveness of rules on contract modification (either inexistent rules that prevent it or positive rules that constrain it) by artificially increasing the price of the contract at award stage should not be seen as legitimate prudential behaviour on the part of the contracting authority, but a deviation of power that certainly infringes the basic requirements of the duty of good administration.

Moreover, in the case at hand, there were allegations that the offer was abnormally low and that the chosen tenderer would be unable to perform the contract at the prices offered. Under those circumstances, the GC would have been well advised to dig deeper into the (actual) reasons for the Commission to create such a budgetary reserve by means of an artificially high contract price (which is certainly not best or even standard practice), which could reasonably have been motivated by an actual knowledge that the execution of the contract could not be performed at the offered prices without increases (due to indexation, contingencies or otherwise). And this seems particularly suspicious in view of the fact that the awardee of the contract was an incumbent provider of services to the European Commission.

Thus, in my opinion, the decision of the GC in Secolux v Commission is either naive or way too formal and a better analysis of the behaviour of the Commission would be necessary. I am no expert in EU budgetary law at all, but I find it odd that the Commission can simply decide to create 'prudential budgetary reserves' by means of a manipulation of the prices of the contracts it awards. If there is a further appeal to the CJEU, I would prompt the Court to consider the issue under a more stringent framework.

GC (T-668/11): 'mere' non-compliance with formal #publicprocurement rules does not trigger liability for loss of profits

In its Judgment of 6 June 2013 in case T-668/11 VIP Car Solutions v Parliament II, the General Court of the European Union (EU) has addressed the issue whether non-compliance with the duties of transparency and motivation by a contracting authority can generate a right to claim damages for disappointed bidders and, more specifically, whether they would be entitled to claim loss of profit compensation.

In this clear Judgment, the GC does not exclude that possibility as a matter of principle, but it sets a very clear line of analysis of the causality required between the lack of motivation or failure to disclose certain information and the damages claimed by disappointed bidders--which makes this type of claims very difficult to succeed. 

In the Judgment, the GC has stressed that:
In this regard, it should be noted that it is true that the Court held that the [contested] decision should be annulled on the grounds, first, that the Parliament had violated the obligation to disclose the price proposed by the successful bidder and, secondly, that the decision was vitiated by an inadequate statement of reasons. However, it is clear that the non-disclosure of the price and the lack of motivation do not establish that the award of the contract to another tenderer was a fault, or that there is a causal link between this fact and the loss claimed by the applicant (see, to that effect, the Judgment of 25 February 2003, Renco / Council T-4/01, Rec. p. II-171, paragraph 89, and of 20 October 2011, Alfastar Benelux / Council T-57/09, not published in the ECR, paragraph 49). Indeed, there is nothing to suggest that the Parliament should award the contract in question to the applicant if the original decision had been sufficiently motivated or if the Parliament had disclosed the price of the successful bidder. It follows that the claim for compensation for the alleged damage suffered as a result of the first decision must be rejected as unfounded in so far as it is based on inadequate reasoning of that decision and the non-disclosure of the price proposed by the winning bidder (T-668/11 at para 38, own translation from French, emphasis added).
In view of this analysis of strict causality, which is appropriate, it seems clear that disappointed bidders that succeed in challenging public procurement decisions exclusively on the grounds of lack of compliance with transparency obligations and the duty to provide reasons are likely to only be entitled to claim legal costs and any other expenses related to the challenge of the award procedure. 

This should be welcome, despite the fact that it may reduce the incentives for disappointed bidders to challenge procedurally incorrect public procurement decisions because, unless they can prove that there has been a material (in terms of substantive) breach and that, but for that illegality they should have been awarded the contract, it is very unlikely that they can obtain any compensation for their efforts. 

This may (marginally?) diminish the effectiveness of challenge procedures (at least where no material rule has been breached), but an excessively generous rule that awarded damages exclusively due to 'mere' procedural shortcomings would generate a perverse incentive towards excessive litigation. This may justify the need for stronger mechanisms of public oversight, as it seems clear that the incentives for disappointed bidders to act 'in the public interest' have just been delimited in a proper, but narrow, manner.