Social housing, State aid and procurement show up again in EU Courts' case law (T-397/12)

In its Judgment in Diputación Foral de Bizkaia v Commission, T-397/12, EU:T:2015:291 (only available in ES and FR), the General Court (GC) of the Court of Justice of the European Union (CJEU) has decided a case involving State aid and public procurement for social housing. The issues raised in this case are technically different from those discussed in previous cases and, particularly, in Libert and Others (joined cases C-197/11 & C-203/11, EU:C:2013:288). However, there are some elements worth discussing. 

As a preliminary point, it is worth stressing that the case only concerned violations of State aid rules under Arts 107 and 108 TFEU. However, there was a very significant violation of EU public procurement rules as well--as a result of the direct award of over €150mn worth of works or supplies (depending on how pre-fabricated modular homes are categorised). Nonetheless, given that this was not discussed in the case, the comments are limited to the State aid dimension of the Spanish infringement of EU law.

The claimant, Diputación Foral de Bizkaia (DFB) is a regional authority in Spain and it owns 100% of public corporation Bizkailur SA (Bizkailur), which is dedicated to urban development, particularly for industrial purposes, with the ultimate aim of attracting business to the region. Through Bizkailur, DFB entered into two contracts with Habidite Technologies País Vasco SA (Habidite) for the set-up of a construction module factory in Alonsotegi and the delivery of 1,500 modular homes. 

According to the first contract, DFB and Bizkailur would purchase a land plot and adapt it for industrial use to prepare the setting up of a Habidite factory in Alonsotegi. Under the second contract, the public authorities committed to purchase from Habidite a total of 1,500 homes constructed with modules produced in Alonsotegi in order to sell them as social housing [see the Commission's press release].

The Commission found that the contracts contained illegal state aid because no private player would have accepted to contract on such terms. In the Commission's view, the maximum support that could be granted to the project was of €10.5 mn, but the actual advantage given to Habidite was much larger [see Commission's Decision for details]. Moreover, given that the measures had not been notified before they were granted to Habidite, the aid was unlawful.  DFB challenged the Commission's decision, but the GC has dismissed the appeal. A further appeal before the CJEU seems unlikely, given that the Habidite project was eventually abandoned by DFB due to lack of financial resources.

Some of the arguments submitted by DFB to the GC are so shocking that they deserve some discussion before laughing them off. In particular, I find it ridiculous for DFB to have submitted that no aid existed on the basis of a circular argument ultimately based on its own failure to comply with EU law, which would suffice to trigger a constructive estoppel under Spanish law (as, indeed, later declared by the competent domestic courts; see press release). 

The argument goes as follows: DFB signed a contract with Hadibite through Bizkailur for interests in land and property, which subjected it to Spanish civil rules (ie private law). A fundamental element in the Spanish contract formation rules is the requirement of Art 1258 Civil Code, according to which "Contracts are perfected by mere consent, and since then bind the parties, not just to the performance of the matters expressly agreed therein, but also to all consequences which, according to their nature, are in accordance with good faith, custom and the law" (emphasis as per GC's extracts). The aid given to Hadibite through the contracts was illegal under Arts 107 and 108 TFEU. Hence, the contract was null and void and, ultimately, there was no aid because DFB (through Bizkailur) was not boud to comply with an illegal contract. 

This is a circular and preposterous argument, as it would mean that there would never be illegal and unlawful State aid measures because they would be legally non-existent as a result of the supremacy and direct effect of Arts 107 and 108 TFEU, regardless of the specific (private or public) contract rules of the specific Member State. And, in any case, domestic theories of estoppel could well de-articulate the argument on strictly contractual terms--which would immediately trigger issues of good faith in negotiations and pre-contractual liability for the authorities granting aid, which is also prevented by the effet utile of Arts 107 and 108 TFEU.

Along these lines, and more elegantly, the GC considered that "as to the applicant's argument that there can be no breach of EU law because national law requires a prior notification of the planned aid to the Commission [without which there is no legally binding and unconditional commitment to actually grant the aid], it suffices to state that it cannot be declared that no infringement of EU law existed for the mere fact that [the contracts] also violated national law" (T-397/12, para 36, own translation).

Finally, it is worth mentioning that the Judgment is also interesting for the discussion of the procedural rights of sub-central public authorities in State aid infringement procedures opened against the Member State of which they are part. The GC reiterated the standard position that (given that they are interested parties, but not parties of the procedure) such authorities cannot rely on the rights of defense or try to maintain an open debate with the Commission (paras 53-63).

Short break

Given the length of the recent comments to Regs. 56 to 59 of the Public Contracts Regulations 2015, and to give Pedro the opportunity to catch up after his recent change of civil status (congrats and all best wishes to the happy couple!), let's take a short break until Monday, when we will delve into the complexities of the means of proof used to justify compliance with exclusion and selection requirements. Good weekend to everyone!

European Single Procurement Document under Reg. 59 Public Contracts Regulations 2015

Reg.59 of the Public Contracts Regulations 2015 (PCR2015) transposes Article 59 of Directive 2014/24 concerning the European Single Procurement Document (ESPD), which attempts to reduce the red tape involved in the participation of public procurement processes. Article 59 of Dir 2014/24 introduces a significant attempt to flexibilise documentary requirements and to reduce red tape in public procurement by means of the ESPD (ie a collection of self-declarations) and other facilitating measures [for discussion, including the abandoned proposal for a European Procurement Passport, see A Sanchez Graells, “Are the Procurement Rules a Barrier for Cross-Border Trade within the European Market? — A View on Proposals to Lower that Barrier and Spur Growth” in C Tvarnø, GS Ølykke & C Risvig Hansen (eds), EU Public Procurement: Modernisation, Growth and Innovation (Copenhagen, DJØF, 2012) 107, 121-126]. Pedro is quite optimistic about the advantages of the system. As I discuss below, I am much less so.

Under this new system, economic operators will be able to submit an ESPD ‘consisting of an updated self-declaration as preliminary evidence in replacement of certificates issued by public authorities or third parties confirming’ that they are not affected by exclusion grounds, that they meet selection and short-listing criteria (as applicable) and that they will be able to produce hard documentary evidence of such circumstances without delay, upon request of the contracting authority [art 59(1)]. 

Indeed, the ESPD ‘shall consist of a formal statement by the economic operator that the relevant ground for exclusion does not apply and/or that the relevant selection criterion is fulfilled and shall provide the relevant information as required by the contracting authority. The ESPD shall further identify the public authority or third party responsible for establishing the supporting documents and contain a formal statement to the effect that the economic operator will be able, upon request and without delay, to provide those supporting documents’. 

Moreover, where the contracting authority can obtain the supporting documents directly by accessing a database pursuant to Art 59(5) odf Dir 2014/24, the self-declaration shall also contain the information required for this purpose, such as the internet address of the database, any identification data and, where applicable, the necessary declaration of consent. In order to try to increase the advantages of the ESPD, it is conceived as a ‘reusable’ instrument, so that ‘[e]conomic operators may reuse an ESPD which has already been used in a previous procurement procedure, provided that they confirm that the information contained therein continues to be correct’.

The contracting authority will then be free to request submission of such documents at any point of the process where this appears necessary to ensure the proper conduct of the procedure and, in any case, shall require them from the chosen contractor prior to awarding the contract, unless it already possesses these documents or can obtain these documents or the relevant information by accessing a national database [art 59(4)]. 

In that regard, it is worth stressing that, as a complementary facilitating measure, Art 59(5) of Dir 2014/24 foresees that: ‘economic operators shall not be required to submit supporting documents or other documentary evidence where and in so far as the contracting authority has the possibility of obtaining the certificates or the relevant information directly by accessing a national database in any Member State that is available free of charge, such as a national procurement register, a virtual company dossier, an electronic document storage system or a pre-qualification system. For [that] purpose … Member States shall ensure that databases which contain relevant information on economic operators and which may be consulted by their contracting authorities may also be consulted, under the same conditions, by contracting authorities of other Member States’. 

As a complement, and according to Art 59(6) of Dir 2014/24, ‘Member States shall make available and up-to-date in e-Certis a complete list of databases containing relevant information on economic operators which can be consulted by contracting authorities from other Member States. Upon request, Member States shall communicate to other Member States any information related to the databases referred to in this Article’. Moreover, according to Art 61(1) of Dir 2014/24, ‘With a view to facilitating cross-border tendering, Member States shall ensure that the information concerning certificates and other forms of documentary evidence introduced in e-Certis established by the Commission is constantly kept up-to-date’.

It should be recalled that failure to provide the required documentation in support of the self-declarations submitted by the economic operator will constitute a discretionary ground for exclusion [art 57(4)(h)], which the contracting authority can apply any time [art 57(5)]. In that regard, the system seems too lenient towards the failure to support any of the prior declarations. Under the initial 2011 proposal for a new Directive, it would generate an impediment to award under Art 68, now suppressed. Indeed, it is hard to understand why contracting authorities would be free to award the contract to an economic operator that cannot support its own self-declarations and how that would not infringe the principles of transparency, equal treatment and non-distortion of competition. In my view, this should constitute a case of mandatory exclusion of the economic operator concerned, unless there were good reasons beyond its control that prevented it from submitting the required documentation.

More generally, in my view, this rather revolutionary proposal (revolutionary at least for countries with ‘traditional’ administrative procedure regulations) for the acceptance of the ESPD (rectius, ‘mere’ self-declarations) clearly has the potential to reduce the costs of participating in the tender for unsuccessful bidders (increasing the incentive to participate), but generates a relatively small advantage for successful bidders (only a time gain, and of an uncertain length at that), increases the length of the procedure (there is no regulation concerning the time that the authority must give the successful tenderer to produce the requested documents prior to award) and generates a risk of potential award to non-compliant bidders that would require second or ulterior awards (with the corresponding difficulties regarding the need to ensure that other bidders keep their offers open, new award notices, etc). These risks are identified in the Commission's Impact Assessment of the Proposal for a Directive of the European Parliament and of the Council on Public Procurement (page 70), but simply dismissed on the hope that self-declarations would bring a significant reduction of time and costs and a potential automatisation of selection and award procedures. I do not think is a proper assessment of the issues that will likely arise in practice.
 
In any case, in order to complete this proposal, I think that it would be necessary to set speedy but reasonable time limits to produce the requested documents and to strengthen the consequences of failing to produce supporting evidence for the self-declarations, which should not only be an impediment to award, but also be clearly identified as a ground for mandatory exclusion.

Moreover, failure to back a self-declaration / ESPD submission should be expressly set as a head of damage that allows contracting authorities to recover any additional expenses derived from the need to proceed to a second-best, delayed award of the contract (without excluding the eventual enforcement of criminal law provisions regarding deceit or other types of fraud under applicable national laws). 

Also, rules on annulment of the awarded contract and other sanctions are needed for those instances where the discovery of the falsity of the documents occurs after contract award—since this case is not fully covered by the provision of Art 73(b) of Dir 2014/24, which only requires that contracting authorities have the possibility to terminate a public contract during its term, where it turns out that ‘the contractor has, at the time of contract award, been in one of the situations referred to in Article 57(1) and should therefore have been excluded from the procurement procedure’. 

Hence, if the self-declaration that the economic contractor has been unable to support is not concerned with Art 57(1), there is not even an indirect way to challenge (at least clearly) the award of the contract despite the infringement of Art 59(4) of Dir 2014/24. In my opinion, challenges under domestic contract rules governing misrepresentations or falsity in private documents should be available in this case, but it would have been desirable that the new rules included a specific termination clause in this case in Art 73.

Selection criteria under Reg. 58 Public Contracts Regulations 2015


Reg.58 of the Public Contracts Regulations 2015 (PCR2015) transposes Article 58 and Annex XI of Directive 2014/24 concerning selection criteria for the participation in public procurement procedures, which deserve some comments. For further discussion and references, see A Sanchez Graells, "Exclusion, Qualitative Selection and Short-listing”, in F Lichère, R Caranta & S Treumer (eds), Modernising Public Procurement. The New Directive, vol. 6 European Procurement Law Series (Copenhagen, DJØF, 2014) 97-129]. See also Pedro's own views.

(1) Numerus clausus? of selection criteria and minimum ability levels
Article 58(1) of Dir 2014/24 consolidates and somehow clarifies the requirements in Articles 41(1) and 41(2) of Directive 2004/18 as regards the fact that selection criteria can exclusively relate to: i) the suitability to pursue the professional activity concerned, ii) the economic and financial standing, and iii) the technical and professional ability of the economic operator; and that, in any case, the requirements shall be limited to ‘those that are appropriate to ensure that a candidate or tenderer has the legal and financial capacities and the technical and professional abilities to perform the contract to be awarded. All requirements shall be related and proportionate to the subject-matter of the contract’.

However, Ar 58(1) of Dir 2014/24 is not free from interpretive difficulties, since it seems to aim to establish a numerus clausus or exhaustive list of selection criteria when it indicates that ‘Contracting authorities may only impose criteria referred to in paragraphs 2, 3 and 4 of this Article on economic operators as requirements for participation’ (emphasis added). The same issue arises from reg.58(2) PCR2015, which indicates that ‘Contracting authorities may impose on economic operators as requirements for participation only the criteria referred to in paragraphs (5) to (18)’ (emphasis added).

 
This is not consistent with the open-ended wording of such paragraphs and would contradict the existing case law of the CJEU, which establishes that contracting authorities have wide discretion to set the specific requirements that they consider adequate for the evaluation of the suitability of candidates to perform the contract [Joined Cases 27 to 29/86 CEI and Bellini [1987] ECR 3347 paras 13-15].

 
Therefore, regardless of the specific drafting, it seems clear that there is actually no numerus clausus of selection criteria , as long as they refer to the suitability to pursue the professional activity concerned, the economic and financial standing, or the technical and professional ability of the economic operator (are related and proportionate to the subject-matter of the contract, and are kept to a minimum in order to take into account the need to ensure genuine competition ).

In any case, where contracting authorities want to establish minimum capacity levels, they have to comply with Art 58(5) of Dir 2014/24 and reg.58(19) PCR2015 [which carry forward the requirements of art 44(2) dir 2004/18] and ‘indicate the required conditions of participation which may be expressed as minimum levels of ability, together with the appropriate means of proof, in the contract notice or in the invitation to confirm interest’.

(2) Suitability to pursue the professional activity concerned 

This is now regulated in Art 58(2) of Dir 2014/24, which recasts and keeps the rules of Art 46 of Dir 2004/18 substantially unchanged. In this regard, it may simply be worth noting that, in relation to service contracts, contracting authorities may face difficulties in cases of breach of the Services Directive by Member States that impose excessive professional requirements.  
 

(3) Economic and Financial Standing and its Capping
Art 58(3) of
Dir 2014/24 provides substantive guidance on the requirements concerned with the economic and financial standing of the economic operator and goes beyond Art 47 of Dir 2004/18, which was limited to regulating the means of proof that could be furnished and had to be accepted by the contracting authority [now regulated in art 60(3) dir 2014/24]. Interestingly, Art 58(3) of Dir 2014/24 focuses on requirements of minimum yearly turnover, which is one of the criteria more widely used in practice.

According to this provision [and reg.58(8) PCR2015], ‘contracting authorities may impose requirements ensuring that economic operators possess the necessary economic and financial capacity to perform the contract’ and, in particular, ‘may requirethat economic operators have a certain minimum yearly turnover, including a certain minimum turnover in the area covered by the contract. In addition, contracting authorities may require that economic operators provide information on their annual accounts showing the ratios, for instance, between assets and liabilities. They may also require an appropriate level of professional risk indemnity insurance’.

More importantly, the new rules introduce a cap on economic and financial standing requirements that is particularly addressed to foster SME participation. Indeed, ‘The minimum yearly turnover that economic operators are required to have shall not exceed two times the estimated contract value, except in duly justified cases such as relating to the special risks attached to the nature of the works, services or supplies. The contracting authority shall indicate the main reasons for such requirement in the procurement documents’ (emphasis added). Reg.58(9) PCR2015 replicates the requirement in slightly different words:
The minimum yearly turnover that economic operators are required to have shall not exceed twice the estimated contract value, except in duly justified cases ...’ (emphasis added). 

However, in order to avoid this becoming the de facto standard requirement, it is still important to stress that contracting entities and authorities still have to comply with the requirement of Art 58(1) of Dir 2014/24, so that—within that limit—the specific requirements set still are ‘strictly proportionate to the subject-matter of the contract’, taking into account the need to ensure genuine competition [art 18 dir 2014/24 and reg.18(2) PCR2015].

This rule must be adjusted where the contract is tendered in lots and, in that case, the cap to double the value ‘shall apply in relation to each individual lot. However, the contracting authority may set the minimum yearly turnover that economic operators are required to have by reference to groups of lots in the event that the successful tenderer is awarded several lots to be executed at the same time’. In cases of framework agreements and dynamic purchasing systems, this cap should be calculated on the basis of expected maximum size of specific contracts [see regs.58(11) to (14) PCR2015].

(4) Technical and professional ability and a hidden rule on conflicts of interest
Similarly to the changes introduced in relation to the economic and financial standing, Art 58(4) of
Dir 2014/24 goes beyond the documentary requirements in Art 48 of Dir 2004/18 [now in art 60(4) dir 2014/24] and lays down some substantive requirements concerned with the technical and professional ability of economic operators. Generally, this provision indicates that ‘contracting authorities may impose requirements ensuring that economic operators possess the necessary human and technical resources and experience to perform the contract to an appropriate quality standard’ and, in particular, may require ‘economic operators have a sufficient level of experience demonstrated by suitable references from contracts performed in the past’. 

Even more specifically, and consolidating the rule in Art 48(5) of Dir 2004/18, Art 56(4) in fine of Dir 2014/24 stresses that ‘[i]n procurement procedures for supplies requiring siting or installation work, services or works, the professional ability of economic operators to provide the service or to execute the installation or the work may be evaluated with regard to their skills, efficiency, experience and reliability’.

Interestingly enough, Art 58(4) includes a rule against conflicts of interest disguised as a requirement of professional ability (which seems to stretch the concept, at least if taken on its ordinary meaning). Indeed, it establishes that ‘A contracting authority may assume that an economic operator does not possess the required professional abilities where the contracting authority has established that the economic operator has conflicting interests which may negatively affect the performance of the contract’ (emphasis added). The same is established in reg.58(17) PCR2015.


This development should be welcome, as it aims to cover a significant gap in the regime of Dir 2004/18, which had no rules concerned with the existence of conflicts of interest (despite mentioning them in the recitals). However, more clarification should have been provided as to the type of conflicts of interest that justify the exclusion of the economic operator on the basis of its lack of professional ability. 

In that regard, it is important to stress that Art 24 of Dir 2014/24 defines ‘conflicts of interest’ for other purposes , indicating that it ‘shall at least cover any situation where staff members of the contracting authority or of a procurement service provider acting on behalf of the contracting authority who are involved in the conduct of the procurement procedure or may influence the outcome of that procedure have, directly or indirectly, a financial, economic or other personal interest which might be perceived to compromise their impartiality and independence in the context of the procurement procedure’. However, the conflicts of interest that can affect economic operators are not necessarily identical, nor their mirror image and, consequently, some further clarification will be necessary.

Exclusion grounds under Reg. 57 Public Contracts Regulations 2015

Exclusion grounds are now established in reg.57 of the Public Contracts Regulations 2015 (PCR2015), which follows closely Article 57 of Directive 2014/24. The rules establish three groups of exclusion grounds: mandatory, hybrid and discretionary; as well as some minimum and maximum requirements concerning the timing of the exclusion and its duration. The main novelty concerns the regulation of self-cleaning mechanisms aimed at restoring reliability of economic operators affected by exclusion grounds. 

The following comments are based on my paper "Exclusion, Qualitative Selection and Short-listing", in F Lichère, R Caranta & S Treumer (eds), Modernising Public Procurement. The New Directive, vol. 6 European Procurement Law Series (Copenhagen, DJØF, 2014) 97-129, where further references are provided. All references are to the provisions in Dir 2014/24, but they apply mutatis mutandis to reg.57 PCR2015. I know that the comments are long, but I hope they will be useful. Pedro has complemented them with some views and references, particularly on self-cleaning.

(1) Extension of the grounds for mandatory exclusion of economic operators: an emphasis on the fight against fraud and corruption
Art 57 of Dir 2014/24 alters and extends the grounds for mandatory exclusion currently foreseen in Article 45 of Directive 2004/18. According to Art 57(1) of Dir 2014/24, the current four grounds for mandatory exclusion of economic operators convicted by final judgment are maintained, which include the following offences: i) participation in a criminal organisation, ii) corruption, iii) fraud, and iv) money laundering. The references to the statutory instruments where these offences are regulated have been updated, but the regime remains substantially identical. However, Art 57(1) and 57(2) of
Dir 2014/24 significantly extend the remit of the grounds for mandatory disqualification. 
Reg.57(1)(n) PCR2015 tries to cover this expansion of grounds by including a catch-all final renvoi provision that comprises any offence within the meaning of Art 57(1) of Dir 2014/24 as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland. Hence, the enforcement of this provision will not be without difficulty, given the variety of criminal laws that might need checking, but it seems in line with the requirements of Article IV:4(c) of the revised version of the 2011 WTO Agreement on Government Procurement (GPA), which mandates that contracting authorities conduct ‘covered procurement in a transparent and impartial manner that: (c) prevents corrupt practices’ and which makes explicit reference to the United Nations Convention against Corruption. Therefore, the scope of this ground for mandatory exclusion seems to have been significantly broadened (at least potentially, and depending on the actions of the Member States to adopt aggressive anti-corruption legislation) (see also below). Such broadening can even result in a certain extraterritoriality in the application of this ground for exclusion when national criminal laws concerned with corruption cover instances of bribery of third country officials following the OECD Convention on Combating Bribery. For general discussion, see the contributions to G M Racca and C R Yukins (eds), Integrity and Efficiency in Sustainable Public Contracts (Brussels, Bruylant, 2014).
Some of the novelties in Dir 2014/24 and the PCR2015 are worth highlighting. Firstly, in connection with corruption, the ground is extended beyond the ‘EU definition’ of this offence and will now cover ‘corruption as defined in the national law of the contracting authority or the economic operator’ [art 57(1)(b) dir 2014/24]. According to regs.57(1)(b) to (d) PCR2015, this covers corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889 or section 1 of the Prevention of Corruption Act 1906, the common law offence of bribery, as well as bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010, or section 113 of the Representation of the People Act 1983.
Secondly, in relation to terrorism, two new mandatory grounds for exclusion are created for terrorist financing [art 57(1)(e) dir 2014/24] and for terrorist offences or offences linked to terrorist activities [art 57(1)(d) dir 2014/24]. According to regs.57(1)(f) and (g), this covers any offence listed in section 41 of the Counter Terrorism Act 2008, or in Schedule 2 to that Act where the court has determined that there is a terrorist connection; as well as any offence under sections 44 to 46 of the Serious Crime Act 2007 which relates to an offence coverered by the Counter Terrorism Act 2008.
Thirdly, a new ground for mandatory exclusion is created to tackle child labour and other forms of trafficking in human beings, as defined in the corresponding EU instruments [art 57(1)(f) dir 2014/24]. Regs.57(1) (j) to (m) PCR2015 extend that to any offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc.) Act 2004, under section 59A of the Sexual Offences Act 2003, section 71 of the Coroners and Justice Act 2009, or  any offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994.
Fourthly, lack of payment of taxes or social security contributions becomes a ground for mandatory disqualification where this has been established by a judicial or administrative decision having final and binding effect in accordance with the legal provisions of the country in which it is established or with those of any of the jurisdictions of the United Kingdom [art 57(2) dir 2014/24 and reg.57(3) PCR2015]. This makes mandatory the grounds for discretionary exclusion previously foreseen in Arts 45(2)(e) and 45(2)(f) of Dir 2004/18 where there is a final and binding jurisdictional or administrative decision—and, otherwise, it will remain a discretionary ground for exclusion under Art 57(2)II of Dir 2014/24 / reg.57(4) PCR2015 (see below). 
Lastly, Art 57(1) in fine of Dir 2014/24 [reg.57(2) PCR2015] clarifies the provisions in Art 45(1) in fine of Dir 2004/18 and extends the obligation to exclude the economic operator on the basis of any of the prior grounds for exclusion ‘where the person convicted by final judgment is a member of the administrative, management or supervisory body of that economic operator or has powers of representation, decision or control therein’. The only exception to this rule concerns the lack of payment of taxes and social security contributions, but this seems open to contention. In my opinion, at least where lack of payment is related to the activities of the economic operator, the rule should apply despite the legal person not being the one directly convicted or the direct addressee of the jurisdictional or administrative decision confirming the breach of tax or social security rules. 
 
It is also worth stressing that, similar to what was already provided for in Art 45(1)III of Dir 2004/18, Art 57(3) of Dir 2014/24 [reg.57(6) PCR2015] foresees that ‘Member States may provide for a derogation from the mandatory exclusionon an exceptional basis, for overriding reasons relating to the public interest such as public health or protection of the environment’. In this regard, I would submit that the interpretation of the concept of ‘general interest’ developed by the CJEU in the area of free movement (of goods, in relation to art 36 TFEU and the so called Cassis rule of reason) may be of relevance for the interpretation and construction of such potential derogations. 
Moreover, in the case of the lack of payment of taxes and social security contributions, Art 57(3) in fine of Dir 2014/24 [reg.57(7) PCR2015] authorises Member States to create an (additional) derogation ‘where an exclusion would be clearly disproportionate, in particular where only minor amounts of taxes or social security contributions are unpaid or where the economic operator was informed of the exact amount due following its breach of its obligations relating to the payment of taxes or social security contributions at such time that it did not have the possibility of taking measures [addressed at sorting out the situation …] before expiration of the deadline for requesting participation or, in open procedures, the deadline for submitting its tender’. 
In order to ensure consistency of such a de minimis exception to the mandatory rule established in Art 57(2) of Dir 2014/24, a common definition of what constitutes ‘minor amounts’ seems necessary. Otherwise, this is an issue likely to end up being referred to the CJEU for a preliminary interpretation, which answer may be almost impossible for the Court to provide, unless it is clearly willing to create a judicial de minimis threshold for this ground of exclusion [which it is extremely unlikely, particularly in view of the formalistic approach followed in the recent decision in Consorzio Stabile Libor Lavori Pubblici, C-358/12, EU:C:2014:2063] .

(2) Extension of the discretionary grounds for exclusion of economic operators
Following the distinction in Art 45(2) of Dir 2004/18, which established additional exclusion grounds that contracting authorities can decide to apply at their discretion, Arts 57(2)II and 57(4) of Dir 2014/24 extend the current list of discretionary grounds for the exclusion of economic operators that contracting authorities may decide to use (or may be required by their Member State to use) to exclude any economic operator from participation in a procurement procedure. 
With some drafting modifications, but with fundamentally the same content, the list provided in Arts 57(2)II and 57(4) covers the current grounds of exclusion on the basis of: i) bankruptcy, judicial administration or assimilated situations, including being part of ongoing proceedings, ii) demonstrated grave professional misconduct, which renders its integrity questionable, iii) lack of payment of taxes or social security contributions not established by a jurisdictional or administrative decision having final and binding effect (otherwise, the exclusion ground becomes mandatory, above), and iv) serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfillment of the selection criteria, or withholding of such information. Furthermore, and similarly to what happened with mandatory exclusion grounds, Art 57(4) of Dir 2014/24 extends and broadens the list of situations in which an economic operator can (or must) be excluded. This is covered by regs.57(4) and (8) PCR2015. Some provisions deserve additional comments.
Firstly, given the creation of new rules on the European Single Procurement Document (ie the submission of self-declarations) rather than the supply of full evidence supporting the inexistence of grounds for exclusion and compliance with qualitative selection criteria (art 59 dir 2014/24), the ground concerned with misrepresentation and withholding of information is extended to cover situations where the economic operator is ‘not able to submit the supporting documents required pursuant to Article 59’ [art 57(4)(h) dir 2014/24]. This establishes a iuris et de iure presumption that the economic operator that cannot supply the required supporting documentation has gravely misrepresented its suitability and qualification to be awarded the contract and seems a natural extension of this grounds for exclusion—which, in my opinion, should however be a mandatory ground for exclusion. 
Secondly, contracting authorities can exclude economic operators where they can demonstrate by any appropriate means violations of applicable obligations established by Union law or national law compatible with it in the field of social and labour law or environmental law or of the international social and environmental law provisions listed in Annex X [arts 18(2) and 57(4)(a) dir 2014/24]. Other than the considerations related to the use of public procurement as a lever to reinforce compliance with such ‘secondary policies’, this new ground for exclusion raises the issue of the standard of diligence that the contracting authority must discharge in order not to be negligently unaware of the existence of such violations. Given that there are different standards for different exclusion grounds, these are issues that are prone to litigation and that will likely require interpretation by the CJEU. In my view, any means of proof should suffice to proceed to such exclusion, but the violation should be of a sufficient entity as to justify the exclusion under a proportionality test (similarly to what the new Directive proposes in terms of lack of payment of taxes or social security contributions, or ‘grave’ professional misconduct), since exclusion for any minor infringement of social, labour or environmental requirements may be disproportionate and, ultimately, not in the public interest if it affects the level and intensity of competition for the contracts. 

Thirdly, the Directive creates a new (limited) ground for the exclusion of infringers of competition law. Indeed, contracting authorities can now exclude economic operators where they have ‘sufficiently plausible indications to conclude that the economic operator has entered into agreements with other economic operators aimed at distorting competition’ [art 57(4)(d)]. This should be read in connection with the OECD’s July 2012 Recommendation on Fighting Bid Rigging in Public Procurement and with the many actions undertaken by national competition authorities of some of the Member States to better liaise with contracting authorities and entities, and to advocate for competition law compliance in the public procurement setting. 
In my opinion, this new ground for exclusion is excessively limited and, given the gravity of bid rigging, it should be a ground for the mandatory exclusion of the offenders [see A Sanchez Graells, ‘Prevention and Deterrence of Bid Rigging: A Look from the New EU Directive on Public Procurement’, in G M Racca and C R Yukins (eds), Integrity and Efficiency in Sustainable Public Contracts (Brussels, Bruylant, 2014) 137-157]. As a matter of diligence (and subject to applicable domestic rules), in these cases, the contracting authority seems likely to be under a duty to report this behaviour to the national competition authority and to cooperate as much as necessary with the ensuing competition law investigation.

Fourthly, the Directive creates yet another ground for exclusion based on poor past performance by the economic operator. Under this new ground, contracting authorities can exclude economic operators that have ‘shown significant or persistent deficiencies in the performance of a substantive requirement under a prior public contract, a prior contract with a contracting entity or a prior concession contract which led to early termination of that prior contract, damages or other comparable sanctions’ [art 57(4)(g)]. The introduction of past performance as an exclusion ground responds to the requests made for a long time by practitioners and brings the EU system closer to that of the US. Remarkably, this provision may overturn the practice and case law that prevented contracting authorities to take past performance into consideration. In my opinion, even if good past performance should not be taken into consideration either for selection or award purposes (because of the effect it has in entrenching the incumbents), it seems sensible to introduce its use for ‘negative’ purposes in order to allow contracting authorities to (self)protect their interests by not engaging contractors prone not to deliver as expected. This seems particularly proportionate in view of the rules on ‘self-cleaning’ that allow contractors to compensate such poor past performance by showing that they have implemented changes to avoid them recurring.

Interestingly, a (soft) corruption-related new ground for exclusion is also created. Further to the ground for mandatory exclusion of economic operators engaged in (hard) corruption (above), contracting authorities can exclude economic operators where they have ‘undertaken to unduly influence the decision-making process of the contracting authority, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award’ [art 57(4)(i) Dir 2014/24]. To be sure, some or all of these activities may be caught by the definition of corruption under domestic laws and, consequently, could substantively overlap with the mandatory ground for exclusion in Art 57(1)(b) of Dir 2014/24 (above). However, the mandatory ground for exclusion is only triggered if the economic operator has already been convicted by final judgment. Consequently, the virtuality of Art 57(4)(i) of Dir 2014/24 resides in allowing the contracting authority to immediately exclude any economic operator engaged in (quasi)corruption or that has otherwise tried to tamper with the integrity of the tender procedure. As a matter of diligence (and subject to applicable domestic rules), in these cases, the contracting authority seems likely to be under a duty to report this behaviour to the competent authorities or courts and to push for criminal prosecution.

Finally, and strengthening the general remarks contained in the recitals of previous generations of procurement directives, the new Directive has also created two complementary grounds for the exclusion of tenderers in cases of conflict of interest, either generally [arts 24 and 57(4)(e)], or as a result of the prior involvement of candidates or tenderers in the preparation of the procedure [arts 41 and 57(4)(f)]. Indeed, the contracting authority can exclude economic operators ‘where a conflict of interest within the meaning of Article 24 cannot be effectively remedied by other less intrusive measures’ , or ‘where a distortion of competition from the prior involvement of the economic operators in the preparation of the procurement procedure, as referred to in Article 41, cannot be remedied by other, less intrusive measures’. These provisions should allow contracting authorities to ensure the integrity of the procurement process, despite the fact that the conflict of interest will also affect themselves (or members of their staff) and, consequently, these may end up being provisions which disappointed tenderers use in order to challenge their lack of application, rather than provisions directly and positively applied by the contracting authorities themselves—depending, of course, on the institutional robustness of the specific contracting authority concerned (and the litigation environment in any given Member State).

 
(3) Exclusion possible at any point of the tender procedure
Art 57(5) of Dir 2014/24 [regs. 57(9) and (10) PCR2015] introduces a much needed clarification on the possibility or duty for contracting authorities to exclude economic operators at any moment during the procedure. This clarifies that exclusion grounds (both those that are mandatory as a matter of EU law, and those that Member States make mandatory in their jurisdictions) should be considered unwaivable [ie mandatory because they represent the ‘public interest’, unless some of them are configured in a discretionary manner by domestic law, as allowed for by art 57(4) dir 2014/24] and that contracting authorities should be aware of them and check for compliance throughout the tender procedure. Equally, contracting authorities are now given express legal support for the exclusion of tenderers at late stages of the tender procedure, therefore nullifying any claims based on the potential (legitimate?) expectations derived from not having been excluded at the beginning of the procedure. According to Article 57(5) of Dir 2014/24, it is now clear that a contracting authority would not be going against its own prior acts and thus not be estopped from excluding tenderers previously admitted to (or not excluded from) the tender procedure.

More specifically, Art 57(5) of Dir 2014/24 establishes that contracting authorities ‘shall at any time during the procedure exclude an economic operator where it turns out that the economic operator is, in view of acts committed or omitted either before or during the procedure,’ convicted by final judgment of one of the qualified crimes of Art 57(1), or where the contracting authority is aware that the economic operator is in breach of its obligations relating to the payment of taxes or social security contributions and where this has been established by a judicial or administrative decision having final and binding effect [Art 57(2) dir 2014/24; reg.57(9) PCR2015]. Moreover, ‘contracting authorities may exclude or may be required by Member States to exclude an economic operator where it turns out that the economic operator is, in view of acts committed or omitted either before or during the procedure, in one of the situations referred to in paragraph 4’ [see also reg.57(10) PCR2015]. This new provision is due to generate significant legal effects and may be open to litigation to test its boundaries against the general principles of equal treatment, protection of legitimate expectations and legal certainty—which can raise ‘constitutional’ law issues in some of the domestic jurisdictions.

 
(4) Harmonisation of minimum rules on maximum exclusion periods Following the position in Arts 45(1) and 45(2) of Dir 2004/18, Art 57(7) of Dir 2014/24 requires that Member States specify the implementing conditions for the exclusion of economic operators by law, regulation or administrative provision and always having regard for EU law. However, it establishes new minimum rules concerning maximum exclusion periods. Indeed, Member States shall ‘determine the maximum period of exclusion if no [self-cleaning] measuresare taken by the economic operator to demonstrate its reliability. Where the period of exclusion has not been set by final judgment, that period shall not exceed five years from the date of the conviction by final judgment in the cases referred to in paragraph 1 and three years from the date of the relevant event in the cases referred to in paragraph 4’ of that same Art 57 of Dir 2014/24.
This has been transposed in regs.57(11) and (12) PCR2015, whereby in the cases referred to in paragraphs (1) to (3), the period during which the economic operator shall (subject to paragraphs (6), (7) and (14)) be excluded is 5 years from the date of the conviction; whereas in the cases referred to in paragraphs (4) and (8), the period during which the economic operator may (subject to paragraph (14)) be excluded is 3 years from the date of the relevant event.  
Under the EU regime, in the specific case of (mandatory or discretionary) exclusion due to lack of payment of taxes or social security contributions, the exclusion seems to be subject to an indefinite period that will only finish once the economic operator settles the outstanding debt or enters into arrangements to do so. This derives from Art 57(2) in fine Dir 2014/24 which determines that these grounds for exclusion ‘shall no longer apply when the economic operator has fulfilled its obligations by paying or entering into a binding arrangement with a view to paying the taxes or social security contributions due, including, where applicable, any interest accrued or fines’ [this is also established in reg.57(5) PCR2015]. Reg.57(11) PCR2015 has opted to apply the maximum of 5 years of exclusion to economic operators in breach of their obligations to pay taxes or social security contributions as established by a judicial or administrative decision having final and binding effect [reg.57(3)]. In my view, this can be a deviation from the standard interpretation of Art 57 Dir 2014/24. However, given that it sets a limit to a situation that would otherwise be potentially indefinite, I find it hard that this will trigger litigation or, indeed, a finding of infringement against the UK due to improper transposition.

More generally and in my opinion, such different treatment for specific exclusion grounds under EU law (ie the possibility to indefinitely exclude operators in breach of tax or social security obligations) seems unwarranted and other exclusion grounds that indicate the existence of similarly ongoing infringements (such as those concerned with infringements of social, labour and environmental law, or those concerning bankruptcy and administration) should also be subjected to indefinite exclusion until the economic operator complies with the relevant legislation. This result may be achieved anyway depending on the domestic rules applicable to continued infringements, but some further clarification and harmonisation could be desirable in order to keep the level playing field. Moreover, rules on the recognition of domestic exclusion decisions in the rest of the Member States could also be necessary, although this can be indirectly achieved by the European Single Procurement Document. 

(5) Self-cleaning and corporate compliance programs
As a novelty, and in order to allow ‘for the possibility that economic operators can adopt compliance measures aimed at remedying the consequences of any criminal offences or misconduct and at effectively preventing further occurrences of the misbehaviour’ [rec (102) dir 2014/24], Art 57(6) of Dir 2014/24 [regs.57(13) to (17) PCR2015] establishes rules on self-cleaning and promotes the adoption of corporate compliance programs. Under the rules of Art 57(6) Dir 2014/24, any economic operator that should be excluded under any of the grounds in 57(1) or 57(4) can provide evidence to the effect that measures it has taken are sufficient to demonstrate its reliability despite the existence of a relevant ground for exclusion and, if such evidence is considered as sufficient by the contracting authority, the economic operator concerned shall not be excluded.

The Directive includes a list of compensatory measures that, as a minimum, shall include proof that the economic operator ‘has paid or undertaken to pay compensation in respect of any damage caused by the criminal offence or misconduct, clarified the facts and circumstances in a comprehensive manner by actively collaborating with the investigating authorities and taken concrete technical, organisational and personnel measures that are appropriate to prevent further criminal offences or misconduct’ [reg.57(15) PCR2015]. Furthermore, the discretion retained by the contracting authority to assess the sufficiency of the self-cleaning measures adopted by the economic operator is modulated by the requirement that they ‘shall be evaluated taking into account the gravity and particular circumstances of the criminal offence or misconduct
[reg.57(16) PCR2015]. As a specific requirement of the duty of good administration and the obligation to provide reasons for any decision adopted in a procurement procedure, ‘[w]here the measures are considered to be insufficient, the economic operator shall receive a statement of the reasons for that decision[see reg.57(17) PCR2015]—which, in my opinion, shall be amenable to judicial review under the applicable rules of each Member State.

Oddly, the Directive restricts the possibility of implementing self-cleaning measures for economic operators that have ‘been excluded by final judgment from participating in procurement procedures [which] shall not be entitled to make use of [this] possibilityduring the period of exclusion resulting from that judgment in the Member States where the judgment is effective’. This shows a lack of trust in self-cleaning measures and imposes exclusion as an irreversible sanction in the Member State adopting that decision (but, oddly, not in other Member States), which can sometimes disproportionately reduce competition (as well as creating a dual standard applicable in ‘domestic’ and ‘cross-border’ participation in procurement by that operator). Therefore, in my opinion, self-cleaning should also be available in these cases, which may justify a particularly tough approach to the evaluation of the sufficiency of the measures implemented by the economic operator. At least, an escape clause should exist in these cases to waive, substitute or defer the exclusion on grounds of public interest if having the economic operator excluded actually harms the interests of the contracting authority (which may be the case in highly concentrated or specialised markets)
.

However, even if the exclusion in Art 57(6) in fine of Dir 2014/24 is criticisable, it clearly imposes that '[a]n economic operator which has been excluded by final judgment from participating in procurement or concession award procedures shall not be entitled to make use of the possibility provided for under this paragraph during the period of exclusion resulting from that judgment in the Member States where the judgment is effective'. This provision certainly has direct effect. Consequently, contracting authorities must apply it, regardless of the fact that reg.57 PCR2015 does not include such a rule. Otherwise, in my view, can lead to an investigation by the European Commission for improper transposition of the rules in Art 57 Dir 2014/24 against the UK.

General principles in awarding contracts under Reg. 56 Public Contracts Regulations 2015

Reg.56 of the Public Contracts Regulations 2015 (PCR2015) opens the sub-section on rules governing the choice of participants and award of contracts with the general principles that need to be followed in the award of contracts, which transpose the same rules under Article 56 of Directive 2014/24, which expands and modifies significantly the rules in Article 44(1) of Directive 2004/18

Rather than general principles, Art 56 of Dir 2014/24 and reg.56 PCR2015 establish general rules concerning the process that needs to be followed in awarding contracts [for general discussion, see A Sanchez Graells, "Exclusion, Qualitative Selection and Short-listing”, in F Lichère, R Caranta & S Treumer (eds), Modernising Public Procurement. The New Directive, vol. 6 European Procurement Law Series (Copenhagen, DJØF, 2014) 97-129].

Reg.56 PCR2015 contains four rules worth discussing: (a) the requirement for cumulative compliance with exclusion and selection criteria by tenderers and award criteria by their tenders [reg.56(1)]; (b) the possibility to reverse the logical process of selection-evaluation in open procedures [reg.56(3)]; (c) the possibility for contracting authorities not to award a contract to the tenderer submitting the most economically advantageous tender where they have established that the tender does not comply with environmental, social or labour law requirements [reg.56(2)]; and (d) the possibility for contracting authorities to ask for clarifications where information or documentation seems to be incomplete or erroneous [reg.56(4)]. Pedro has focused on regs.56(2) and (3) PCR2015 and has provided some interesting different views, particularly regarding the inversion of selection and tender evaluation under 56(3).

(1) Cumulative compliance of criteria concerned with tenderers and their tenders...
Art 56(1) of Dir 2014/24 condenses the content of Art 44(1) of Dir 2004/18 and changes its drafting significantly in order to clarify that contracts can only be awarded where both the tenderer and its tender comply with all applicable requirements under the relevant procurement documents. 

Reg.56(1) PCR2015 indeed emphasises that contracts shall be awarded on the basis of criteria laid down in accordance with regs. 67 to 69 on award criteria, provided that the contracting authority has verified in accordance with regs. 59 to 61 that all of the following conditions are fulfilled: (a) the tender complies with the requirements, conditions and criteria set out in the contract notice or the invitation to confirm interest and in the procurement documents, taking into account, where applicable, reg. 45; and (b) the tender comes from a tenderer that is not excluded in accordance with reg. 57, and meets the selection criteria, and where applicable, the non-discriminatory rules and criteria referred to in reg. 65.

This clarification may not have been necessary, as the application of the rules under Dir 2004/18 surely led to the same conclusion. By the change of drafting, it also suppresses the reference to a mandatory sequence of evaluation that required that ‘Contracts shall be awarded after the suitability of the economic operators not excludedhas been checked’, which seemed to require that exclusion and qualitative selection of economic operators was conducted prior to the analysis of their tenders in accordance with award criteria. This is the logical sequence, in any case.

(2) ..., regardless of the order in which they are assessed
Nonetheless, in order to clarify this flexibility in the sequence of assessment of compliance with the applicable mandatory criteria, reg.56(3) PCR2015 follows Art 56(2) of Dir 2014/24 and expressly foresees the possibility for contracting authorities to ‘examine tenders before verifying the absence of grounds for exclusion and the fulfilment of the selection criteria’ but, in such case, ‘they shall ensure that the verification of absence of grounds for exclusion and of fulfilment of the selection criteria is carried out in an impartial and transparent manner so that no contract is awarded to a tenderer that should have been excludedor that does not meet the selection criteria set out by the contracting authority’. This rule, which had no equivalent under Dir 2004/18, will only be applicable in connection with open procedures because in the rest of the procedures, a reversal of the sequence selection-award is not feasible.

This provision seems to anticipate itself the problems that such sequence can generate, given that contracting authorities will always have an incentive to ‘twist’ exclusion and selection criteria to be able to retain the best offer they have received. Moreover, unless the procurement is carried out under rare circumstances that make the assessment of the tender (both in technical and economic terms) simpler and quicker than the general assessment of the tenderers, there seems to be an advantage in proceeding first to exclude non-suitable or non-qualified tenderers in order to avoid the costs (in terms of time, at least) of evaluating their tenders. Moreover, the contracting authority can significantly reduce the cost of exclusion and selection analyses both for tenderers and for itself by resorting to the acceptance of the European Single Procurement Document and other facilitating measures under Article 59 of the new Directive (below section 4.5). Therefore, the practical impact of this new provision can be doubted, as contracting authorities may only find an advantage in the reversal of the assessment sequence in a limited number of open procedures and, even in those cases, they may want to avoid any potential challenge on the basis of discrimination derived from the ex post assessment of the tenderer that has submitted the best tender against exclusion grounds and qualitative selection criteria.

(3) Possible exclusion and rejection possible on the basis of non-compliance with (EU, domestic and international) social, labour and environmental law
It is worth noting that Art 56(1) in fine of Dir 2014/24 opens the door to the use of public procurement decisions as a lever to promote enforcement of (or sanction the lack thereof) social, labour and environmental law—thereby strengthening the possibilities to use procurement for the pursuit of such ‘secondary’ or ‘horizontal policies’ [see S Arrowsmith, ‘Horizontal Policies in Public Procurement: A Taxonomy,’ (2010) 10(2) Journal of Public Procurement 149 and the various contributions to S Arrowsmith and P Kunzlik (eds) Social and Environmental Policies in EC Procurement Law (Cambridge, Cambridge University Press, 2009)]. Reg.56(2) PCR2015 contains the same rule.

In more detail, the provision contemplates that ‘Contracting authorities may decide not to award a contract to the tenderer submitting the most economically advantageous tender where they have established that the tender does not comply with the applicable obligations referred to in Article 18(2)’ of Dir 2014/24—that is, ‘obligations in the fields of environmental, social and labour law established by Union law, national law, collective agreements or by the international environmental, social and labour law provisions listed in Annex X’—which can be modified by the Commission from time to time, according to Art 56(4) of Dir 2014/24.

This should be connected to the provision of Art 57(4)(a) of Dir 2014/24 [see comment to reg.57 tomorrow], which indicates that ‘Contracting authorities may exclude or may be required by Member States to exclude from participation in a procurement procedure any economic operator (a) where [they] can demonstrate by any appropriate means a violation of applicable obligations referred to in Article 18(2)’. It is important to stress that such exclusion could take place at any moment, which includes the exclusion right at the point of making an award decision.

In my view, both Art 56(1) in fine and 57(4)(a) of Dir 2014/24 serve exactly the same function—ie the strengthening of the social, labour and environmental aspects of the public procurement function, although in a manner that can seriously diminish its economic effectiveness and that can impose a burden difficult to discharge on contracting authorities (which could now be in a difficult position where they will need to assess tenderers’ and tenders’ compliance with an increased set of diverse rules of a social, labour and environmental nature). 

Indeed, both provisions aim at the same outcome, with the only apparent difference that Art 56(1) in fine is concerned with the tender specifically, whereas Art 57(4)(a) is concerned with the tenderer more generally—and, consequently, Art 57(4)(a) may be seen as a rule that looks at the past and present general compliance of the economic operator with social, labour and environmental law, whereas Art 56(1) in fine allows the contracting authority to make a prognosis of compliance and reject a tender if its future implementation would imply non-compliance with social, labour and environmental law requirements. In any case, their effectiveness will largely depend on the transposition decisions of the Member States and, ultimately, on the actual capacity of contracting authorities to engage in such possibly complex assessments of compliance with EU, domestic and international social, labour and environmental rules.
 
(4) More scope for a power / duty to seek clarifications and additional information from tenderers
On a different note (but possibly related if the contracting authority needs further information to assess compliance with eg social, labour or environmental rules, above), it is also relevant that Art 56(3) of Dir 2014/24, as transposed literally by reg.56(4) PCR2015, is extending the powers of contracting authorities to seek clarifications or additional information from candidates and tenderers. Previously, Art 51 of Dir 2004/18 simply foresaw that contracting authorities ‘may invite economic operators to supplement or clarify the certificates and documents’ concerned with their personal situation—ie the documents and certificates concerned with the (lack of) grounds for exclusion and compliance with qualitative selection criteria (including their suitability to pursue a professional activity, their economic and financial standing, their technical and/or professional ability, or their systems to ensure compliance with quality assurance and environmental management standards). Interestingly, the Court of Justice of the European Union has strengthened this possibility in its recent Judgments Case C-599/10 Slovensko and C-336/12 Manova.

Under the rest of the rules of Dir 2004/18, clarifications were only allowed in competitive dialogues and always provided that ‘this does not have the effect of modifying substantial aspects of the tender or of the call for tender and does not risk distorting competition or causing discrimination’ [art 28(7) dir 2004/18; for discussion of the rules under Directive 2004/18 and their implementation, see A Sanchez Graells, “Rejection of Abnormally Low and Non-Compliant Tenders in EU Public Procurement: A Comparative View on Selected Jurisdictions”, in M Comba & S Treumer (eds), Award of Contracts in EU Procurement, European Procurement Law Series, Vol. 5 (Copenhagen, DJF , 2013) 289-293].

On its part, Art 56(3) of Dir 2014/24/reg.56(4) PCR2015 go well beyond the current rules and empower contracting authorities to adopt a more proactive role. Specifically, these provisions foresee that ‘Where information or documentation to be submitted by economic operators is or appears to be incomplete or erroneous or where specific documents are missing, contracting authorities may, unless otherwise provided by the national law implementing this Directive, request the economic operators concerned to submit, supplement, clarify or complete the relevant information or documentation within an appropriate time limit, provided that such requests are made in full compliance with the principles of equal treatment and transparency’. 

This should be seen as a codification of the case law of the Court of Justice of the European Union (CJEU) concerned with the duty of good administration [J Mendes, ‘Good Administration in EU Law and the European Code of Good Administrative Behaviour’, EUI Working Paper Law 2009/09 cadmus.eui.eu/handle/1814/12101] in the area of public procurement and need to be read in conjunction with its interpretation of the limits imposed by the principles of transparency and equal treatment [see Case T-19/95 Adia interim v Commission , and Case T-195/08 Antwerpse Bouwwerken v Commission]. Despite being concerned with the tender phase rather than the selection of candidates itself, the closest ‘precedent’ to this rule should be found in the Slovensko Judgment, where the CJEU clearly indicated that EU procurement law ‘does not preclude a provision of national law according to which, in essence, the contracting authority may ask tenderers in writing to clarify their tenders without, however, requesting or accepting any amendment to the tenders. In the exercise of the discretion thus enjoyed by the contracting authority, that authority must treat the various tenderers equally and fairly, in such a way that a request for clarification cannot appear unduly to have favoured or disadvantaged the tenderer or tenderers to which the request was addressed, once the procedure for selection of tenders has been completed and in the light of its outcome’[case C-599/10 Slovensko, para 41].

After the proposal for the new 2014 Directive was already being discussed, the CJEU clarified that Slovensko provided 'guidance in relation to tenders [that] can also be applied to applications filed at the screening stage for candidates in a restricted procedure' [case C-336/12 Manova, para 38], hence suppressing any doubts as to the applicability of the rule throughout the tender procedure and not only in any specific phase. 

Even more specifically, it clarified that 'a contracting authority may request the correction or amplification of details of such an application, on a limited and specific basis, so long as that request relates to particulars or information, such as a published balance sheet, which can be objectively shown to pre-date the deadline for applying to take part in the tendering procedure concerned', but bearing in mind that 'this would not be the case if the contract documents required provision of the missing particulars or information, on pain of exclusion' [ibid, paras 39 and 40].

Moreover, an interpretation of this clause in view of the CJEU case law may result in a positive obligation to contact tenderers and seek clarification or additional information (given that contracting authorities do not have an unfettered discretion not to exercise their power to seek clarification; see case T-211/02 Tideland Signal v Commission), at least under certain conditions, such as when ‘the circumstances of the case, of which [the contracting authority] is aware, suggest that the ambiguity probably has a simple explanation and is capable of being easily resolved’ [see case T-195/08 Antwerpse Bouwwerken v Commission]

Therefore, Art 56(3) of Dir 2014/24/reg.56(4) PCR2015 should be welcome inasmuch as they can contribute (through the interpretation to be given by the CJEU) to the development of a common (minimum) standard of ‘good administration’ in public procurement across all EU Member States—regardless of the requirements of their domestic codes of administrative procedure or similar provision.

Informing candidates and tenderers under Reg. 55 Public Contracts Regulations 2015

Reg.55 of the Public Contracts Regulations 2015 (PCR2015) establishes debriefing obligations on contracting authorities and establishes minimum requirements of information to candidates and tenderers. Hence, it transposes the same requirements under Article 55 of Directive 2014/24. The rules impose transparency and information requirements at two levels and a very important exception. Pedro disagrees with the views I present below, so it is well worth reading his counterpoints.

At a general level, reg.55(1) PCR2015 requires contracting authorities to inform each candidate and tenderer shall as soon as possible of decisions reached concerning the conclusion of the tender process. This arises regardless of the reason that brings the procedure to an end, be it positive due to the award of a contract, the conclusion a framework agreement, or the admittance to a dynamic purchasing system; or negative, including any decision not to conclude a framework agreement, not to award a contract for which there has been a call for competition, to recommence the procedure, or not to implement a dynamic purchasing system. These decisions need to indicate the grounds on which they are adopted.

At a particular level and upon request from the candidate or tenderer concerned, reg.55(2) PCR2015 requires contracting authorities to inform as quickly as possible, and in any event within 15 days from receipt of a written request of the specific circumstances concerning their participation in the process. In particular, contracting authorities shall inform: (a) any unsuccessful candidate of the reasons for the rejection of its request to participate; (b) any unsuccessful tenderer of the reasons for the rejection of its tender, including, for the cases referred to in reg.42(14) and (15) PCR2015, the reasons for its decision of non-equivalence or its decision that the works, supplies or services do not meet the performance or functional requirements; (c) any tenderer that has made an admissible tender of the characteristics and relative advantages of the tender selected as well as the name of the successful tenderer or the parties to the framework agreement; and (d) any tenderer that has made an admissible tender of the conduct and progress of negotiations and dialogue with tenderers. In my view, grounds (c) and (d) are particularly problematic because the general logic of allowing candidates and tenderers to access the information they need to assess and, eventually, challenge the decision by the contracting authority affects third party information.

Given the obvious concerns about disclosure of sensitive information (for discussion on confidentiality under reg.21 PCR2015, see here and here), reg.55(3) PCR2015 allows contracting authorities to decide to withhold certain information where its release would impede law enforcement or would otherwise be contrary to the public interest; would prejudice the legitimate commercial interests of a particular economic operator, whether public or private; or might prejudice fair competition between economic operators. 

In my view, a proper understanding of this latter provision and the way it should be interpreted and applied, in conjunction with reg.18(2) and (3) PCR2015 establishing the principle of competition, is fundamental to avoid the current excess of transparency in public procurement and its knock-on effect on the ease of cartelisation of public procurement markets [for discussion, see A Sanchez Graells, "The Difficult Balance between Transparency and Competition in Public Procurement: Some Recent Trends in the Case Law of the European Courts and a Look at the New Directives" (2013) University of Leicester School of Law Research Paper No. 13-11]. 

This is an area where Pedro and I are bound to disagree. In my view, there is a need to significantly restrict the information made available to competitors through procurement debriefing processes. I would personally favour a suppression of the excessive level of transparency that is being created in order to rely on private enforcement of EU public procurement rules and to strengthen significantly the public oversight of the procurement function be means of specialised agencies. I have not had time to develop my ideas in full form yet, but this is the core of a paper that I need to write some time soon.

The following are some brief comments linked to the specific rules under reg.55 PCR2015 as they derive from Art 55 Dir 2014/24 included in my Public Procurement and the EU Competition Rules, 2nd edn (Oxford, Hart, 2015) 444-445, which is already available.

Rules Preventing Excessive Disclosure of Business Secrets and Other Sensitive Information in Protest Debriefings and Review Procedures. A relatively secondary issue to be analysed in relation to bid protest procedures relates to the need to ensure that, while receiving the information necessary to review the decisions of the contracting authority and to defend their rights (particularly within the bid protest or review procedure), tenderers do not have access to information that should remain confidential because it contains business secrets or other sensitive information belonging to its competitors (see art 21 dir 2014/24).[1] In this regard, the risk for a strategic use of bid protest mechanisms seems at least twofold. On the one hand, tenderers could try to gain access to confidential information which could be used later to compete unfairly with the affected tenderers.[2] On the other hand, excessive disclosure of information can increase market transparency and be used as a means to collude or to reinforce collusion by tenderers.[3] Therefore, rules on disclosure of information should take into account their potentially restrictive or distortive effects on competition.[4]

Interestingly, Directive 2014/24 contains a specific rule addressing this issue. Article 55(3) of Directive 2014/24 allows contracting authorities to withhold certain information regarding the contract award, the conclusion of framework agreements or admittance to a dynamic purchasing system, where the release of such information would impede law enforcement or would otherwise be contrary to the public interest, would prejudice the legitimate commercial interests of a particular economic operator, whether public or private, or might prejudice fair competition between economic operators (emphasis added).

Therefore, in the exercise of such discretion and as a mandate of the principle of competition, contracting authorities are bound to restrict the disclosure of information given to tenderers to prevent instances of subsequent unfair competition or collusion—and, in order to do that properly, must identify and properly justify the negative effects which the withholding of the information seeks to avoid.[5]

Along the same lines, and although there is no equivalent provision in Directive 89/665 and Directive 92/13 (both as amended by dir 2007/66), it is submitted that the same restrictions to the disclosure of information apply in bid protests and review procedures, so that contracting authorities (in the case of mandatory reviews prior to challenges, or otherwise) and independent review bodies are bound to prevent disclosures of information that could result in restrictions or distortions of competition.[6] In such cases, limiting the access of information to the minimum extent required to ensure the effective protection of the rights of the applicants in review procedures will require a balancing of interests by the competent authority—which, in my view, should take into due consideration the potential impact on competition of the disclosure of certain information. Such an obligation can be stressed or reinforced by general rules on the treatment of business secrets and other commercially sensitive information of general application according to Member State domestic legislation.

[1] See Case C-450/06 Varec [2008] ECR I-581. In general, on record keeping, debriefing and disclosure of information in public procurement processes, and the necessary balancing of transparency and the interests of firms in preserving the confidentiality of commercial information, see Arrowsmith et al (n 50) 453–57. See also Arrowsmith (n 28) 634–36. It is important to note that basic recommendations by international organisations clearly run against excessive disclosure; OECD (n 148) 19.
[2] See: Lipari, I principi di trasparenza e di pubblicità (2005) 265–72. In similar terms, see A Bertron, ‘Conflicts between the Sunshine Law and Trade Secret Protection in Public Procurement’ (2002) 76 Florida Bar Journal 36.
[3] Carpineti et al (n 214) 27; and Albano et al (n 51) 352–53. Similarly, Kovacic et al (n 51) 402. See also RA Miller, ‘Economy, Efficiency and Effectiveness in Government Procurement’ (1975–1976) 42 Brooklyn Law Review 208, 215–33. The effect would be particularly clear if the disclosed information referred to prices in specific transactions; see S Albæk et al, ‘Government-Assisted Oligopoly Coordination? A Concrete Case’ (1997) 45 Journal of Industrial Economics 429.
[4] For a review of recent cases, see A Sanchez Graells, The Difficult Balance between Transparency and Competition in Public Procurement: Some Recent Trends in the Case Law of the European Courts and a Look at the New Directives (University of Leicester School of Law Research Paper No. 13-11, 2013), available at ssrn.com/abstract=2353005.
[5] In this regard, stressing the obligation to give reasons that binds contracting authorities, see Case T-89/07 VIP Car Solutions [2009] ECR II-1403 86–94.
[6] See A Sanchez Graells, Three recent cases on EU Institutions' procurement and one common theme: good administration and confidential information (T-498/11, T-91/12 & T-199/12) (2 October 2014), available at howtocrackanut.blogspot.co.uk/2014/10/three-recent-cases-on-eu-institutions.html.

Invitations to candidates under Reg. 54 Public Contracts Regulations 2015

Reg.54 of the Public Contracts Regulations 2015 (PCR2015) establishes requirements for the invitations to candidates that need to be sent in two-stage procurement procedures, in line with the rules of Article 54 and Annex IX of Directive 2014/24

The main objective of this provision is to ensure that equal treatment is respected [reg.18(1) PCR2015], particularly in order to avoid any time advantages derived from non-simulatenous communication with interested candidates. Pedro share the view that this is the logic and justification for these rules (here).

To that effect, reg.54(1) and (2) PCR2015 impose the obligation for the contracting authority to invite simultaneously and in writing the candidates selected at the end of the first phase of restricted procedures, competitive dialogue procedures, innovation partnerships and competitive procedures with negotiation to submit their tender; or the economic operators which have expressed their interest after a prior information notice (PIN) used by a sub-central contracting authority as a call for competition in accordance with reg.26(9) PCR2015 to confirm their continuing interest.

Reg.54(3) PCR2015 sets the specific content of the invitations to candidates, which must as a minimum (a) include a reference to the electronic address at which the procurement documents have been made directly available by electronic means, and (b) be accompanied by the procurement documents, where those documents have not been the subject of unrestricted and full direct access, free of charge, for the reasons referred to in reg.53(3) or (4) PCR2015 and have not already been made otherwise available. The remainder of reg.54 PCR2015 consolidates the requirements of Annex IX of Dir 2014/24.

The rule on disclosure of procurement documents pegged to the invitation to candidates [reg.54(3)] is a functional equivalent to the electronic availability of procurement documents under reg. 53 PCR2015 discussed yesterday (see here and here) and, in that regard, supports the possibility of having published the PIN or initial contract notice without all documents being made electronically available by means of the internet, as reg.54(4) PCR2015 clearly allows for staggered disclosure of documentation. 

It does require the contracting authority to have previously raised issues of confidentiality or technical incompatibility or inadequacy, but a functional interpretation should not be limited to those because the rule is, in my view, simply aimed at avoiding charging the invited tenderers with the obligation to request them as per reg.53(6) PCR2015, hence reducing the number of communications in the process for the sake of procedural economy and speediness.

Therefore, in cases where the contracting authority had not disclosed documents earlier for reasons other than strict confidentiality (which would otherwise undesirably work as a catch all), such as technical impossibility of disclosing documents still being finalised or requests for clarifications submitted by interested tenderers, those additional documents must also be made available at this stage together with the invitation to tenderers.

Electronic availability of procurement documents under Reg. 53 Public Contracts Regulations 2015

Reg.53 of the Public Contracts Regulations 2015 (PCR2015) establishes requirements for the electronic availability of procurement documents in line with the rules of Article 53 of Directive 2014/24. I had previously made some comments on reg.53 PCR2015 to the effect that the requirements for electronic availability of documents does not limit the possibility of conducting a restricted procedure with two clearly differentiated phases, where full documentation would only be made available after selection and only to the invited candidates (see here). 

In my view, the requirements derived from reg.53 are strictly formal and relate to the extension of time limits for the submission of offers when some documents are not made available for different reasons, or when candidates or interested tenderers require additional documentation.

(A) General rule
The general rule established in reg.53(1) PCR2015 is that contracting authorities shall offer unrestricted and full direct access, by means of the internet and free of charge, to the procurement documents. Such access needs to be effective from the date of the publication in the Official Journal of a notice sent in accordance with reg.51 PCR2015 or the date on which an invitation to confirm interest is sent. In order to ensure transparency and traceability of the documents, the text of the notice or the invitation to confirm interest shall specify the internet address at which the procurement documents are accessible [reg.53(2)].

(B) Special rules
There is first a special rule in reg.53(3) PCR2015 for the extension of time limits when the use of electronic means of communication would be either impracticable or counterproductive from a technical perspective under the limits of reg.22(3) PCR2015. In that regard, where unrestricted and full direct access free of charge to certain procurement documents cannot be offered by means of the internet for one of the reasons set out in reg.22(3), contracting authorities may indicate in the notice or the invitation to confirm interest that the procurement documents concerned will be transmitted by means other than the internet. It is important to stress that the contracting authorities are under the general requirements of the principle of transparency in reg.18, so they must make the communication method clear to the tenderers and candidates. In my view, there would have to be very good reasons for them to do so other than through an explicit indication in the notice or the invitation to confirm interest. In any case, the transmission of documents by means other than the internet will be conducted "in accordance with paragraphs (6) and (7)", which refer to the submission of additional information requested by the candidates and tenderers (discussed below).

There is a second special rule in reg.53(4) PCR2015 for the extension of time limits when some of the procurement documents are declared confidential in accordance with reg.21(3) PCR2015, whereby contracting authorities can impose confidentiality duties on candidates and tenderers aimed at protecting the confidential nature of information which the contracting authorities make available throughout the procurement procedure. In this case, where unrestricted and full direct access free of charge to certain procurement documents cannot be offered by means of the internet because contracting authorities intend to apply reg.21(3), contracting authorities shall indicate in the notice or the invitation to confirm interest which measures aimed at protecting the confidential nature of the information they require and how access can be obtained to the documents concerned. 

In case one of the special rules applies, the time limit for the submission of tenders shall be prolonged by 5 days, except in the cases of duly substantiated urgency referred to in regs. 27(5), 28(10) and 29(10) PCR2015, in which case there will be no extension of the time limit. 

(C) Requests for additional information
Reg.53(6) PCR2015 covers the eventuality that not all the relevant documentation is actually disclosed by the contracting authority from the beginning. In that case, provided that it has been requested in good time, contracting authorities shall supply to all tenderers taking part in the procurement procedure additional information relating to the specifications and any supporting documents not later than 6 days before the time limit fixed for the receipt of tenders, or four days in the event of an accelerated procedure [under regs. 27(5), 28(10)]. In my view, it is also possible for the contracting authority to do it motu proprio (that is, without a specific request by any tenderer or candidate), provided that the same requirements are met and no economic operator is advantaged.

(D) General remarks
When in doubt about the need/desirability of disclosing procurement documents not initially made electronically available by the contracting authority, particularly under the special rules and the potential requests for additional information, it will be worth taking into consideration that as emphasised by the Crown Commercial Service in its advice following direct enquiries, the general standard should be that "the procurement documents that are required to be accessible are all those that an economic operator needs to make the decision on whether they should express an interest/bid and to enable them from the beginning of the procedure to start preparing for submission of bids". Hence, contracting authorities need to be particularly reactive to the expressed difficulties derived from lack of access to specific documents, and need to respect the general principles of reg.18 PCR2015, mainly proportionality and equal treatment in this case.

(E) Pedro's views--some disagreements
Pedro has already discussed the rules under reg.53 PCR2015 here, where he comments on the effects of non-electronic distribution of documents and the time limits applicable. I see things different than him in some aspects:

(1) Regarding the confidentiality exception, Pedro suspects "that the same reasons that would render an electronic transmission impossible would also bar any kind of transmission even via traditional mail. The consequence is that probably access to the documents will have to be physical, thus meaning economic operators based in another Member State will be at a disadvantage. In consequence this exception will have to be interpreted very narrowly. In my view it would always have to due to being an exception, but more so for the cross-border implications it raises." In my view, this will only happen in very limited cases, as the general rules of reg.53 PCR2015 are concerned with transmission "by means of the internet", which I understand to mean a general publication on-line. Hence, the rules of reg.22 regarding special security measures should work as first safeguard and only when they are insufficient, could physical access be required. Hence, I agree with his view that this exception needs to be interpreted narrowly, but in conjunction with reg.22 PCR2015, which may diminish the practical effects if alternative technical solutions are avaialble.

(2) Regarding the extension of the time limits, Pedro had initially considered that "the use of either of these exceptions automatically extends the period to receive tenders by 5 days, except in cases of urgency where the deadline would not be extended at all or an accelerated procedure, where the extension would be for 4 days (paragraphs 5 and 7)" (emphasis added). I think that this is inaccurate and probably the result of a lapsus, since paragraph 7 explicitly mentions that the period of four days that applies in accelerated procedures is a modification of the time limit in paragraph 6 (ie time limit resulting from requests for additional information). Hence, as time limits are concerned, the exceptions for technical or confidential reasons trigger an extension of 5 days or 0 days for urgent procedures, whereas the provision of additional information needs to be requested not later than six days before the time limit fixed for the receipt of tenders, or four days in the case of accelerated procedures. Pedro has, indeed, now fixed this glitch.

Publication at national level under Reg. 52 Public Contracts Regulations 2015

Reg. 52 of the Public Procurement Regulations 2015 (PCR215) complements the rules of reg.51 PCR2015 on publication of notices and, this time, focuses on publication at national level. As Pedro has rightly stressed, the main aim of these rules, which transpose Article 52 of Directive 2014/24, is to ensure that publication at EU level comes first or, at least, takes precedence over publication at national level.

Reg.52(1) PCR2015 allows contracting authorities to additional publication of notices beyond the publication in the Official Journal of the European Union on the internet on a buyer profile, which in addition to the prior information notices (PINs) referred to in regulation 48(3)(b) PCR2015, may also include information on ongoing invitations to tender, scheduled purchases, contracts concluded, procedures cancelled; and any useful general information, such as a contact point, a telephone and a fax number, a postal address and an e-mail address [reg.52(2)]. These indications incorporate the content of Annex VIII of Dir 2014/24 into the main text of the regulations and facilitate access to these requirements.

Regs.52(3) to (5) PCR2015 control the timing and content of publication at national level and determine that, as a general rules, notices shall not be published at national level before they are published by the EU Publications Office [reg.52(3)]. However, publication may ake place at national level where contracting authorities have not been notified of the publication by the EU Publications Office within 48 hours after confirmation of the receipt of the notice in accordance with Article 51(5) of Dir 2014/24 [reg.52(4)]. Moreover, in order to ensure consistency and precedence of EU-wide publication, notices published at national level shall not contain information other than that contained in the notices sent to the EU Publications Office or published on a buyer profile, but shall indicate the date of sending of the notice to the EU Publications Office or its publication on the buyer profile [reg.52(5)].

Finally, reg. 52(6) PCR2015 establishes particular requirements for PINs, which if published on a buyer profile, may not be so published before the relevant notice is sent to the EU Publications Office; and shall indicate the date of that sending.

Some bold thoughts about the (distant?) future of public procurement in the EU

I was invited by the European Commission (DG Internal Market, Industry, Entrepreneurship and SMEs, Unit E4 - Economic Analysis and E-Procurement, @EU_Growth), to participate in a very stimulating brainstorming session on cooperative public procurement, public procurement aggregation and, in particular, Central Purchasing Bodies (CPBs). For yesterday's session, DG Growth assembled an interesting panel of practitioners, institutional representatives and academics, and made sure that very different opinions were represented and properly voiced. DG Growth must be praised for that.

On the substance, the general arguments for and against cooperative procurement strategies (centralisation, aggregation, occasional joint procurement) were discussed in some detail [for background, see A Sanchez Graells and I Herrera Anchustegui, "Impact of Public Procurement Aggregation on Competition: Risks, Rationale and Justification for the Rules in Directive 2014/24" (2014) University of Leicester School of Law Research Paper No. 14-35] and the representative of the OECD advanced some interesting statistics on OECD Member States' adoption of centralised and cooperative procurement that undeniably present it as a very strong trend in public procurement reform. Not a surprising insight, but the trends that emerge from their questionnaire (hopefully, soon to be published) raise a significant number of questions on how to support and/or regulate this phenomenon.

In my view, this is the point were the discussion got all the most interesting after Joaquim Nunes de Almeida, Director for Public Procurement at DG Growth, asked the experts two seemingly simple questions: 1) Should the existing and growing trend of cooperative/aggregate/centralised procurement be considered as something positive and favoured/supported or not? 2) If so, how can the European Commission do it? 

The majority of experts presented their personal views and were generally very supportive of the general trend of cooperative/aggregated/centralised procurement as a lever to achieve smart/lean procurement and an enhanced strategic use of procurement, and suggested some soft law and cooperative interventions for the Commission to undertake in close cooperation with Member States and the emerging (informal) CPB network. I was more skeptical. Let me give present some of my bold thoughts for the (maybe not so) distant future of public procurement in the EU. They may seem shocking, but I hope there is some value in them.

1. Centralisation is not necessarily here to stay
Centralisation will not be the dominant trend for a very long time and technology will generate a very significant increase of unregulated public procurement by facilitating direct award of very small procurement contracts through (alternative) electronic platforms. Centralisation or cooperative procurement is a result of the increased pressure to achieve savings (as a result of the crisis, and more generally) and is facilitated by the technological opportunities that e-procurement creates. These two levers are bound to be short (or mid) lived and to phase out in the future. 

On the one hand, because the savings that centralised procurement creates cannot grow indefinitely. There are limits to the economies of scale potentially achievable and, in a scenario of very quick expansion of centralised procurement volumes, there will soon be dis-economies of scope and, generally, x-inefficiency within CPBs as organisations that will loose their flexible and dynamic configuration as they grow and become more and more assimilated to 'classic' public sector institutions. 

Moreover, 'individual' contracting authorities will always retain procurement duties and, consequently, it is unavoidable that the organisation of a system with partial centralisation creates duplication of administrative resources, particularly if recourse to CPBs is voluntary for the 'individual' contracting authority. Additionally, the financial models of CPBs will create issues and, unless they operate on a cost and no margin basis, contracting authorities may decide to not resort to CPBs at all in order to save that part of the administrative cost of procurement, particularly if they do not perceive the CPBs as a generator of significant savings (or other advantages) as compared to the conduct of their own e-procurement processes (once they have the technology in place). There will always be delicate issues of political instrumentalisation of CPBs that may make cooperation difficult in day to day issues. And in case CPBs push for the strategic use of procurement (green, social, innovative) in ways that increase costs or risks, 'individual' contracting authorities' interests may not be alligned or best served by CPBs (as agency theory very clearly explains, see CR Yukins, Christopher R., "A Versatile Prism: Assessing Procurement Law Through the Principal-Agent Model" (2010) 40(10) Public Contract Law Journal 63].

In that regard, the mandatory uptake of e-procurement by April 2018 as a result of the implementation of the 2014 Directives will erode, if not suppress, the technological advantage that CPBs now enjoy as first movers. Once all contracting authorities have migrated to e-procurement (and they must do so, unless they completely transfer their procurement activities to CPBs, which does not seem like a plausible scenario because CPBs will never get to manage absolutely all the categories of products and services that contracting authorities need), the advantage of resorting to CPBs will be diminished. Once e-procurement is truly rolled-out, contracting authorities will have all technological tools in place to buy from alternative vendors, such as amazon or ebay, and they may as well do it. 

Once (if) aggregation is not the major consideration, 'individual' contracting authorities will have all incentives to carry out below the thresholds (unregulated) e-procurement and buy electronically all supplies (particularly) and services (possibly) they need. Of course, this will issue potential problems of circumvention of the Directives and the domestic rules that implement them. However, in a scenario of truly rolled-out e-procurement where each 'individual' contracting authority can buy for itself, it is unlikely that schools, hospitals, universities or small and medium sized public organisations will ever reach the value thresholds actually in place by purchasing commoditised goods (and services), which are the ones that CPBs trade in. Hence, the complex system of rules in the 2014 Directives may be come substantially unfit for purpose (or, as a colleague summed it up yesterday, 'obsolete').

2. Private competition will emerge and must be favoured through strict enforcement of competition law over CPBs
It follows from the above that one of the implicit and very significant future difficulties created by the emergence and growth of CPBs and other mechanisms of cooperative/centralised/aggregated procurement is that they are vulnerable to private competition. The system is currently being developed on the basis of an (implicit) legal monopoly granted to CPBs as the only organisations providing aggregation/rationalisation/e-procurement services to the public sector--or, in terms of Directive 2014/24 ancillary purchasing services. This is now legally protected as potentially unassailable under the rules of Art 37 Dir 2014/24, particularly with the protection for direct award of those services contracts to CPBs [art 37(4)], to the exclusion of competition from private suppliers of those services. However, this is not a desirable or even sustainable situation in the future.

Firstly, because the system is hoping for inter-CPB competition, particularly of a cross-border nature, so that CPBs compete to attract 'business' from 'individual' contracting authorities in other Member States (or regions within the same Member State). Secondly because CPBs are also authorised to offer services and goods in the private market (or at least not prohibited from doing so). This will have major implications for competition law enforcement on CPBs [see Sanchez Graells & Herrera Anchustegui, above, and A Sanchez Graells, Public procurement and the EU competition rules, 2nd edn (Oxford, Hart, 2015) 58-60, 255-57 and 347-52] and it is not only desirable, but very likely that DG Competition will have to, at some point, issue guidance on the application of Articles 101 and 102 TFEU to CPBs, without the protection of Article 106(2) TFEU for services of general economic interest (SGEIs) being necessarily available. State aid issues related to the application of Art 107(1) TFEU will also arise.

Second, because private competition is bound to appear (or, more likely, be strengthened), particularly as a result of technological development. Not only because existing online vendors will continue being the natural competition of any e-procurement system (be it run by a CPB, or otherwise). But also at platform level. Any company that can successfully develop a two-sided platform that offers procurement aggregation/rationalisation at a lower cost than CPBs, or that works in a more effective manner, will necessarily find a space in the market and challenge the incumbent position of CPBs (however big they can be at the time). It will be politically indefensible to insist on the use (voluntary or mandatory) of a CPB that is less efficient than alternative market players, particularly if the CPB also competes with them for private business--at which point, the issue would be also legally untenable and would trigger issues of competitive neutrality of the highest order [for background and general discussion, see TK Cheng, I Lianos and DD Sokol (eds), Competition and the State, Global Competition Law and Economics (Stanford, CA, SUP, 2014) and D Sappington and GJ Sidak, "Competition Law for State-Owned Enterprises" (2003) 71(2) Antitrust Law Journal 479-523].

3. The Commission can play an important role by creating training materials
The Commission can have a very important role at this stage, clarifying the limits of the regulatory framework derived from the 2014 Directives and creating useful training tool-kits that can be made available on-line for all contracting authorities in the Member States to acquire the necessary knowledge. They could also create new prizes, or refresh/boost the existing ones, to recognise and disseminate good practices.

Of course, training contrating officers is very difficult due to their sheer numbers, as well as the complexity of the 2014 procurement system. However, it should not (must not) be impossible. If it was impossible, then the deeper problem would be that EU public procurement law would be manifestly unfit for its purpose and a very significant transformation and simplification would be urgently needed (it is and will be more and more necessary, of course, but not desperately urgent; in any case, for criticism of the 2014 rules due to their complexity, see R Caranta, "The changes to the public contract directives and the story they tell about how EU law works", (2015) 52(2) Common Market Law Review 391-459; and S Arrowsmith, "Modernising the European Union’s Public Procurement Regime: a Blueprint for Real Simplicity and Flexibility" (2012) 21 Public Procurement Law Review 71-82).

 * * *

In short, then, my view is that in the long-run, public procurement centralisation/aggregation/cooperative procurement will become a part of the system, but by far not the entirety of the system, and that its relative importance will be diminished in the future by technological and market developments. In my view, the role for the Commission is twofold. DG Growth should focus on training and professionalization of all contracting authorities (and they have some initiatives under consideration) and DG Comp should focus on developing early guidance and a close monitoring system of the activities of CPBs and, more generally, powerful public buyers. Reversely, if centralisation and the market and legal protection of CPBs is embraced and protected, then this will be an instance of (inadvertent?) creation of a legal monopoly (and monoposony, in many markets) that can only result in social loss. I hope that my views, even if possibly extreme or shocking, at least contribute to a debate on centralisation that takes the long view.

Form and manner of sending notices for publication at EU level under Reg. 51 Public Contracts Regulations 2015

Reg.51 of the Public Contracts Regulations 2015(PCR2015) establishes the rules controlling the form and manner of sending notices for publication at EU level, which are coincidental with those imposed by Article 51 of Directive 2014/24, despite being significantly shorter. The omitted parts of Art 51 Dir 2014/24 concern the obligations of the European Commission and the  Publications Office of the European Union and, consequently, there is no shortcoming in the transposition due to these omissions.

Reg.51(1) PCR2015 indicates that the notices required by regs 48, 49, 50, 72, 75 and 79 to be sent for publication in accordance with this regulation shall be sent by electronic means to the EU Publications Office. Given the importance of publication prior to the conduct of the tender procedure, contracting authorities shall ensure that they are able to supply proof of the dates on which notices are sent to the EU Publications Office for publication [reg.51(2)]. To that effect, if the EU Publications Office has given the contracting authority confirmation of the receipt of the notice and of the publication of the information sent, indicating the date of that publication, that confirmation shall constitute proof of publication [reg.51(3)].

Finally, reg. 51(4) PCR2015 foresees that contracting authorities may send notices in respect of public contracts to the EU Publications Office for publication even where they are not required by Part 2 PCR2015 to do so, provided that the notices are sent by electronic means.

Contract award notices under Reg. 50 Public Contracts Regulations 2015

Contract award notices are subjected to the rules and requirements of reg.50 of the Public Contracts Regulations 2015 (PCR2015), which transposes Article 50 of Directive 2014/24. This is the main instrument of public procurement transparency [other than debriefings of disappointed candidates and tenderers under reg. PCR2015] and is aimed to ensure that the outcome of the process is made public.

Under reg.50(1), after the award of a contract or the conclusion of a framework agreement, contracting authorities shall send for publication a contract award notice on the results of the procurement procedure not later than 30 days following the decision to award or conclude it. 

Such notices shall contain the information set out in part D of Annex 5 to Dir 2014/24 and be sent for publication in accordance with reg.51 PCR2015 [reg.50(2)]. 

However, in order to avoid excessive transparency, certain information on the contract award or the conclusion of the framework agreement may be withheld from publication where its release would impede law enforcement or otherwise be contrary to the public interest, would harm the legitimate commercial interests of a particular economic operator, public or private, or might prejudice fair competition between economic operators [reg.50(6) PCR2015]. Consequently, contracting authorities need to exercise careful discretion when it comes to the specific content of the contract award notice and, once more, they should be aware and vigilant against transparency excesses that may favour collusion [see A Sanchez Graells, "The Difficult Balance between Transparency and Competition in Public Procurement: Some Recent Trends in the Case Law of the European Courts and a Look at the New Directives" (November 2013) University of Leicester School of Law Research Paper No. 13-11].

Reg.50(3) PCR2015 sets special rules for contract award notices that follow a previous prior information notice (PIN) under reg.48 PCR2015 (see here and here).  According to this special rule, where the call for competition for the contract concerned has been made in the form of a PIN and the contracting authority has decided that it will not award further contracts during the period covered by the PIN, the contract award notice shall contain a specific indication to that effect. This requirement should be seen as a method to keep the market updated on the actual procurement plans of the contracting authority. In my view, this requires a sensible approach, as excessive transparency could be damaging. Consequently, contracting authorities may want to delay disclosure of dropped procurement projects until they are final and irreversible and, in any case, measure the content of their PINs from an early stage.

Reg.50(4) PCR2015 adjusts the requirements for the publication of contract award notices to the working of framework agreements, and determines that contracting authorities shall not be bound to send a notice of the results of the procurement procedure for each contract based on such an agreement. This is meant to simplify the operation of the framework agreement once it is in place. 

In my opinion, reg.50(4) PCR2015 potentially mistransposes, or at least does not transpose very faithfully, Art 50(2)II Dir 2014/24 whereby "Member States may provide that contracting authorities shall group notices of the results of the procurement procedure for contracts based on the framework agreement on a quarterly basis. In that case, contracting authorities shall send the grouped notices within 30 days of the end of each quarter.

In my view, the interpretation implicit in the PCR2015 is that the entire clause is discretionary for Member States. However, it can also be interpreted that the only space left for Member States in making such a choice is to determine the frequency with which the reporting and publication of the grouped notices needs to be carried out, which is in any case limited to a minimum quarterly periodicity. Imposing no regular reporting and publication obligation on the specific working of the framework agreement whatsoever seems to me to be in breach of the general principles in reg.18 PCR2015 / Art 18 Dir 2014/24 and, consequently, at least an instance of poor (if not improper) transposition. 

To be sure, the choice under reg.50(4) PCR2015 reduces transparency, which can generally be a good thing. However, it does so in a way that deviates from the clear objective of Dir 2014/24, particularly in view of requirements linked to monitoring of procurement [arts 84(2) dir 2014/24]; and it reduces a sort of transparency that is not necessarily of the most damaging type, given that it refers to aggregated information that is published with some delay. Hence, in my view, there is no good justification for this approach and the PCR2015 incurs in an potential infringement of EU law on this point, at least under a strict view on the relevance of the principles in reg.18 PCR2015 / Art 18 Dir 2014/24. Hence, a modification of reg.50(4) PCR2015 is desirable, to align the transparency requirements for framework agreements with those for dynamic purchasing systems.

In that regard, reg.50(5) PCR2015 finally establishes specific rules for dynamic purchasing systems and foresees that contracting authorities shall either (a) send a contract award notice within 30 days after the award of each contract based on a dynamic purchasing system, or (b) group such notices on a quarterly basis, in which case they shall be sent within 30 days of the end of each quarter.

New SSRN paper on State aid enforcement after the crisis

I have uploaded a new paper on the University of Leicester School of Law Research Paper SSRN Series. It is entitled "Digging Itself Out of the Hole? A Critical Assessment of the European Commission's Attempt to Revitalise State Aid Enforcement after the Crisis" and has the following abstract:

This paper aims to assess the likelihood that State aid enforcement can be revitalised in the post-crisis period as a result of the 2012-2014 State aid modernisation process (SAM). The paper takes the view that State aid enforcement was left in a difficult impasse as a result of the extraordinary measures the Commission implemented during and immediately after the 2008 economic breakdown, which left the Commission in a difficult position due to the unavoidable concessions and lowering of standards that dealing with the soaring volume of State aid required. The paper builds on this premise to critically assess whether a scenario of stronger enforcement can be foreseen under the modernised, post-2014 procedural framework of SAM. It pays particular attention to the need for the European Commission to (re)engage in a more substantive assessment of aid measures and to promote judicial (or private) enforcement of State aid rules in an effective manner. It concludes that revitalisation of State aid enforcement under SAM is highly unlikely.

I have attempted some statistical analysis to support my view that State aid enforcement is not being efficient. As a taster (full details in the paper), I argue that 'it seems conservative to estimate at around 100 billion Euros the amount of (non-investigated) illegally-granted State aid in the EU28 between 2008 and 2013' and that the Commission is accumulating a significant backlog of State aid cases (of around 500 in the same period), despite having expanded its State aid workforce by 53% between 2007 and 2011.

I also argue that the Commission's push for more transparency of the awards of State aid will not result in an actual involvement of private parties and society at large as stewards of EU State aid rules, in particular due to the restriction of the locus standi to submit (admissible) complaints to the Commission (following Sarc v Commission and the rules under the revised art 11a of reg 794/2004) and the compounded effect of the mandatory use of a standard form that requires significant information.


I will present a reworked version of this paper at the Antitrust Enforcement Symposium held by the Centre for Competition Law and Policy of the University of Oxford in June, where I am honoured to share a session on Competition and the State with such distinguished scholars and practitioners as Conor Quigley QC, Damien Geradin, James Cooper, David Szafram, Isabel Taylor, Angus Johnston and Ioannis Lianos. As you see, not the easiest audience. So all comments that can help me improve the paper are most welcome! I already thank my colleague Dr Paolo Vargiu for his first reactions.
The full citation for the paper is: A Sanchez Graells, "Digging Itself Out of the Hole? A Critical Assessment of the European Commission's Attempt to Revitalise State Aid Enforcement after the Crisis" (May 5, 2015) University of Leicester School of Law Research Paper No. 15-15. Available at SSRN: http://ssrn.com/abstract=2602798.

Contract notices under Reg. 49 Public Contracts Regulations 2015

Reg. 49 of the Public Contracts Regulations 2015 (PCR2015) transposes only half of the content of Article 49 of Directive 2014/24 and establishes that contract notices shall contain the information set out in part C of Annex 5 to Dir 2014/24 and shall be sent for publication in accordance with reg.51 PCR2015.

The missing bit that reg.49 PCR2015 fails to transpose is that contract notices shall be used as a means of calling for competition in respect of all procedures, without prejudice to the second sub-paragraph of Art 26(5) Dir 2014/24 [reg.26(9) and (10) PCR2015] on the possibility for that sub-central contracting authorities or specific categories thereof to make the call for competition by means of a prior information notice [reg.48 PCR2015, see here and here], and Art 32 Dir 2014/24 [reg.32 PCR2015] on the use of the negotiated procedure without prior publication, which obviously does not require a contract notice.

In my view, given the repetition of the content of the omitted part, which simply includes cross-referrals to special rules, there is not much lost in terms of legal certainty due to the economical approach taken in reg.49 PCR2015. Pedro's comments, pretty much along the same lines, are here.

Prior information notices under Reg. 48 Public Contracts Regulations 2015

Reg. 48 of the Public Contracts Regulations 2015 (PCR2015) transposes Article 48 of Directive 2014/24 on the subject of publication of prior information notices (PIN). 

Contracting authorities can resort to PINs to make known their intentions of planned procurements, and PINs can cover a maximum period of 12 months from the date on which the notice is transmitted for publication, except in the case of public contracts for social and other specific services, where the PIN may cover a period which is longer than 12 months. 

The rules in reg.48 PCR2015 are concerned with the content of the PIN and the possibility to publish it in either the buyer's profile or/and the Official Journal of the European Union. Technically, they do not deserve much comment.

However, despite Pedro's fondness for the use of PINs, my concern is that the use of PINs can have a significant effect on the level of transparency in the market and, consequently, on the likelihood of collusion between tenderers [for discussion, see A Sanchez Graells, "The Difficult Balance between Transparency and Competition in Public Procurement: Some Recent Trends in the Case Law of the European Courts and a Look at the New Directives" (November 2013) University of Leicester School of Law Research Paper No. 13-11].

 Announcing every 12 months the contracting opportunities that will arise facilitates the split of contracts between them, and even allows them to plan complex allocation strategies that imitate randomness, hence reducing the likelihood of detection. Consequently, contracting authorities would be well advised to use PINs carefully and not to obsess with them with the simple object of reducing the minimum time limits they need to respect for specific contracts. 

Using PINs with shorter durations, or reserving the flexibility to procure in terms and periodicity different than those announced in the PIN could also be useful tools. In the end, publishing a PIN does not bind the contracting authority to actually carry out the procurement, and the possibility to tender contracts no included in PINs is always available. Hence, contracting authorities should avoid situations of absolute foreseeability of their procurement projects for the next 12 (or even 6) months, and only use them where alerting the market of a particularly relevant opportunity or a significantly complex project is coming up, so that they can express interest and make sure that they have the resources needed to tender in due course.


Time limits under Reg. 47 Public Contracts Regulations 2015

Reg. 47 of the Public Contracts Regulations 2015 (PCR2015) establishes general requirements concerning the setting of time limits, beyond the minimum established in regs. 27 to 31 PCR2015 for each specific procedure, in accordance with Article 47 of Directive 2014/24.

Generally, and in order to comply with the principle of proportionality [reg.18(1) PCR2015], contracting authorities shall take account of the complexity of the contract and the time required for drawing up tenders when fixing the time limits for the receipt of tenders and requests to participate, which in any case cannot result in time limits below the minimum set out in regs. 27 to 31 PCR2015 [reg.47(1)]. This is a logical requirement and contracting authorities will have to pay special attention to the setting of time limits when there are potential risks of discrimination between potentially interested tenderers or candidates, either because some of them where involved in preliminary market consultations [reg.40 PCR2015], or otherwise. 

In that regard, it bears reminding the specific requirement that  contracting authorities take appropriate measures to ensure that competition is not distorted by the participation of candidates or tenderers previously involved, which includes the fixing of adequate time limits for the receipt of tenders [reg.41(2)(b) PCR2015]. As Pedro stressed in his critical remarks, "the problem is not the time per se as all economic operators would have to comply with the minimum time limits (although it would have been preferable to just block the use of accelerated or time-reduced procedures) but the fact one of the economic operators had access to information before everyone else and influenced the design of the tender documents". Hence, in my view, the time limit will have to be complemented with substantive assessments to ensure that additional delay (if any) has actually neutralised the first "knower" advantage.

Reg.47(2) PCR2015 establishes specific rules for time limits concerned with procedures that require site visits or on-the-spot inspections, in which case  the time limits for the receipt of tenders shall be fixed so that all economic operators concerned may be aware of all the information needed to produce tenders. In any case, and implicitly acknowledging that the 'standard' procedure regulated in the PCR2015 and Dir 2014/24 does not include such visits or inspections, reg.47(2) PCR2015 mandates that  the time limits set in these cases shall be longer than the minimum time limits set out in regs. 27 to 31 PCR2015.


Regs.47(3) to (6) PCR2015 finally establish rules concerning extension of time limits. It first determines two cases where contracting authorities must extend the time limits for the receipt of tenders so that all economic operators concerned may be aware of all the information needed. Reg.47(3) PCR2015 includes cases: (a) where, for whatever reason, additional information requested by an economic operator in good time, is however not supplied at the latest 6 days before the time limit fixed for the receipt of tenders [or 4 days in case of accelerated procedures, reg.47(5)]; and (b) where significant changes are made to the procurement documents.

In my view, the contracting authority always has the possibility to extend time limits for good reason, provided it does so in a way that is non-discriminatory and does not affect competition. For instance in case some tenderer has submitted a tender, an extension should imply the possibility for that tenderer to submit a revised tender in order to allow it to take advantage of the extension.

Reg.47(4) PCR2015 requires that the length of the extension be proportionate to the importance of the information or change, and reg.47(6) PCR2015 clarifies that contracting authorities are not required to extend the time limits where additional information has either not been requested in good time or its importance with a view to preparing responsive tenders is insignificant. 

Consequently, contracting authorities always have the possibility to make value judgments regarding the actual need or an extension of the initial time limits. In my view, however, in case of doubt (or explicit and reasonable request from tenderers), they should always adopt the default position of granting extensions (if nothing else, to avoid litigation risks, but more importantly, to avoid actually disadvantaging certain competitors).

Division of contracts into lots under Reg. 46 Public Contracts Regulations 2015

Reg. 46 of the Public Contracts Regulations 2015 (PCR2015) transposes Article 46 of Directive 2014/24 and upgrades the rules on division of contracts into lots. Pedro has already criticised this provision and the "new preference for division into lots" that it encapsulates in his entry of the day, and has raised important points on the effect of lot division on procurement complexity and facilitation of collusion (if improperly carried out). I broadly agree with his views, except on the absolute optionality on the use of lots, and would like to add some comments.

These rules attracted significant attention during the reform process that led to the adoption of these new rules after the European Commission proposed a rule on division of contracts of a value above 0.5mn Euro whereby contracting authorities would have to provide reasons for decisions not to split those contracts into lots--hence setting a presumption or expectation for contracts to be generally divided into lots [see art 44 of the 2011 Proposal and A Sanchez Graells, “Are the Procurement Rules a Barrier for Cross-Border Trade within the European Market? — A View on Proposals to Lower that Barrier and Spur Growth” in C Tvarnø, GS Ølykke & C Risvig Hansen, EU Public Procurement: Modernisation, Growth and Innovation (Copenhagen, DJØF, 2012) 107-133]. 

The final version of the rule, now in Art 46 Dir 2014/24 is softer, is less prescriptive regarding the need to subdivide contracts into lots, merely indicating that contracting authorities may decide to award a contract in the form of separate lots and may determine the size and subject-matter of such lots [reg.46(1)]. However, the principle of "divide or explain" has remained as a general rule. Indeed, reg. 46(2) PCR2015 requires that contracting authorities provide an indication of the main reasons for their decision not to subdivide contracts into lots. 

Consequently, in my view, the rule (or at least the expectation) is that contracting authorities need to make an effort to determine whether they can divide the contract into lots and, only if there is a plausible reason not to do so, tender a single contract for the entirety of the object of the procurement. Moreover, the explanations provided for their decisions not to divide the contract into lots should be open to challenge, among other reasons, on the basis of the general principles of procurement [reg.18 PCR2015] and, notably, the principle of competition.

After setting up this general framework, reg.46 PCR2015 goes on to establish rules whereby contracting authorities can establish restrictions on the possibilities to tender for one, for several or for all of the lots [reg. 46(3)] and, even where tenders may be submitted for several or all lots, limit the number of lots that may be awarded to one tenderer, provided that all this information, including the maximum number of lots per tenderer, is stated in the contract notice or in the invitation to confirm interest [reg.46(4)].

In case any of these restrictions are employed, contracting authorities shall indicate in the procurement documents the objective and non-discriminatory criteria or rules they intend to apply for determining which lots will be awarded where the application of the award criteria would result in one tenderer being awarded more lots than the maximum number [reg.46(5)]. And where more than one lot may be awarded to the same tenderer, contracting authorities may award contracts combining several or all lots where they have specified in the contract notice or in the invitation to confirm interest that they reserve the possibility of doing so and indicate the lots or groups of lots that may be combined [reg.46(6)].

These rules consolidate possibilities that already existed under the previous rules (as none of them were explicitly prohibited) and allow for contracting authorities to take a more sophisticated approach to lot division. The UK legislator has decided not to make use of the possibility foreseen in Art 46(4) Dir 2014/24, whereby Member States may render it obligatory to award contracts in the form of separate lots under conditions specified in accordance with their national law and having regard for Union law.

Division of contracts into lots is an issue of particular relevance in terms of SME access to procurement and with an immediate effect on competition for the public contract, and in the market concerned. Hence, applying these rules in an adequate manner is of utmost importance. I discuss these issues at length in Public Procurement and the EU Competition Rules, 2nd edn (Oxford Hart, 2015) 347-352. The following is a simplified version of my comments.


Bundling and Aggregation of Contracts. Similarly to what was discussed in relation to centralisation of purchases, it is clear that these two trends ‘should be carefully monitored in order to avoid excessive concentration of purchasing power and collusion, and to preserve transparency and competition, as well as market access opportunities for SMEs’(rec (59) dir 2014/24). Hence, the rules applicable to the bundling and aggregation of contracts should have a prominent position under the applicable procurement rules. This was not the case under the 2004 EU public procurement directives, which regulated neither the division of contracts into lots, nor the bundling of those lots or the aggregation of contracts by the public buyer. The only rules regarding division of contracts into lots aimed at establishing specific criteria for the calculation of the value of the tendered contracts for the purpose of determining the applicability of the EU public procurement regime (art 9(5) dir 2004/18, which is now contained in art 5(8) and 5(9) dir 2014/24)—and, more specifically, with the purpose of preventing the circumvention of EU rules by the artificial division of contracts into lots whose value remains below the thresholds that trigger their application. Other than that, reference to the division of contracts into lots, their bundling or aggregation was only made in relation to contract notices—which, where the contracts are subdivided into lots, must indicate ‘the possibility of tendering for one, for several or for all the lots’ (Annex VII A dir 2004/18).

Therefore, Member States seemed to hold substantial discretion to set domestic public procurement rules on the division of contracts into lots, the bundling or aggregation of lots and contracts to be tendered together, the establishment of rules allowing or not for multiple and/or conditional tendering for different lots in a given tender procedure, etc. The situation has now been slightly altered by the inclusion of more specific rules concerning the division of contracts into lots in article 46 of Directive 2014/24, which fundamentally rest on a general expectation that contracting authorities will consider the possibility of dividing contracts into lots and, where they decide against it, provide a justification (ie, ‘divide-or-explain’ requirement). Indeed, according to article 46(1), contracting authorities ‘may decide to award a contract in the form of separate lots and may determine the size and subject-matter of such lots’ and, when they decide otherwise, they ‘shall … provide an indication of the main reasons for their decision not to subdivide into lots’, which may be included in the procurement documents. This duty to ‘divide-or-explain’ is conceived as a soft requirement not amenable to review, as indicated in recital (78) of Directive 2014/24, where it is explained that: ‘The contracting authority should have a duty to consider the appropriateness of dividing contracts into lots while remaining free to decide autonomously on the basis of any reason it deems relevant, without being subject to administrative or judicial supervision. Where the contracting authority decides that it would not be appropriate to divide the contract into lots, the individual report or the procurement documents should contain an indication of the main reasons for the contracting authority’s choice’.

Moreover, it should be taken into consideration that under article 46(4) of Directive 2014/24, ‘Member States may [render] it obligatory to award contracts in the form of separate lots under conditions to be specified in accordance with their national law and having regard for Union law’—which, a contrario, implies that Member States are free to reduce the requirements concerned with the division of contracts into lots to that soft requirement of ‘divide-or-explain’. Consequently, given the full discretion that Member States retain when deciding whether to implement the more specific rules in article 46 of Directive 2014/24 or not, and whether to make them mandatory or voluntary, it is appropriate to take a general approach to the competition analysis of the decisions (and rules) concerning the aggregation and bundling of contracts (or, reversely, of their division into lots).

In this connection, it should be stressed that the bundling of requirements into a single contract or the division of that same contractual object into several lots, as well as the rules imposing the minimum or maximum number of lots a single tenderer can bid for, allowing or excluding conditional or ‘package’ bidding and so on, can generate significant effects on competition for those contracts and in the market concerned. The bundling of independent requirements into a single contract (or the aggregation of otherwise independent contracts) by one or several public buyers may restrict the number of potential bidders and, therefore, generate anticompetitive effects, and alter the structure of the markets. Put otherwise, dividing contracts into several lots may in most instances increase competition, not only for the specific public contract but also for future contracts, and in more general terms, in the market from which the public buyer is procuring goods and services. The (sub)division of contracts into lots can particularly promote participation by SMEs —thereby broadening competition to the benefit of contracting authorities, as well as reducing the need to resort to more restrictive ‘secondary policies’ aimed at encouraging SME participation (such as set-asides or mandatory subcontracting). Therefore, in general terms, dividing contracts into lots or avoiding the aggregation of otherwise independent requirements into a single contract can have significant pro-competitive effects both on the tender and the market. Directive 2014/24 includes most of these economic insights in recital (78) and, consequently, article 46(1) aims at requiring contracting authorities to at least consider the possibility of dividing contracts into lots in order to achieve those benefits.

Nonetheless, it must be taken into account that the division of contracts into lots also presents some difficulties or undesirable effects and can generate some additional costs. Firstly, division of a given contract into lots may not be feasible in the light of the respective works, supplies and services. Therefore, rules regulating the division of contracts into lots should allow for sufficient flexibility so as not to impose artificially the fractioning of the contractual object where it is technically or economically unfeasible, or where it would substantially impair the effectiveness of the procurement process or raise the procurement costs disproportionately. This is encapsulated in Directive 2014/24, which clearly indicates that the reasons that could justify avoiding the division of a given contract into lots include the ‘risk [of] rendering the execution of the contract excessively technically difficult or expensive, or that the need to coordinate the different contractors for the lots could seriously risk undermining the proper execution of the contract’ (rec (78)). On the other hand, public procurement rules should restrict the ability of contracting authorities to bundle or aggregate artificially otherwise independent needs or requirements if doing so generates a competitive distortion—ie, if it excludes potential tenderers with a more limited capacity of supply, not integrated vertically, or otherwise not able to meet the bundled requirements, while they would be able to meet some of the requirements if unbundled or not aggregated. Therefore, it is to be praised that the 2014 public procurement rules encourage lot division unless it proves to be inadequate or disproportionate to the nature and amount of works, supplies and services concerned.

Secondly, economic theory has stressed that the division of the contract into lots might yield pro- or anti-competitive results depending on the relationship between the number of lots and the number of interested bidders. This is also reflected in Directive 2014/24, which allows deciding against allotting contracts where ‘the contracting authority finds that such division could risk restricting competition’ (rec (78)). Indeed, one of the potentially negative effects of the division of the contract into lots is the facilitation of collusion. Therefore, setting a number of lots that generates difficulties for coordination and allocation of lots amongst potentially colluding tenderers is desirable. In this regard, economic theory seems to provide two general criteria: the number of lots should be smaller than the expected number of participants (so that the impossibility of allocating lots to all interested tenderers diminishes the stability of collusion and forces it to spread over several tenders, thereby increasing the likelihood of detection), and the number of lots should exceed the number of incumbent contracts by at least one (implicitly reserving at least the additional lot for a new entrant or new contractor). Therefore, it also seems undesirable to adopt rigid rules setting a specific number of lots into which the contract should be automatically divided, since it could easily fall outside the desirable range for specific contracts and tendering procedures. In that regard, Directive 2014/24 rightly leaves it to the contracting authority to decide the number of lots to be created and whether to do so according to quantitative or qualitative criteria.

Finally, another important issue in the design of rules regarding lot division is to determine whether bidders can engage in multiple or ‘package’ bidding—and, if so, what are the minimum and maximum number of lots for which they can bid—and if conditional bidding is allowed, thus permitting bidders to offer varying conditions dependent upon the number and mix of lots awarded to them. In this regard, economic theory again stresses the importance of setting flexible rules that allow for a trade-off between fostering competition by smaller bidders and allowing larger bidders to exploit economies of scale, as well as for independent decisions to be made by tenderers—since multiple or package bidding will encourage bidders to submit more competitive offers for given packages than they would for independent lots or for all the lots. In this regard, it has been stressed that contracting authorities should not limit the number of lots tenderers can bid for in a way which would impair the conditions for fair competition, with maybe the only restriction of setting a relatively low maximum number of lots that a single bidder can be awarded at one time (which constitutes a specific case of awarding constraint). Therefore, it seems desirable to adopt rules so that the public buyer can reduce the minimum size of contracts/lots, and thereby maximise the number of smaller suppliers otherwise excluded, without hindering the ability of larger suppliers to bid for large sets of contracts in the event of their being characterised by positive complementarities.

To sum up, economic theory seems to support the finding that public procurement rules should be designed so as to encourage the division of contracts into lots whenever this is technically and economically feasible, and to allow the contracting authority to set the specific number of lots according to the circumstances of the tender. Similarly, contracting authorities should be able to restrict the maximum number of lots that a single tenderer can be awarded—if awarding the entire contract to a single contractor can generate a negative impact on competition; and particularly when ensuring that one or more lots are available for non-incumbent contractors is relevant to preventing distortions of competition in future contracts and/or in the market concerned. Finally, conditional and ‘package’ bidding should be allowed, in order to minimise the potential inefficiencies that lot division could generate. These insights of economic theory are now reflected to a large extent in article 46 of Directive 2014/24, and further considered in recital (79).

Firstly, article 46(2) ab initio allows for multiple bidding, indicating that the contract notice or in the invitation to confirm interest should indicate whether tenders may be submitted for one, for several or for all of the lots in which a given contract is divided. Secondly, article 46(2)II of Directive 2014/24 allows for restrictions on the number of lots that can be awarded to the same tenderer, establishing that even where tenders may be submitted for several or all lots, contracting authorities may limit the number of lots that may be awarded to one tenderer. In that case, the Directive sets up a double requirement of transparency to avoid distortions in the award decision-making, establishing that such awarding constraint will be applicable provided that the maximum number of lots per tenderer is stated in the contract notice or in the invitation to confirm interest, and as long as the procurement documents disclose the objective and non-discriminatory criteria or rules the contracting authority will apply for determining which lots will be awarded where the application of the award criteria would result in one tenderer being awarded more lots than the maximum number. All these rules remain, however, discretionary. Hence, it is still necessary to rely on the principle of competition and its requirements in order to inform their implementation.

The general criterion, in our view, should then be that in the exercise of this discretion as regards the division or aggregation of requirements, the fixing of the number of lots tendered, and the rules for conditional and ‘package’ bidding, contracting authorities must ensure that competition in the market is not distorted and, where possible and feasible, promote competition for the contract—particularly by avoiding the configuration of contracts which result in potentially interested competitors being excluded. As a default rule, division into a large number of lots will be preferable to a division into an insufficient number of exceedingly big lots, since tenderers could compensate for such an ‘excessive fragmentation’ of the object of the contract by submitting bundled offers—while an insufficient division of the object of the contract cannot be compensated by tenderers submitting partial offers or offers for amounts smaller than the object of the tender (as those bids would be considered non-compliant and, hence, rejected).

Arguably, in order to be effective, the rules and decisions on lot division will need to be complemented with clear award criteria as regards the comparability of offers for a different number of lots, as well as with rules applicable in case the offers submitted do not cover all the lots tendered. In this case, asking bidders to submit offers for the entire contract, for each individual lot and for the packages of lots that they would like to be awarded (with different prices and conditions) would arguably eliminate all the benefits of lot division, since tenderers that could not bid for the entire contract (even under less favourable conditions than they could offer for a given lot or group of lots) would be excluded anyway. Therefore, a preferable rule seems to be to allow the submission of bids for independent or grouped lots, without mandatory requirements regarding the entire contractual object. In case one or various lots could not be covered in the initial tendering, the contracting authority could then engage in re-tendering the pending lots by following a subsequent negotiated procedure with all the participating tenderers, or a new procedure, depending on the circumstances (on the rules and criteria regarding procedure selection). Under exceptional circumstances, the option should also be available to the contracting authority not to award any of the lots for which it has received offers if it is clear that this would jeopardise the effectiveness of the follow-up tenders for the remaining lots—which should then be re-tendered in a single contract. However, if the design of the lots was properly conducted in the first place—ie, if lots had been designed according to sensible functional and economic criteria, and an effort had been made to ensure their balance—this situation should be largely marginal. Along these lines, but covering the separate option of whether contracting authorities can ‘cherry-pick’ or ‘mix-and-match’ offers for different lots, article 46(3) of Directive 2014/24 clearly indicates that this is possible, provided certain conditions are met. Indeed, where more than one lot may be awarded to the same tenderer, contracting authorities may award contracts combining several or all lots where they have specified in the contract notice or in the invitation to confirm interest that they reserve the possibility of doing so and indicate the lots or groups of lots that may be combined (on criteria applicable to such conditional award rules).

As a preliminary conclusion, it is submitted that despite the discretionary terms of article 46 of Directive 2014/24 and on the basis of the final goal of maximising competition, contracting authorities should resort to division of contracts into lots whenever it is not unfeasible technically or economically, and should set rules that ensure that, while still giving tenderers the largest possible flexibility to submit package and conditional bids, competition is not distorted by undue contract division or aggregation. Rules on contract division should be complemented and reinforced by consistent award criteria and rules on the re-tendering of unawarded lots.

Variants under Reg. 45 Public Contracts Regulations 2015

Reg.45 of the Public Contracts Regulations 2015 (PCR2015) and Art 45 of Directive 2014/24 regulate the admissibility of variants or alternative offers in public tenders. As Pedro has indicated, the rules do not provide any novelty that will anticipate a change in practice.

The rules in reg.45 PCR2015 are facilitative of the admission of variants and establish some minimum guarantees that contracting authorities must comply with in order to ensure the effectiveness of the general principles of procurement (reg. 18 PCR2015) and, in particular, transparency, non-discrimination and competition. These are:

(a) Contracting authorities need to indicate in tender documentation whether or not they authorise or require variants [reg.45(2)], and variants shall not be authorised or required without such an indication and shall be linked to the subject-matter of the contract [reg. 45(3)]. In my view, this requirement of transparency is appropriate, but the default position should be the opposite. Given the strong focus on technical neutrality in reg.42 PCR2015, and in case performance specifications are used, distinguishing a variant from a 'standard' offer may be very difficult or actually impossible depending on the circumstances. Hence, the restriction derived from the need for the contracting authority to include an authorisation of variants in the tender documents is superfluous and could be problematic. An alternative default rule authorising variants in all cases, subject to meeting minimum technical specifications (see below) would have been preferable.

(b) In case they require or authorise them, contracting authorities shall state in the procurement documents the minimum requirements to be met by the variants and any specific requirements for their presentation, in particular whether variants may be submitted only where a tender which is not a variant has also been submitted [reg.45(4)]. Only variants meeting the minimum requirements shall be taken into consideration [reg. 45(6)]. The establishment of minimum technical specifications makes sense and is similar to the rule concerning procedures involving negotiations (reg.29 PCR2015). However, in case a contracting authority did not do so, it would suffice to assume that all technical specifications are minimum, so that variants can be incorporated in terms of performance requirements or potential improvements on the minimum specifications. 

The last clause of reg.45(4) PCR2015, whereby contracting authorities can require the submission of a 'standard' offer for their variant to be accepted is very problematic and actually thwarts this instrument from delivering diversity of technical solutions and maximising competition for the contract by suppliers that cannot meet 'standard' requirements but could deliver on the basis of an alternative offer that could be advantageous for the contracting authority. In my view, unless very good reasons exist, contracting authorities should refrain from requiring variants pegged to 'standard' offers.

(c) In order to make the assessment of all offers possible, transparent and non-discriminatory, contracting authorities that authorise or request variants shall ensure that the chosen award criteria can be applied to variants meeting those minimum requirements as well as to conforming tenders which are not variants [reg. 45(5)]. In any case, contracting authorities shall not reject a variant on the sole ground that it would, where successful, lead to a different type of contract (supply, service) than the one originally envisaged [reg.45(7)]. These requirements could have been implicit as extensions of the general principles in reg.18 PCR2015, but their express imposition probably limits the scope of discretion of contracting authorities once they resort to the use of variants in their procurement. Nonetheless, they do not exhaust the requirements derived from the general principles. 

Generally, the rules on variants and their evaluation are linked to the rules applicable to non-compliant and non-fully compliant bids. For discussion, see A Sanchez Graells, Rejectionof Abnormally Low and Non-Compliant Tenders in EU Public Procurement: AComparative View on Selected Jurisdictions, M Comba & S Treumer (eds) Award of Contracts in EU Procurements, vol. 5 European Procurement Law Series (Copenhagen, DJØF, 2013) 267-302.

Test reports, certificates and other means of proof under Reg. 44 Public Contracts Regulations 2015

Reg.44 of the Public Contracts Regulations 2015 (PCR2015) transposes the rules of Article 44 of Directive 2014/24 on test reports, certificates and other means of proof and is closely linked to the rules on technical specifications (technical neutrality) and due diligence in the evaluation of tenders (conflicts of interest). Pedro's comments focus on the informational difficulties that contracting authorities face in the practical application of these rules. My comments focus on the link with technical neutrality.

Indeed, the rules on test reports, certificates and other means of proof are instrumental in ensuring that contracting authorities do not reject tenders that would technically equivalent to those that do not need to resort to these documents in order to proof compliance with the applicable technical specifications [see reg.42(14) PCR2015, which clearly indicates that "a contracting authority ... shall not reject a tender on the grounds that the works, supplies or services tendered for do not comply with the technical specifications to which it has referred, once the tenderer proves in its tender by any appropriate means, including the means of proof referred to in regulation 44, that the solutions proposed satisfy in an equivalent manner the requirements defined by the technical specifications."]. In that regard, it should not be surprising that reg.44 PCR2015 attempts to restrict the discretion of contracting authorities in determining which documents to accept.

After determining that contracting authorities may require economic operators to provide a test report from a conformity assessment body or a certificate issued by such a body as means of proof of conformity with requirements or criteria set out in the technical specifications, the award criteria or the contract performance conditions [reg.44(1)], and requiring them to accept certificates from equivalent other conformity assessment bodies [reg.44(2)]; reg.44(3) significantly limits the possibilities for contracting authorities to specify exactly and rigidly the documentation they are willing to receive and review. 

Indeed, reg.44(3) PCR2015 determines that contracting authorities must accept other appropriate means of proof, such as a technical dossier of the manufacturer, where the economic operator concerned had no access to the certificates or test reports required by the contracting authority, or no possibility of obtaining them within the relevant time limits, provided that the lack of access is not attributable to the economic operator concerned, and the economic operator concerned thereby proves that the works, supplies or services provided by it meet the requirements or criteria set out in the technical specifications, the award criteria or the contract performance conditions. 

Once more, thus, the functional approach adopted by the new procurement rules impose a degree of flexibility that makes one wonder if the general rules included in reg.44(1) and (2) PCR2015 were necessary or, indeed, useful. It would have been simpler to establish that contracting authorities need to accept all means of proof whereby economic operators can demonstrate that their tenders meet the technical specifications. 

By setting partially binding rules on means of proof, contracting authorities are opening themselves to the obligation to assess the justifications provided by tenderers on their impossibility to obtain the specific documents desired by the contracting authority. Such decisions will, of course, be open to challenge and review under the principles of proportionality, non-discrimination and competition (reg.18 PCR2015). Hence, there is nothing to be gained from specifying the means of proof that the contracting authority wishes to receive. It might as well leave the decision open to economic operators and then assess each of the documents as they come.

Evidently, this goes along the same lines already pointed out by the duty of technically-neutral assessment under reg.42 PCR2015 and, by preventing a box-ticking exercise during the technical evaluation of tenders, it implicitly demands from contracting authorities to have (or outsource) significant technical expertise, particularly if they acquire goods or services where there is no clear standardisation in the market. This may be yet another catalyst for further centralisation of procurement, as small or inexperienced contracting authorities may find the duty of assessing diverse test reports, certificates and other means of proof daunting. Nonetheless, it is very consistent requirement of a set of procurement rules based on technical neutrality.