Urgent: 'no eForms, no fun' -- getting serious about building a procurement data architecture in the EU

EU Member States only have about one year to make crucial decisions that will affect the procurement data architecture of the EU and the likelihood of successful adoption of digital technologies for procurement governance for years or decades to come’. Put like that, the relevance of the approaching deadline for the national implementation of new procurement eForms may grab more attention than the alternative statement that ‘in just about a year, new eForms will be mandatory for publication of procurement notices in TED’.

This latter more technical (obscure, and uninspiring?) understanding of the new eForms seems to have been dominating the approach to eForms implementation, which does not seem to have generally gained a high profile in domestic policy-making at EU Member State level despite the Publications Office’s efforts.

In this post, I reflect about the strategic importance of the eForms implementation for the digitalisation of procurement, the limited incentives for an ambitious implementation that stem from the voluntary approach of the most innovative aspects of the new eForms, and the opportunity that would be lost with a minimalistic approach to compliance with the new rules. I argue that it is urgent for EU Member States to get serious about building a procurement data architecture that facilitates the uptake of digital technologies for procurement governance across the EU, which requires an ambitious implementation of eForms beyond their minimum mandatory requirements.

eForms: some background

The EU is in the process of reforming the exchange of information about procurement procedures. This information exchange is mandated by the EU procurement rules, which regulate a variety of procurement notices with the two-fold objective of (i) fostering cross-border competition for public contracts and (ii) facilitating the oversight of procurement practices by the Member States, both in relation to the specific procedure (eg to enable access to remedies) and from a broad policy perspective (eg through the Single Market Scoreboard). In other words, this information exchange underpins the EU’s approach to procurement transparency, which mainly translates into publication of notices in the Tenders Electronic Daily (TED).

A 2019 Implementing Regulation established new standard forms for the publication of notices in the field of public procurement (eForms). The Implementing Regulation is accompanied by a detailed Implementation Handbook. The transition to eForms is about to hit a crucial milestone with the authorisation for their voluntary use from 14 November 2022, in parallel with the continued use of current forms. Following that, eForms will be mandatory and the only accepted format for publication of TED notices from 25 October 2023. There will thus have been a very long implementation period (of over four years), including an also lengthy (11-month) experimentation period about to start. This contrasts with previous revisions of the TED templates, which had given under six months’ notice (eg in 2015) or even just a 20-day implementation period (eg in 2011). This extended implementation period is reflective of the fact that the transition of eForms is not merely a matter of replacing a set of forms with another.

Indeed, eForms are not solely the new templates for the collection of information to be published in TED. eForms represent the EU’s open standard for publishing public procurement data — or, in other words, the ‘EU OCDS’ (which goes much beyond the OCDS mapping of the current TED forms). The importance of the implementation of a new data standard has been highlighted at strategic level, as this is the cornerstone of the EU’s efforts to improve the availability and quality of procurement data, which remain suboptimal (to say the least) despite continued efforts to improve the quality and (re)usability of TED data.

In that regard, the 2020 European strategy for data, emphasised that ‘Public procurement data are essential to improve transparency and accountability of public spending, fighting corruption and improving spending quality. Public procurement data is spread over several systems in the Member States, made available in different formats and is not easily possible to use for policy purposes in real-time. In many cases, the data quality needs to be improved.’ The European Commission now stresses how ‘eForms are at the core of the digital transformation of public procurement in the EU. Through the use of a common standard and terminology, they can significantly improve the quality and analysis of data’ (emphasis added).

It should thus be clear that the eForms implementation is not only about low level form-filling, but also (or primarily) about building a procurement data architecture that facilitates the uptake of digital technologies for procurement governance across the EU. Therefore, the implementation of eForms and the related data standard seeks to achieve two goals: first, to ensure the data quality (eg standardisation, machine-readability) required to facilitate its automated treatment for the purposes of publication of procurement notices mandated by EU law (ie their primary use); and, second, to build a data architecture that can facilitate the accumulation of big data so that advanced data analytics can be deployed by re-users of procurement data. This second(ary) goal is particularly relevant to our discussion. This requires some unpacking.

The importance of data for the deployment of digital technologies

It is generally accepted that quality (big) data is the primary requirement for the deployment of digital technologies to extract data-driven insights, as well as to automate menial back-office tasks. In a detailed analysis of these technologies, I stress the relevance of procurement data across technological solutions that could be deployed to improve procurement governance. In short, the outcome of robotic process automation (RPA) can only be as good as its sources of information, and adequate machine learning (ML) solutions can only be trained on high-quality big data—which thus conditions the possibility of developing recommender systems, chatbots, or algorithmic screens for procurement monitoring and oversight. Distributed Ledger Technology (DLT) systems (aka blockchain) can manage data, but cannot verify its content, accuracy, or reliability. Internet of Things (IoT) applications and software oracles can automatically capture data, which can alleviate some of the difficulties in generating an adequate data infrastructure. But this is only in relation with the observation of the ‘real world’ or in relation to digitally available information, which quality raises the same issues as other sources of data. In short, all digital technologies are data-centric or, more clearly, data-dependent.

Given the crucial relevance of data across digital technologies, it is hard to emphasise how any shortcomings in the enabling data architecture curtail the likelihood of successful adoption of digital technologies for procurement governance. With inadequate data, it may simply be impossible to develop digital solutions at all. And the development and adoption of digital solutions developed on poor or inadequate data can generate further problems—eg skewing decision-making on the basis of inadequately derived ‘data insights’. Ultimately, then, ensuring that adequate data is available to develop digital governance solutions is a challenging but unavoidable requirement in the process of procurement digitalisation. Success, or lack of it, in the creation of an enabling data architecture will determine the viability of the deployment of digital technologies more generally. From this perspective, the implementation of eForms gains clear strategic importance.

eForms Implementation: a flexible model

Implementing eForms is not an easy task. The migration towards eForms requires a complete redesign of information exchange mechanisms. eForms are designed around universal business language and involve the use of a much more structured information schema, compatible with the EU’s eProcurement Ontology, than the current TED forms. eForms are also meant to collect a larger amount of information than current TED forms, especially in relation to sub-units within a tender, such as lots, or in relation to framework agreements. eForms are meant to be flexible and regularly revised, in particular to add new fields to facilitate data capture in relation to specific EU-mandated requirements in procurement, such as in relation with the clean vehicles rules (with some changes already coming up, likely in November 2022).

From an informational point of view, the main constraint that remains despite the adoption of eForms is that their mandatory content is determined by existing obligations to report and publish tender-specific information under the current EU procurement rules, as well as to meet broader reporting requirements under international and EU law (eg the WTO GPA). This mandatory content is thus rather limited. Ultimately, eForms’ main concentration is on disseminating details of contract opportunities and capturing different aspects of decision-making by the contracting authorities. Given the process-orientedness and transactional focus of the procurement rules, most of the information to be mandatorily captured by the eForms concerns the scope and design of the tender procedure, some aspects concerning the award and formal implementation of the contract, as well as some minimal data points concerning its material outcome—primarily limited to the winning tender. As the Director-General of the Publications Office put it an eForms workshop yesterday, the new eForms will provide information on ‘who buys what, from whom and for what price’. While some of that information (especially in relation to the winning tender) will be reflective of broader market conditions, and while the accumulation of information across procurement procedures can progressively generate a broader view of (some of) the relevant markets, it is worth stressing that eForms are not designed as a tool of market intelligence.

Indeed, eForms do not capture the entirety of information generated by a procurement process and, as mentioned, their mandatory content is rather limited. eForms do include several voluntary or optional fields, and they could be adapted for some voluntary uses, such as in relation to detection of collusion in procurement, or in relation to the beneficial ownership of tenderers and subcontractors. Extensive use of voluntary fields and the development of additional fields and uses could contribute to generating data that enabled the deployment of digital technologies for the purposes of eg market intelligence, integrity checks, or other sorts of (policy-related) analysis. For example, there are voluntary fields in relation to green, social or innovation procurement, which could serve as the basis for data-driven insights into how to maximise the effects of such policy interventions. There are also voluntary fields concerning procurement challenges and disputes, which could facilitate a monitoring of eg areas requiring guidance or training. However, while the eForms are flexible, include voluntary fields, and the schema facilitates the development of additional fields, is it unclear that adequate incentives exist for adoption beyond their mandatory minimum content.

Implementation in two tiers

The fact that eForms are in part mandatory and in part voluntary will most likely result in two separate tiers of eForms implementation across the EU. Tier 1 will solely concern the collection and exchange of information mandated by EU law, that is the minimum mandatory eForm content. Tier 2 will concern the optional collection and exchange of a much larger volume of information concerning eg the entirety of tenders received, as well as qualitative information on eg specific policy goals embedded in a tender process. Of course, in the absence of coordination, a (large) degree of variation within Tier 2 can be expected. Tier 2 is potentially very important for (digital) procurement governance, but there is no guarantee that Member States will decide to implement eForms covering it.

One of the major obstacles to the broad adoption of a procurement data model so far, at least in the European Union, relates to the slow uptake of e-procurement (as discussed eg here). Without an underlying highly automated e-procurement system, the generation and capture of procurement data is a main challenge, as it is a labour-intensive process prone to input error. The entry into force of the eForms rules could serve as a further push for the completion of the transition to e-procurement—at least in relation to procurement covered by EU law (as below thresholds procurement is a voluntary potential use of eForms). However, it is also possible that low e-procurement uptake and generalised unsophisticated approaches to e-procurement (eg reduced automation) will limit the future functionality of eForms, with Member States that have so far lagged behind restricting the use of eForms to tier 1. Non life-cycle (automated) e-procurement systems may require manual inputs into the new eForms (or the databases from which they can draw information) and this implies that there is a direct cost to the implementation of each additional (voluntary) data field. Contracting authorities may not perceive the (potential) advantages of incurring those costs, or may more simply be constrained by their available budget. A collective action problem arises here, as the cost of adding more data to the eForms is to be shouldered by each public buyer, while the ensuing big data would potentially benefit everyone (especially as it will be published—although there are also possibilities to capture but not publish information that should be explored, at least to prevent excessive market transparency; but let’s park that issue for now) and perhaps in particular data re-users offering for pay added-value services.

In direct relation to this, and compounding the (dis)incentives problem, the possibility (or likelihood) of minimal implementation is compounded by the fact that, in many Member States, the operational adaptation to eForms does not directly concern public sector entities, but rather their service providers. e-procurement services providers compete for the provision of large volume, entirely standardised platform services, which are markets characterised by small operational margins. This creates incentives for a minimal adaptation of current e-sending systems and disincentives for the inclusion of added-value (data) services potentially unlikely to be used by public buyers. Some (or most) optional aspects of the eForm implementation will thus remain unused due to these market structure and dynamics, which does not clearly incentivise a race to the top (unless there is clear demand pull for it).

With some more nuance, it should be stressed that it is also possible that the adoption of eForms is uneven within a given jurisdiction where the voluntary character of parts of the eForm is kept (rather than made mandatory across the board through domestic legislation), with advanced procurement entities (eg central purchasing bodies, or large buyers) adopting tier 2 eForms, and (most) other public buyers limiting themselves to tier 1.

Ensuing data fragmentation

While this variety of approaches across the EU and within a Member State would not pose legal challenges, it would have a major effect on the utility of the eForms-generated data for the purposes of eg developing ML solutions, as the data would be fragmented, hardly representative of important aspects of procurement (markets), and could hardly be generalisable. The only consistent data would be that covered by tier 1 (ie mandatory and standardised implementation) and this would limit the potential use cases for the deployment of digital technologies—with some possibly limited to the procurement remit of the specific institutions with tier 2 implementations.

Relatedly, it should be stressed that, despite the effort to harmonise the underlying data architecture and link it to the Procurement Ontology, the Implementation Handbook makes clear that ‘eForms are not an “off the shelf” product that can be implemented only by IT developers. Instead, before developers start working, procurement policy decision-makers have to make a wide range of policy decisions on how eForms should be implemented’ in the different Member States.

This poses an additional challenge from the perspective of data quality (and consistency), as there are many fields to be tailored in the eForms implementation process that can result in significant discrepancies in the underlying understanding or methodology to determine them, in addition to the risk of potential further divergence stemming from the domestic interpretation of very similar requirements. This simply extends to the digital data world the current situation, eg in relation to diverging understandings of what is ‘recyclable’ or what is ‘social value’ and how to measure them. Whenever open-ended concepts are used, the data may be a poor source for comparative and aggregate analysis. Where there are other sources of standardisation or methodology, this issue may be minimised—eg in relation to the green public procurement criteria developed in the EU, if they are properly used. However, where there are no outside or additional sources of harmonisation, it seems that there is scope for quite a few difficult issues in trying to develop digital solutions on top of eForms data, except in relation to quantitative issues or in relation to information structured in clearly defined categories—which will mainly link back to the design of the procurement.

An opportunity about to be lost?

Overall, while the implementation of eForms could in theory build a big data architecture and facilitate the development of ML solutions, there are many challenges ahead and the generalised adoption of tier 2 eForms implementations seems unlikely, unless Member States make a positive decision in the process of national adoption. The importance of an ambitious tier 2 implementation of eForms should be assessed in light of its downstream importance for the potential deployment of digital technologies to extract data-driven insights and to automate parts of the procurement process. A minimalistic implementation of eForms would significantly constrain future possibilities of procurement digitalisation. Primarily in the specific jurisdiction, but also with spillover effects across the EU.

Therefore, a minimalistic eForms implementation approach would perpetuate (most of the) data deficit that prevents effective procurement digitalisation. It would be a short-sighted saving. Moreover, the effects of a ‘middle of the road’ approach should also be considered. A minimalistic implementation with a view to a more ambitious extension down the line could have short-term gains, but would delay the possibility of deploying digital technologies because the gains resulting from the data architecture are not immediate. In most cases, it will be necessary to wait for the accumulation of sufficiently big data. In some cases of infrequent procurement, missing data points will generate further time lags in the extraction of valuable insights. It is no exaggeration that every data point not captured carries an opportunity cost.

If Member States are serious about the digitalisation of public procurement, they will make the most of the coming year to develop tier 2 eForms implementations in their jurisdiction. They should also keep an eye on cross-border coordination. And the European Commission, both DG GROW and the Publications Office, would do well to put as much pressure on Member States as possible.

10 years on, the CJEU creates more uncertainty about the (in)divisibility of public powers and economic activities in public procurement (C-687/17 P)

In its Judgment of 7 November 2019 in Aanbestedingskalender and Others v Commission, C-687/17 P, EU:C:2019:932 (the ‘TenderNed’ case), the Court of Justice of the European Union (CJEU) rejected the appeal against the earlier Judgment of the General Court (GC) of 28 September 2017 (T-138/15, EU:T:2017:675) and thus left intact the GC’s upholding of the European Commission’s finding that ‘e-procurement was a service of general interest, and not an inherent economic activity, which could be commercially exploited so long as the State did not offer that service itself’ (T-138/15, para 108, for discussion see the earlier comment in this blog).

However, in TenderNed, the CJEU did not rely on the consideration of e-procurement as a service of general interest as such (which is a less than persuasive argument), but rather on the basis of its persistently confusing case law on the separability of economic activities and those connected with the exercise of public powers [for discussion, see A Sanchez-Graells & I Herrera Anchustegui, 'Revisiting the concept of undertaking from a public procurement law perspective – A discussion on EasyPay and Finance Engineering' (2016) 37(3) European Competition Law Review 93-98; and, more in depth, A Sanchez-Graells, Public Procurement and the EU Competition Rules (2nd edn, Hart 2015) ch 4].

The reasoning followed by the CJEU deserves close analysis, as it once again relies on the artificial indivisibility or interconnection between the economic and non-economic activities carried out by an entity tasked with a public procurement role; as it already did, initially in 2006, in FENIN v Commission, C-205/03 P, EU:C:2006:453; and 10 years ago in Selex Sistemi Integrati v Commission, C-113/07 P, EU:C:2009:191. Remarkably, this is another CJEU Judgment without Advocate General Opinion, despite the complexity of the issue and the far-fetched potential implications of the case.

Indeed, the way the TenderNed Judgment recasts the applicable (in)divisibility test is less than clear cut and can thus create renewed difficulties for the analysis of predominantly economic activities carried out by entities with some public powers—or tasked with an SGEI involving them—which is increasingly the case of central purchasing bodies [such as eg the English NHS supply chain management entity; as briefly discussed in A Sanchez-Graells, 'State Aid and EU Public Procurement: More Interactions, Fuzzier Boundaries' in L Hancher & JJ Piernas López (eds), Research Handbook on European State Aid Law (2nd edn, Edward Elgar 2020) forthcoming, section 8].

Background to the TenderNed case

In simple terms, the case concerned the controversial decision by the Dutch government to intervene in the market for the provision of electronic procurement platform services through the creation of TenderNed—an in-house e-procurement platform run by PIANOo, the tendering expertise centre for the Dutch government.

Prior to the creation of TenderNed, private providers of e-procurement services had been offering their services to Dutch contracting authorities. The creation of TenderNed and the offering of services free of charge to contracting authorities by this in-house entity logically killed the e-procurement services industry (or a part of it), which triggered the litigation.

As explained in more detail by the CJEU,

TenderNed offers a number of functionalities, made available to contracting authorities and special sector entities … free of charge. It provides the following functionalities:

– a publication module, which can be used for the publication of tender notices as well as associated tender documents (“the publication module”);

– a tendering (submission) module, offering functionalities such as the exchange of questions and answers, and the uploading and downloading of tenders and bids. That module also includes a “virtual company” section in which economic operators can introduce and manage their data (“the submission module”);

– an e-guide, which supports interested parties in using TenderNed (“the e-guide”) (C-687/17 P, para 3).

However, in providing the relevant background, the CJEU glosses over one aspect that is particularly damaging to private providers of e-procurement services, as not only is the availability of TenderNed free of charge, but contracting authorities are also obliged to use some of TenderNed’s functionalities (what the CJEU calls the “publication module” and the GC had earlier described as the “notice board”). Indeed, as explicitly stated in the TenderNed website itself: ‘All Dutch authorities are obliged to publish their national and European tenders on Tenderned’s announcement platform’. It is also clear that contracting authorities can then decide whether ‘businesses must submit their offer digitally in TenderNed’.

This stems from the fact that, as explicitly established under Dutch law, ‘while the Netherlands legislature expressly considered the publication module to be a service of general economic interest, it did not concern itself in any way with the question of whether the submission module, as an economic activity, was of general economic interest or not. Indeed, it considered that part of TenderNed’s activities to be a “simple” economic activity’ (as argued by the appellants; see C-687/17 P, para 25).

In functional terms, the unavoidable use of TenderNed for the publication of the mandatory tender notices works as an anchor for contracting authorities, which will have a strong incentive to rely on the rest of TenderNed’s free functionalities rather than pay for separate e-procurement services (even if, at least theoretically, they were of a higher quality). This creates an important issue that would be assessed as bundling under competition law, were these rules applicable. Any such argument, however, as well as the main argument on State aid in the TenderNed case, rely on the analysis of whether the entity providing the services (TenderNed) is an undertaking or not.

Succinctly, the relevant test to determine whether an entity is or not an undertaking relies on the analysis of whether it is engaged in an economic activity or not; as competition and State aid rules apply to economic activities, but not to the exercise of public powers. And this is the crux of the TenderNed case: the CJEU’s recast and application of its case law on the (in)divisibility of public powers and economic activities carried out by the same entity.

As the CJEU summarises in relation to the appellant’s claim, the issue requires determining whether:

a simple ‘connection’, even if it is a connection by their nature, by their aim and by the rules to which the activities are subject, is not sufficient to classify those activities as activities falling within the exercise of public powers, if the criterion stemming from the judgment of 12 July 2012, Compass-Datenbank (C‑138/11, EU:C:2012:449), is not to be deprived of its full meaning. The Court of Justice held … that, when an entity exercises an activity which can be separated from the exercise of its public powers, that entity, in relation to that activity, acts as an undertaking, while, if that economic activity cannot be separated from the exercise of those public powers, the activities exercised by that entity as a whole remain activities connected with the exercise of those public powers. According to the appellants, compliance with that criterion is much more difficult than with a mere criterion of ‘connection’ (C-687/17 P, para 13).

It is thus a matter of establishing an appropriate test to assess the intensity and severability of the connection between the public powers and the economic activities carried out by the relevant entity.

The (in)divisibility test in TenderNed

The CJEU recast its earlier case law on this issue as follows:

… in so far as a public entity carries on an economic activity, since that activity is not connected to the exercise of its public powers, that entity, in relation to that activity, acts as an undertaking, while, if that same economic activity cannot, however, be separated from other activities connected with the exercise of public powers, the activities exercised by that entity as a whole remain activities connected with the exercise of those public powers.

The ‘separation’ criterion ... is in fact referred to by the Court ... only in the particular situation where certain activities of a public entity do not, as such, form part of the exercise of public powers and must be considered, in isolation, to be economic activities (C-687/17 P, paras 18-19).

This is another puzzling ‘clarification’ from the CJEU (see also the recent Irgita case, discussed by Janssen & Olsson in this blog), which raises a number of potential interpretive quagmires. The verbose test in para 18 is relatively straightforward: if the different activities carried out by a single entity cannot be separated, they are exempted from competition/State aid law as a whole (as the entity cannot be classed as an undertaking); whereas if the activities are separable (or ‘not connected’, and here lies the catch?) then only the activities that do not involve the exercise of a public power are subjected to competition/State aid law (as the entity is classed as an undertaking in relation to those activities only).

The more concise clarification in para 19 is much more confusing, though. In my opinion, the CJEU’s statement is circular. It makes no sense to state that the test of ‘separation’ is only applicable to activities that ‘do not, as such, form part of the exercise of public powers’ because the whole and only point of assessing whether two sets of activities are separate or not lies in the fact of determining whether some of them are to be considered economic activities. The CJEU seems to indicate that the ‘separation’ criterion is to be applied in a second-tier of analysis, once it is clear that some activities are, in isolation, to be considered economic activities because they ‘do not, as such, form part of the exercise of public powers’. This begs the question what is the first-tier criterion for the relevant analysis.

A very convoluted systematic interpretation of both paragraphs could indicate that the first-tier criterion is that of ‘connection’, whereas the second-tier criterion is that of ‘separation’. This could make some sense as the first-tier would seek to establish whether there is an approximation between two connected sets of activities, whereas the second-tier would assess the intensity (or severability) of such connection. However, a literal interpretation of paragraph 18 dispels the illusion of such possibility, as the CJEU contraposes economic activities ‘connected to’ the exercise of public powers to economic activities that can be ‘separated from’ such exercise of public powers; thus indicating that ‘connection’ and ‘separation’ are used interchangeably for the purposes of the main test.

Therefore, in my view, the recast or clarification of the test in paragraphs 18 and 19 of the TenderNed Judgment brings nothing new (except some scope for linguistic contortion) and the issue continues to revolve around the need to assess the intensity and severability of the connection between the public powers and the economic activities carried out by the relevant entity. Such assessment has been carried out in a notoriously vague manner by the CJEU in earlier cases, and this is no different in TenderNed.

The application of the test in TenderNed

Indeed, in TenderNed, the ‘connection’/’separation’ test is applied in a rather convoluted and three-step process, in a way that overlaps across different steps and creates confusion as to the relevant scope of the analysis. In any case, the most relevant part comes at paragraphs 43 to 45, which state that

43 As regards the submission module, in order to find that there is a connection between that functionality and the exercise of public powers, the General Court held … that … separating the submission module from the publication module and the e-guide, or even removing it entirely from the overall TenderNed framework, would interfere with TenderNed’s activities and undermine the objectives pursued by [the 2014 Public Procurement rules].

44 In that respect, it should be pointed out, on the one hand, that it is apparent from the case-law of the Court of Justice that two activities can be considered not able to be separated when one of them would be rendered largely useless in the absence of the other (see, to that effect, … Compass-Datenbank, … paragraph 41) or where those two activities are closely linked (see, to that effect, … Selex Sistemi Integrati v Commission, … paragraphs 76 and 77). On the other hand, as noted in paragraph 18 of the present judgment, if an economic activity carried out by a public entity nevertheless cannot be separated from other activities connected with the exercise of public powers, the activities of that entity as a whole must be regarded as being connected with the exercise of public powers.

45 It follows that the General Court was fully entitled to deduce from the factual assessments set out in paragraph 43 of the present judgment,… that the submission module cannot be separated from the publication module, so that those two activities must be regarded as being connected to the exercise of public powers (C-687/17 P, paras 43-45, emphasis added).

If we synthesise the CJEU’s reasoning, the TenderNed case comes to say that “when the separation of activities would interfere with the functioning of the entity and undermine the objectives it pursues [at least, as long as they are mandated by EU law], those activities cannot be separated and those activities must be regarded as being connected to the exercise of public powers”.

This test of ‘interference’ or ‘goal undermining’ is most bizarre and difficult to understand. It also seems to introduce an even more light-touch approach than the original ‘separation’ test, which the CJEU explicitly restated in TenderNed as still representing good law (at paragraph 18)—subject to the circular ‘clarification’ (in paragraph 19).

It may be worth revisiting the original factual assessment carried out by the GC at paragraph 51 of its Judgment (to which the CJEU refers in para 43), according to which:

It must be noted that considering TenderNed’s various functionalities in isolation, or reducing TenderNed to one of those functionalities, by regarding them as independent of each other, when they are all indispensable for e-procurement and constitute different facets of one and the same activity, would interfere with that activity and disregard the objective pursued by [the 2014 Public Procurement rules] (T-138/15, paragraph 51).

But, alas, this is another of the largely unsubstantiated analyses that pepper this line of case law. The reasoning of the GC was structured as follows: (1) one of the objectives of the 2014 EU Public Procurement rules ‘is that procurement procedures should be carried out via electronic means throughout the European Union’ and, to that effect, ‘when implementing e-procurement, Member States were obliged to provide guidance and support to contracting authorities and economic operators’ (para 44). (2) ‘TenderNed was created and implemented by the Kingdom of the Netherlands precisely in order to comply with those obligations’, even if it did so ahead of the adoption of the 2014 EU Public Procurement rules and on the basis of draft texts (para 45). It follows that (3) ‘considering TenderNed’s various functionalities in isolation, or reducing TenderNed to one of those functionalities, by regarding them as independent of each other, when they are all indispensable for e-procurement and constitute different facets of one and the same activity, would interfere with that activity and disregard the objective pursued by [the 2014 Public Procurement rules]’ (para 51).

The key issue here is that the GC does not explain, in any meaningful way, why TenderNed’s functionalities ‘are all indispensable for e-procurement and constitute different facets of one and the same activity’. As a matter of fact, the different functionalities are easily separable from a technical perspective and the existence of decentralised e-procurement systems coordinated through a central database (such as in the case of Ukraine’s Prozorro) is definitive evidence of this. The separability of the activities was raised by the appellants and the CJEU summarised their arguments at paragraphs 26 and 27 of the TenderNed Judgment, as follows:

… the Netherlands legislature itself regarded the submission module as distinct from the publication module. Moreover, in the appellants’ view, the day-to-day practical operation of TenderNed confirms that the publication module, on the one hand, can be separated from the submission module, on the other.

In addition, the General Court wrongly held … that it is as a whole that TenderNed assists in achieving the objective of harmonisation and technical integration in the field of public procurement and that TenderNed’s activities as a whole constitute facets of the same activity. The mere fact that two activities contribute to the same objective is not sufficient for them to be considered to be facets of the same activity. The appellants point out, in that respect, that that same activity is carried out in a large number of Member States by private companies (C-687/17 P, paras 26 & 27).

However, confusingly, the CJEU did not take this into account when upholding the GC’s factual assessment (at paras 43-45), which was the third step of its analysis of the ‘connection’/’separation’ of the activities, but rather dismissed it earlier (paras 30-32).

Therefore, the strange salami slicing of the relevant issues by the CJEU leads it to confirm a disputed factual assessment by the GC without engaging with the arguments provided by the appellants to support their views. This could not be more puzzling.

Final thoughts

Not to mince words, I find TenderNed to be another highly-criticisable CJEU Judgment, due to its poor technical foundations and the additional uncertainty it creates for the assessment of the economic and non-economic activities carried out by entities with public procurement functions. The CJEU has further obscured the relevant tests and, in the end, continued to expand the procurement activities beyond the reach of competition and State aid law on the basis of flimsy assessments of separability of activities. To my mind, the litmus test to this approach will come with challenges against the activities of central purchasing bodies. I am not optimistic of the chances of a correction of this defective line of case even then. We will have to wait and see if the right case emerges from national practice and litigation, though.

Public procurement digitalisation: A step forward or two steps back? [guest post by Dr Kirsi-Maria Halonen]

In this guest post, Dr Kirsi-Maria Halonen offers some exploratory thoughts on the digitalisation of public procurement, its difficulties and some governance and competition implications. This post is based on the presentation she gave at a Finnish legal research seminar “Oikeustieteen päivät”, Aalto University, on 28-29 September 2019.

Digitalisation of procurement - background and goals

Digitalisation and e-procurement are considered to enhance the efficiency of the procurement process in the EU’s internal market. In line with the European Commission’s 2017 Procurement Strategy, procurement digitalisation can unlock better and faster transparency across the internal market, thus ensuring the possibility for economic operators to become aware of business opportunities, the facilitation of access to public tenders and the dissemination of information on the conditions of the award of public contracts.

Beyond mere transparency gains, procurement digitalisation is also expected to Increase the integrity of the awarding process and the public officials involved, thus fostering corruption prevention and good administrative practices. Finally, digitalisation is also expected to open new, more efficient monitoring possibilities both before and after contract execution, as well as the deployment of advanced big data analytics.

Directive 2014/24/EU and procurement digitalisation

Digitalisation and e-procurement are some of the main goals of Directive 2014/24/EU. Since October 2018, these rules impose the mandatory use of electronic communications throughout the whole public contract award procedure (eCommunication), the submission of tenders in electronic form (eSubmission) and created detailed rules for procedures meant solely for eProcurement, as well as simplified information exchange mechanisms (such as the ESPD) to facilitate electronic processing of procurement information.

Although the digital requirements in the Directive do not yet cover pre-award market consultations or post-award contracts and contract amendments, there are some trends to indicate that these may be the next areas of digitalisation of procurement.

State of the art at Member State level

Many Member States have taken digitalisation and transparency in public procurement even further than the requirements of Directive 2014/24/EU. Many contracting authorities use eProcurement systems for the management of the entire life-cycle of the tendering process. In Finland, there is now consolidated experience with not only an eProcurement system, but also with an open access Government spend database. Similarly, Portugal, Spain, Italy, Slovakia and Poland have also created open access contract registers for all public contracts and contract amendments.

Additionally, many Member States are committed to wider transparency outside the procurement procedures. For example, there is an emerging practice of publication of pre-tendering market consultation documents or audio/video meeting records. It is also increasingly common to provide open access to contract performance documents, such as bills, payments and performance acceptance (eg the UK national action plan on open contracting).

Concerns and opportunities in the digitalisation of procurement

Given the current trends of development of digital procurement, it is necessary to reflect not only on the opportunities that the roll-out of these technologies creates, but also some concerns that arise from increased transparency and the implications of this different mode of procurement governance. Below are some thoughts on four interrelated dimensions: corruption, SME participation, adoption of blockchain-base and algorithmic tools, and competition for public contracts.

Corruption

Public Procurement and other commercial relationships (eg real estate development) between public and private sector are most vulnerable to corruption (as repeatedly stressed by the OECD, Transparency International, Finnish National Bureau of Investigation, etc). In that regard, it seems clear that the digitalisation of procurement and the increased transparency it brings with it can prevent corruption and boost integrity. Companies across the EU become aware of the contract award, so there is less room for national arrangements and protectionism. Digitalisation can make tendering less bureaucratic, thus lessening the need and room for bribes. eProcurement can also prevent (improper) direct communication between the contracting authority and potential tenderers. Finally, the mere existence of electronic documentation makes it easier to track and request documents at a later stage: illegal purchases are not that easy to “hide”.

Yet, even after the roll-out of electronic documentation and contract registers, there will remain issues such as dealing with receipts or fabricating needs for additional purchases, which are recurring problems in many countries. Therefore, while digitalisation can reduce the scope and risk of corruption, it is no substitute for other checks and balances on the proper operation of the procurement function and the underlying expenditure of public funds.

SME participation

One of the goals of Directive 2014/24/EU was to foster procurement digitalisation to facilitate SME participation by making tendering less bureaucratic . However, tendering is still very bureaucratic. Sometimes it is difficult for economic operators to find the “right” contracts, as it requires experience not only in identifying, but also in interpreting contract notices. Moreover, the effects of digitalisation are still local due to language barriers – eg in Finland, tendering documents are mostly in Finnish.

Moreover, the uncertainty of winning and the need to put resources into tendering are the main reasons for not-bidding by SMEs (Jääskeläinen & Tukiainen, 2018); and this is not resolved by digital tools. On the contrary, and in a compounding manner, SMEs can be disadvantaged in eProcurement settings. SMEs rarely can compete in price, but the use of e-procurement systems "favours" the use of a price only criterion (in comparison to price-quality-ratio) as quality assessment requires manual assessment of tenders. The net effect of digitalisation on SME participation is thus less than clear cut.

Blockchain-based and algorithmic tools

The digitalisation of procurement creates new possibilities for the use of algorithms: it opens endless possibilities to implement algorithmic test for choosing “the best tender” and to automate the procurement of basic products and services; it allows for enhanced control of price adjustments in e-catalogues (which currently requires manual labor); and it can facilitate monitoring: eg finding signs for bid rigging, cartels or corruption. In the future, transparent algorithms could also attack corruption by minimizing or removing human participation from the course of the procurement procedure.

Digitalisation also creates possibilities for using blockchain: for example, to manage company records, official statements and documents, which can be made available to all contracting authorities across EU. However, this also creates risks linked to eg EU wide blacklists: a minor infringement in one Member State could lead to the economic operator’s incapability of participating in public tenders throughout the EU.

The implications of the adoption of both algorithmic and blockchain-based tools still requires further thought and analysis, and this is likely to remain a fertile area for practical experimentation and academic debate in the years to come.

Competition

Open public contract registers have become a part of public procurement regime in EU Member States where corruption is high or with a tradition of high levels of public sector transparency. The European Commission is pushing for their creation in all EU jurisdictions as part of its 2017 Procurement Strategy. These contract registers aim to enhance integrity of the procurement system and public official and to allow public scrutiny of public spending by citizens and media.

However, these registers can facilitate collusive agreements. Indeed, easier access to detailed tendering information facilitates monitoring existing cartels by its members: it provides means to make sure ”cartel discipline” is being followed. Moreover, it may facilitate the establishment of new cartels or lead to higher / not market-based pricing without specific collusive agreements.

Instead of creating large PDF-format databases of scanned public contracts, the European Commission indeed encourages Member States to create contract registers with workable datasets (user friendly, open, downloadable and machine-readable information on contracts and especially prices and parties of the contract). This creates huge risks of market failure and tendering with pricing that is not based on the market prices. It thus requires further thought.

Conclusions

Digitalisation has and is transforming public procurement regime and procedures. It is usually considered as a positive change: less bureaucracy, enhanced efficiency, better and faster communication and strengthening integrity of public sector. However, digitalisation keeps challenging the public procurement regime through eg automated processes and production of detailed data - leaving less room for qualitative assessments. One can wonder whether this contributes to the higher-level objectives of increasing SME participation and generating better value for money.

Digitalisation brings new tools for monitoring contracting authorities and to detect competition distortions and integrity failures. However, there is a clear risk in providing “too much” and “too detailed” pricing and contract information to the market operators – hence lowering the threshold of different collusive practices. It is thus necessary to reconsider current regulatory trends and to perhaps develop a more nuanced regulatory framework for the transparency of procurement information in a framework of digitalised governance.

Kirsi.jpeg

Guest blogger

Dr Kirsi-Maria Halonen is a Doctor of Laws and Adjunct Professor, Senior Lecturer in Commercial Law at University of Lapland. She is also a current Member of the European Commission’s Stakeholders Expert Group on Public Procurement (SEGPP, E02807), the Research Council at Swedish Competition Authority, the Finnish Ministry of Finance national PP strategy working group (previously also national general contract terms for PP (JYSE) working group), the Finnish Public Procurement Association, of which she is a board member and previous chair, and the European Procurement Law Group (EPLG).

In addition to public procurement law, Kirsi-Maria is interested in contract law, tort law, corruption and transparency matters as well as state aid rules. She is the author of several articles (both in English and in Finnish) and a few books (in Finnish). Most recently, she has co-edited Transparency in EU Procurements. Disclosure within Public Procurement and during Contract Execution, vol 9 European Procurement Law Series (Edward Elgar, 2019), together with Prof R Caranta and Prof A Sanchez-Graells.

The curious case of the open envelope inside the envelope - a propos GC's Gfi PSF v Commission Judgment (T-200/16)

The General Court of the Court of Justice of the European Union (GC) has issued Judgment in case Gfi PSF v Commission, T-200/16, EU:T:2017:294 (available in French only). This is a curious case about the physical formalities imposed in a procurement procedure carried out by the European Commission (Publications Office), which required a set of envelopes to be enclosed in multiple layers so as to avoid their tampering prior to the official opening of bids. It is also interesting because it raises some issues around the difficulties in the fact finding of processes dominated by formal documentary evidence.

I am also afraid that the factual circumstances of the case are probably rather common in practice (they remind me of the submission of a tender for a multi-million concession contract that had to be submitted in suitcases locked with padlocks in Mexico some 10 years ago), and I guess that the case also reflects some of the advantages that could be gained by a proper migration to e-procurement (or at least to electronic submission of tenders).

In the case at hand, tenderers had to prepare their tenders in two separate envelopes. An envelope (a) containing their technical offer and an envelope (b) containing their financial offer. Both envelopes then had to be enclosed in a third envelope (c) marked as "Tender - not to be opened by the internal mail service" and placed in a fourth envelop (d), which had to be sent by registered mail or courier service, or be submitted in the offices of the European Commission as indicated in the letter of invitation to tender.

Gfi PSF prepared its tender in accordance with these instructions and sent it to the European Commission via UPS. However, t is worth noting that, inside envelope (c), Gfi PSF did not only include envelopes (a) and (b), but also several binders including additional information. The tender was submitted in time and there is an electronic receipt issued by UPS with a signature from a Commission official. However, an acknowledgement of receipt was also prepared by the mail service of the European Commission indicating that the offer had been received, but not in good state, and also including the following:

two headings, relating respectively to the "first container" and the "second container". In the section on the first container, the pre-printed indications "open" and "damaged" have both been checked. In the section on the second container, the same information was also checked. This last heading also contains the words "did not include the words "Do not open by the mail office"" and "there were no double envelopes", which were not checked (T-200/16, para 7, own translation from French).

After proceeding to the formal opening of the tenders, Gfi PSF's was rejected on the basis that the tender was already open when the contracting authority received it, which is a cause for rejection under Art 111(4)(b) of the Financial Regulation. After Gfi PSF challenged this decision and asked for additional details, the European Commission wrote a letter indicating that

even if the electronic receipt [issued by UPS] did not contain any remarks as to the status of the consignment containing the applicant's tender, this was because of the technical constraints of the terminal used by the courier acting for UPS. The [Commission's] note of receipt acknowledging the damage of the consignment was signed jointly by the same courier and a representative of the [Commission]. Copies of this note and a photograph of the said item were annexed to the" Commission's letter (T-200/16, para 13, own translation from French).

After inspecting the envelopes still in the custody of the Commission, counsel for Gfi PSF challenged the time, the content, and the probationary value of this acknowledgement of receipt issued by the Commission. It also sought to prove that the document had been issued unilaterally by the Commission because it was not clear that UPS had signed the note (which is however later proven wrong by the GC, see paras 53-54), and submitted that in any case the state of the offer resulted from improper handling by the Commission's mail services, rather than as a result of defective compliance with the physical requirements for the submission of the offer by Gfi PSF at the time of its expedition.

The Commission opposed this interpretation of the documents (in particular the lack of signature by a UPS representative) and the physical evidence (ie damaged envelopes), and provided additional evidence downloaded from UPS' tracking webpage, where the following remarks appeared from entries logged in the weeks following the delivery of the package to the Commission:

"[t] he goods are lacking. UPS will notify the additional details to the consignor / goods entrusted to the consignee "; and ... " [t]he damage to the contents of the packages has been reported [;] We will notify the consignor / We are investigating the claim for damages" (T-200/16, para 18, own translation from French).

Overall, then, the dispute concerns the factual circumstances of the delivery, the documentation of its receipt, as well as the ensuing investigation of the Commission's claim that the package was delivered by UPS. It is hard to imagine the physical state of the envelopes (it would have helped to have the pictures attached to the GC's Judgment), but it is certainly plausible that the envelopes where stacked in such a way that opening envelop (d) also ripped envelop (c) (particularly if they were of similar sizes). Be it as it may, the reasoning of the GC is interesting beyond the specific issues leading to the discrepancy in the state of the offer at the time of submission and of the formal opening of the tenders, which exonerates the Commission from any responsibility.

In the GC's view

... the acknowledgement of receipt is of significant probative value, since its content is attested by the signatures, on the one hand, of a person subject to the contracting authority and, on the other hand, by a third party not directly involved in the procurement tender, but rather acting indirectly on behalf of the tenderer whose tender is considered irregular by the contracting authority. However, the acknowledgement of receipt contains indications that both the first and second containers were both open and damaged, and that the second container displayed the words "Not to be open by the mail office" and contained a double envelope (T-200/16, paras 57-58, own translation from French).

This would create a difficulty in establishing the moment in which envelop (c) had been opened despite including the prescribed label against it. However, given the very peculiar circumstances of the case, where envelop (c) contained not only envelops (a) and (b)--which may not have been compromised--but also the binders including additional information, the GC found a way out by adopting a functional approach to the rules in Art 111(4)(b) Financial Regulation from the perspective of the integrity of the process. In that regard, it stressed that the submission instructions and Art 111(4)(b) aimed to ensure the confidentiality of all tenders until they are simultaneously open. From that perspective, the factual circumstances of the case led to the assessment that

On the one hand, the applicant does not claim that the binders were themselves placed in a closed envelope, the binders being visible in the photograph to which it refers, annexed to the letter of [the Commission sent during the debriefing and complaints procedure]. Furthermore, the fact that the binders were placed by the applicant in an envelope on which it indicated that it had affixed the words 'invitation to tender - not to be opened by the courier' [ie envelop (c)], which is established by the acknowledgment of receipt, shows that in the applicants' own view, the binders contained documents constituting its tender. Consequently, and due to the fact that it must be held that the outer envelope and the intermediate envelope of the item containing the applicant's tender had been presented open on the premises of the [European Commission], it must be found that certain data forming part of the applicant's offer were directly accessible. Consequently, it appears that the applicant's tender was submitted in such a way that its confidentiality, as required by Article 111 (1) of the Financial Regulation, was not guaranteed, as it was "already open" within the meaning of paragraph 4 (b) of that Article. Consequently, this offer was regularly rejected (T-200/16, paras 65-66, own translation from French).

This is important because the GC has no interest in (and probably no possibility to) establishing the way in which envelope (c) came to be open despite it being labelled as not to be open by the mail service. This fits with the burden of proof derived from a claim for damages based on Art 340 TFEU, which was the relevant underlying legal basis for this case. However, this leaves important questions unanswered, such as what would have happened if the binders were sealed in envelops, so that the opening of envelope (c) would not have made any of the contents of the offer directly accessible. In that case, the rejection of the offer on the basis that it had already been opened would be very problematic and would probably have required further investigation of how this came to be.

On balance, it seems that the GC places the burden of ensuring that the offers remain confidential on the tenderers, at least implicitly, by supporting a broad approach to the rejection of offers which confidentiality may have been compromised. As a matter of general trend, this seems preferable to the opposite. However, this also shows the unavoidable limitations of paper-based procurement procedures. Had the Commission been running an e-procurement (or at least electronic submission) process, this situation could have been easily avoided. It seems that, once more, the adaptation of procurement (and administrative activity, more generally) to new technologies cannot come quickly enough.