Corporate Services and Economic
Development Committee
Comité des
services organisationnels et du développement économique
29 November 2009 / le 29 novembre
2009
Submitted by/Soumis par : Kent Kirkpatrick,
City Manager/Directeur municipal
Contact Persons/Personnes ressource : Marian
Simulik, City Treasurer
Community and Social
Services/Services sociaux et aux communautés
(613) 580-2424 x, marian.simulik@ottawa.ca and
M. Rick O’Connor, City Clerk and Solicitor/Greffier et Chef du
contentieux.
(613) 580-2424 (Ext. 21215)
Rick.O’Connor@ottawa.ca
Ref N°: ACS2009-CMR-FIN-0058 |
SUBJECT: |
|
|
|
OBJET :
|
That the Corporate
Services and Economic Development Committee recommend that Council approve that:
1.
The
City Treasurer be directed to establish and fill the new position of Chief
Procurement Officer;
2.
The
criteria to engage the services of a Fairness Commissioner in specific
procurement processes as set out in this report be adopted;
3.
Subsection
9(1)(e) of the Purchasing By-law
dealing with a “substantive objection” to a procurement process be revised to
adopt the Comprehensive Complaints Process as described in this report;
4.
The
Purchasing By-law be amended to
reflect the use of a local preference provision as a “tie-breaker”; and
5.
The
Purchasing By-law be amended to add to the discretion of the
City Treasurer, in consultation with the City Clerk and Solicitor, the
authority to prohibit a supplier from bidding on future contracts when engaged
in litigation with the City of Ottawa.
Que le Comité des
services organisationnels et du développement économique recommande au Conseil
d’approuver que :
1.
Le Trésorier municipal soit chargé de créer et
de pourvoir le nouveau poste d’Agent principal des achats;
2.
Le critère pour retenir les services de
commissaires de l’équité pour certaines procédures d’achats décrites dans ce
rapport soit adopté;
3.
Le paragraphe 9(1)(e) du Règlement municipal sur les achats traitant de « l’objection
de fond » relative aux procédures d’achats soit révisé et que l’on adopte
le processus intégré relatif aux plaintes décrit dans ce rapport;
4.
Le Règlement
municipal sur les achats soit modifié pour intégrer une clause de
préférence locale pour le départage de soumissions équivalentes;
5.
Le Règlement
municipal sur les achats soit modifié pour ajouter, à la discrétion du
Trésorier municipal en consultation avec le Greffier municipal et chef du
Contentieux, le pouvoir d’interdire à un fournisseur en litige avec la Ville
d’Ottawa de soumissionner sur de futurs contrats.
EXECUTIVE SUMMARY
On July 8, 2009, Council directed “Legal and
Procurement staff to review the Purchasing
By-law and report back to Committee and Council before the end of 2009 with
options to further ensure that the City’s procurement processes reflect best
practices from the Bellamy Report and the Federal
Accountability Act in an effort to help promote fair, transparent and
objective procurement processes including an official point of contact for all
competitive processes, as well as a comprehensive complaint process.”
Additionally, individual Councillor inquiries
to the City Clerk and Solicitor and the City Treasurer, over the last year,
have raised a variety of related procurement issues, including the use of
Fairness Commissioners, as well as the City’s ability to implement both a local
preference and a litigation exclusion as components of the Purchasing By-law.
In September 2005, Madam Justice Denise
Bellamy delivered her four-volume report to Toronto City Council, being the
results of two judicial inquiries. The
Bellamy Report focused on all aspects of leasing contracts for computers and
related software between the City and MFP Financial Services and between the
City and Oracle Corporation and to inquire into the history of the contracts
and their impact on the ratepayers of Toronto and to investigate a number of
issues related to consultants retained by the City (as well as the former City
of North York) and the purchase of computer hardware, among other matters.
Furthermore, Madam Justice Bellamy also held
hearings on the subject of “good government”.
In short, individuals and panels of academics, politicians and experts
presented ideas in “the workings of municipal governments”. The so-called “Good Governance Phase” of the
Inquiry was designed to help Madam Justice Bellamy fulfill her mandate to make
any recommendations which she deemed appropriate and in the public interest.
Enacted in 2006, the Federal Accountability Act was intended to fundamentally change the
way the Federal Government operates in various areas, including the provision
of conflict of interest rules, additional restrictions on election financing,
as well as new measures respecting administrative transparency. It was a direct political and legislative
response to the events surrounding the so-called “Sponsorship Scandal” and
encompassed a number of recommendations made by Mr. Justice Gomery in his
Second Commission Report entitled, “Restoring Accountability”.
While the Federal
Accountability Act seeks to achieve a wide range of objectives in
procurement, the statute takes the view that a best practice in promoting fair,
transparent and objective procurement is to establish a bidder complaint
process that is independent, that works efficiently, and that provides
meaningful relief. In this respect, the
Act mirrors some of the intentions of
the Bellamy Report, and these important principles are captured in the
comprehensive complaints process being recommended for approval later in this
report.
This report will provide information on both
the Bellamy Report and the Federal
Accountability Act followed by a discussion and recommendations dealing
with the following subjects.
1.
Official
Point of Contact
The concept of an official point of contact
in procurement matters is a best practice that requires a tender document to
always state the name and full contact information of the person whom
prospective bidders can contact with any questions. The tender document should make clear that this is the only City
person bidders contact regarding this tender for the entire procurement
process.
Although not expressly set out in the Purchasing By-law, this basic principle
of sound procurement has been a longstanding procedure at the City of Ottawa.
2.
Chief
Procurement Officer
In a section in her Report entitled, “Central
Procurement”, Madam Justice Bellamy determined that “procurement should be
overseen and managed by one City department” and “since effective procurement
is fundamental to the good governance of the City, the head of the central
procurement department should be a very senior position”.
In response, the City Treasurer is
recommending that the level of responsibility for procurement at the City of
Ottawa should be undertaken by a new position called the Chief Procurement
Officer and be equivalent to a Deputy Treasurer.
3.
Fairness
Commissioners
At the City Council meeting of October 28,
2009, a direction was issued for staff to review the use of more Fairness
Commissioners for large and/or contentious procurements. In her Report, Madam Justice Bellamy
recommended that “for major, high-risk, controversial or complex tenders, the
City should consider retaining a fairness commissioner.”
Currently, at the City of Ottawa, Purchasing
staff do make use of these independent fairness monitors, however, their
involvement is limited to those procurement issues which are either very
complex, or have the potential of becoming contentious.
The City Treasurer recommends that staff
continue to use Fairness Commissioner services on an “as needed” basis,
selected from the competitive standing offer now in place in planned
procurement processes which are complex or potentially contentious, as
determined by the Chief Procurement Officer and based on an assessment of the
criteria set out in this report.
4.
Comprehensive
Complaints Process
In addition to seeking “to ensure that the
City’s procurement processes reflect best practices”, the Council Motion
resolved that a “comprehensive complaints process” be put in place, which was
also a recommendation in the Bellamy Report.
For the purposes of this review, staff
recommends that Ottawa City Council adopt a comprehensive complaints process
that reflects the approach adopted in Toronto and various other municipalities. By clarifying the complaints process in
writing, vendors will know, in advance of any procurement initiative, what
their rights are, as well as when and how to exercise them (e.g. de-briefing,
written complaint, timelines, etc.).
Furthermore, the comprehensive complaints process set out in this report
retains Council’s jurisdiction as the final arbiter of such disputes.
5.
Local
Preference
In response to an inquiry sent in June 2009,
all Members of Council were advised that, on the basis of the Discriminatory Business Practices Act,
it would be Legal Services opinion that the City is not able to adopt a Local
Preferences Purchasing Policy.
However, more recently, the City Clerk and
Solicitor received the following inquiry from a Member of Council: “Is it feasible to structure the policy (in
relation to the City procurement process), to support local suppliers if all other things are equal?”
In response, staff suggested that, in the
event of two identical bids, that one of the factors to be considered in the
“tie-breaker” analysis could be whether or not the bidders are “local”. Should Council adopt this recommendation,
staff would amend the Purchasing By-law
and prepare additional guidelines in the City’s Purchasing Policies and Procedures Manual to clarify the meaning of
the word “local”.
6.
Litigation
Exclusion
Council inquired about the ability of the
City of Ottawa to temporarily suspend both business relationships and grants to
persons or organizations engaged in litigation with the City.
In response, the City Clerk and Solicitor
provided to Corporate Services and Economic Development Committee and Council
his legal opinion, on November 10, 2008, that there was sufficient legal
authority for the City of Ottawa to initiate a litigation exclusion to its Purchasing By-law that would prohibit
vendors and suppliers of goods, services or construction who have legal actions
pending against the City from doing business with it while such matters are
unresolved. In addition, it was noted
that this exclusion could also prohibit persons, associations and
not-for-profit organizations from applying for grants under various City
programs while any lawsuit by such person, association or organization was
still pending against the City.
In an attempt to overcome the problems
associated with an overly broad litigation exclusion, staff recommend that the
City Treasurer be given the delegated authority recommended to reject a bidder
who is engaged in litigation against the City.
RÉSUMÉ
Le 8 juillet 2009, « en vue de promouvoir des processus d’acquisition
équitables, transparents et objectifs, [le Conseil chargeait] le personnel des Services juridiques et de
l’Acquisition d’examiner le Règlement
municipal sur les achats et de déposer un rapport devant le Comité et le
Conseil municipal avant la fin de 2009, en présentant des solutions visant à
veiller à ce que les processus d’acquisition de la Ville d’Ottawa reflètent les
pratiques exemplaires issues du rapport de la juge Bellamy (rapport Bellamy),
ainsi que la Loi fédérale sur la
responsabilité. Le processus comprendra une personne-ressource officielle
responsable de tous les processus d’appel d’offres de même qu’un processus
intégré relatif aux plaintes ».
Aussi,
des demandes adressées par les conseillers municipaux au Greffier municipal et
chef du Contentieux au cours de la dernière année ont soulevé diverses
questions relatives aux achats, notamment sur le recours à des commissaires de
l’équité et sur le pouvoir de la Ville d’adopter dans le cadre du Règlement municipal sur les achats à la
fois une clause de préférence locale et une clause d’exclusion pour cause de
litige.
En
septembre 2005, madame la juge Denise Bellamy a déposé un rapport en quatre
volumes au Conseil municipal de Toronto suivant la tenue de deux enquêtes
judiciaires. Dans son rapport, la juge Bellamy s’est intéressée à tous les
aspects des contrats de location d’ordinateurs et de logiciels afférents entre
la Ville et MFP Financial Services et entre la Ville et Oracle Corporation. Son
mandat consistait à examiner les antécédents des contrats et leurs conséquences
sur les contribuables de Toronto et à scruter un certain nombre de problèmes en
lien avec les consultants engagés par la Ville (ainsi que par l’ancienne Ville
de North York) et l’achat de matériel informatique, entre autres questions.
De plus,
madame la juge Bellamy a tenu des audiences sur la question du « bon
gouvernement ». En résumé, des individus et des groupes d’universitaires,
de politiciens et d’experts ont soumis des idées entourant « les rouages
et le fonctionnement de l’administration municipale ». La communément
appelée « phase de bonne gouvernance » de l’enquête avait été conçue
pour aider la juge Bellamy à s’acquitter de son mandat qui consistait à
formuler toutes les recommandations qu’elle jugeait appropriées et dans
l’intérêt public.
Édictée
en 2006, la Loi fédérale sur la
responsabilité visait à modifier fondamentalement la façon dont le
gouvernement fédéral se comportait dans différents domaines et, notamment, à instaurer
des règles en matière de conflits d’intérêts et à ajouter des restrictions sur
le plan du financement des élections ainsi que de nouvelles mesures relatives à
la transparence administrative. Il s’agissait d’une réponse directe et
législative à ce qu’on est convenu d’appeler le « scandale des
commandites » qui incorporait un certain nombre de recommandations
formulées par le juge Gomery dans son deuxième rapport de la commission du même
nom qui portait sur la transparence.
La Loi fédérale sur la responsabilité vise
un large éventail d’objectifs sur le plan de l’approvisionnement. Elle stipule
notamment qu’une pratique exemplaire pour promouvoir des procédures
d’acquisition équitables, transparentes et objectives consiste à établir un
processus relatif aux plaintes indépendant, efficace et assorti de mesures
réparatoires significatives pour les soumissionnaires. À cet égard, la Loi reflète certaines intentions du
rapport Bellamy et ces importants principes s’inscrivent dans le processus
intégré relatif aux plaintes dont l’approbation est recommandée au Conseil
municipal plus loin dans ce rapport.
Ce
rapport fournit des renseignements sur le rapport Bellamy et sur la Loi fédérale sur la responsabilité et
est suivi d’une analyse et de recommandations traitant des sujets
suivants :
1. Interlocuteur officiel
Le concept
d’interlocuteur officiel en matière d’achats est une pratique exemplaire qui
exige que soient toujours mentionnés dans le dossier d’appels d’offres le nom
et les coordonnées de la personne avec laquelle les soumissionnaires
éventuelles peuvent communiquer s’ils ont des questions. Le dossier d’appels
d’offres devrait préciser qu’il s’agit de l’unique personne à la Ville avec qui
les soumissionnaires peuvent communiquer relativement à l’appel d’offre en
question pendant tout le processus d’approvisionnement.
Même s’il n’est pas
expressément stipulé dans le Règlement
municipal sur les achats, ce principe de base en matière de sain
approvisionnement est appliqué de longue date à la Ville d’Ottawa.
2. Agent principal
des achats
Dans une section de
son rapport intitulé « Central Procurement », madame la juge Bellamy
a établi que « les achats devraient être supervisés et être administrés
par un service municipal [et que] le système d’approvisionnement
efficace étant fondamental à la bonne gouvernance de la Ville, la personne
responsable du service municipal des achats devrait faire partie de la haute
direction » [traduction].
À l’instar de cette
proposition, le Trésorier de la Ville recommande que la responsabilité pour les
achats à la Ville d’Ottawa relève d’un nouveau poste intitulé Agent principal
des achats et que ce poste se situe dans la hiérarchie municipale au niveau de
celui de Trésorier adjoint.
3. Commissaires de
l’équité
Lors de la réunion du
Conseil municipal du 28 octobre dernier, une directive a été donnée au
personnel de la Ville de réviser la procédure relative au recours à des
commissaires de l’équité pour des achats d’envergure et/ou contentieux. Dans
son rapport, madame la juge Bellamy recommandait à la Ville de Toronto
« de retenir les services d’un commissaire de l’équité dans le cas
d’appels d’offres majeurs, à risque élevé, controversés ou complexes »
[traduction].
Présentement, à la
Ville d’Ottawa, le personnel chargé des achats fait appel à des surveillants de
pratiques équitables indépendants, mais a recours à leurs services uniquement
dans des dossiers d’approvisionnement soit très complexes soit susceptibles de
devenir contentieux.
Le Trésorier
municipal recommande que le personnel continue d’avoir recours au besoin à ces
commissaires de l’équité sélectionnés à même l’offre à commandes en vigueur
pour des processus d’achats planifiés complexes ou potentiellement contentieux,
tel que déterminé par l’Agent principal des achats et basé sur une évaluation
du critère décrit dans ce rapport.
4. Processus
intégré relatif aux plaintes
En plus de
« veiller à ce que les procédures d’achats de la Ville soient conformes
aux pratiques exemplaires » dans le domaine, la motion du Conseil
municipal demandait d’établir un processus intégré relatif aux plaintes, ce qui
était également une recommandation du rapport Bellamy.
Aux fins de cet
examen, le personnel de la Ville recommande au Conseil municipal d’adopter un
processus intégré relatif aux plaintes comparable à celui en vigueur à la Ville
de Toronto et dans diverses autres municipalités. La clarification par écrit du
processus de plaintes fera en sorte que les fournisseurs sauront,
antérieurement à toute initiative d’approvisionnement, quels sont leurs droits,
ainsi que le moment et la manière de les exercer (p. ex. débreffage, plainte
écrite, échéanciers, etc.). De plus, le processus de plaintes décrit dans ce
rapport conserve au Conseil son autorité comme arbitre exécutoire dans de tels
litiges.
5. Préférence
locale
En réponse à une
demande formulée en juin 2009, tous les membres du Conseil ont été informés
qu’en vertu de la Loi sur les pratiques
de commerce discriminatoires, les Services juridiques étaient d’avis que la
Ville ne pouvait pas adopter de politique de préférence locale en matière
d’approvisionnement.
Par contre, plus
récemment, un membre du Conseil adressait la question suivante au Greffier
municipal et chef du Contentieux: « Peut-on structurer la politique (relative
aux procédures d’achats de la Ville) de manière à appuyer les fournisseurs
locaux si tous les autres aspects
s’équivalent? »
En réponse, le
personnel de la Ville suggère qu’advenant deux propositions identiques, le
facteur à considérer pour faire le départage puisse être le fait que le
fournisseur soit « local ». Si le Conseil devait adopter cette
recommandation, le Règlement municipal
sur les achats serait modifié en conséquence et de nouvelles lignes
directrices seraient ajoutées au Manuel
des politiques et procédures en matière d’achats de la Ville pour clarifier
le sens du terme « local ».
6. Exclusion pour
cause de litige
Le Conseil municipal
a voulu savoir si la Ville d’Ottawa pouvait suspendre temporairement ses
relations d’affaires et l’octroi de subventions à des personnes ou des
organisations en litige avec la Ville.
Selon un avis
juridique soumis le 10 novembre 2008 par le Greffier municipal et chef du
Contentieux au Comité des services organisationnels et du développement
économique, la Ville d’Ottawa a l’autorité juridique suffisante pour inclure
dans son Règlement sur les achats une
clause d’exclusion pour cause de litige qui interdirait à des vendeurs et
fournisseurs de biens, de services et d’ouvrages en litige avec la Ville de
faire affaires avec cette dernière tant que les contentieux ne seraient pas
réglés. De plus, il est précisé qu’en vertu de cette exclusion, il soit
interdit aux personnes, associations et organismes sans but lucratif d’adresser
des demandes de subventions à la Ville dans le cadre de divers programmes
municipaux tant que les poursuites intentées par ces personnes, associations ou
organisations contre la Ville sont en cours.
Dans le but de
surmonter les problèmes liés à une définition trop large de l’exclusion pour
cause de litige, il a été recommandé d’accorder au Trésorier municipal
l’autorité requise pour refuser un soumissionnaire en litige contre la Ville.
On July 8, 2009, in conjunction with a report
dealing with a Voice over Internet Protocol (VoIP) contract, and the Mitel
Networks’ objection to that procurement process, Council carried several
Committee recommendations, including the following:
3. Direct Legal and
Procurement staff to review the Purchasing By-law and report back to Committee
and Council before the end of 2009 with options to further ensure that the
City’s procurement processes reflects best practices from the Bellamy report
and the Federal Accountability Act in an effort to help promote fair,
transparent and objective procurement processes including an official point of
contact for all competitive processes, as well as a comprehensive complaint
process.
Additionally, individual Councillor inquiries
to the City Clerk and Solicitor and the City Treasurer, over the last year, have
raised a variety of related procurement issues, including the use of Fairness
Commissioners, as well as the City’s ability to implement both a local
preference and a litigation exclusion as components of the Purchasing By-law.
Therefore, in recognition of the fact that all of these items relate to
the Purchasing By-Law, this report
will provide information on both the Bellamy Report and the Federal Accountability Act followed by a discussion and recommendations
dealing with the following subjects:
1.
Official Point of Contact;
2.
Chief Procurement Officer;
3.
Fairness Commissioners;
4.
Comprehensive Complaints Process;
5.
Local Preference; and
6.
Litigation Exclusion.
1.
Bellamy Report
As referenced in the Council Motion, the
results of Toronto’s most recent judicial inquiries have been described as
being “fraught with scandal, corruption, sex, innuendo – the Bellamy Report
(which reads like your Grisham thriller) has emerged as the de facto handbook for how not to procure IT goods and services,
nor in fact any types of goods and services.
It clearly demonstrates the need for transparency, objectivity and
accountability in decision-making” (see Lou Milrad, “Municipal IT Procurement:
Lessons Learned from the Bellamy Inquiry”, Municipal World, June 2006,
p. 21). Briefly, Madam Justice Denise
Bellamy delivered her 1,123 page, four-volume report to Toronto City Council in
September 2005, the results of two judicial inquiries that focused on the
following:
(1)
In
February 2002, the Toronto Computer Leasing Inquiry was established by Toronto
City Council to inquire into all aspects of leasing contracts for computers and
related software between the City and MFP Financial Services and between the
City and Oracle Corporation and to inquire into the history of the contracts
and their impact on the ratepayers of Toronto; and
(2)
In
October 2002, Toronto City Council voted to expand the mandate of the earlier
judicial inquiry when it established the Toronto External Contracts
Inquiry. That second inquiry was to
investigate a number of issues related to consultants retained by the City (as
well as the former City of North York) and the purchase of computer hardware,
among other matters.
Furthermore, Madam Justice Bellamy’s Inquiry
also held hearings on the subject of “good government”. In short, individuals and panels of
academics, politicians and experts presented ideas in “the workings of
municipal governments”. The so-called
“Good Government Phase” of the Inquiry was designed to help Madam Justice
Bellamy fulfill her mandate to make any recommendations which she deemed
appropriate and in the public interest.
The Bellamy Report contained 241
recommendations, of which 111 were directed at procurement issues at the City
of Toronto. Although the Report was focused on Toronto,
Madam Justice Bellamy observed that the general principles behind the
recommendations “are equally applicable to other municipalities and other
levels of government.” In this regard,
various, relevant recommendations on procurement matters and related “best
practices” from the Bellamy Report will be referenced in the respective
sections below.
2.
The Federal
Accountability Act
Enacted in 2006, the Federal
Accountability Act was
intended to fundamentally change the way the Federal Government operates in
various areas, including the provision of conflict of interest rules,
additional restrictions on election financing, as well as new measures
respecting administrative transparency.
It was a direct political and legislative response to the events
surrounding the so-called “Sponsorship Scandal” and encompassed a number of
recommendations made by Mr. Justice Gomery in his Second Commission Report
entitled, “Restoring Accountability.”
However, for the purposes of this
report, the most important change under the Federal
Accountability Act related to the authority to appoint
a Procurement Ombudsman under the Department of Public Works and Government
Services Act, which has lead to the establishment of the Office of the
Procurement Ombudsman. In accordance
with Section 22.1(3) of the Act, the mandate of the Procurement
Ombudsman is as follows:
a)
Review the practices of departments for acquiring
material and services to assess their fairness, openness and transparency and
make any appropriate recommendations to the relevant department for the
improvement of those practices;
b)
Review any complaint respecting the award of a
contract for the acquisition of goods below the value of $25,000 and services
below the value of $100,000;
c)
Review any
complaint respecting the administration of a contract for the acquisition of
material or services by a department, regardless of dollar value; and
d)
Ensure that an alternative dispute resolution process
is provided, if both parties agree to participate.
As can be seen from the description
above, the role of the Procurement Ombudsman is very broad and goes well beyond
responding to complaints from disappointed bidders. A more detailed summary of the Procurement Ombudsman and other
procurement complaint processes employed by the Federal Government can be found
at Document No. 1 to this report.
While the Federal Accountability Act seeks to achieve a wide range of
objectives in procurement, the statute takes the view that a best practice in
promoting fair, transparent and objective procurement is to establish a bidder
complaint process that is independent, that works efficiently, and that
provides meaningful relief. In this
respect, the Act mirrors some of the
intentions of the Bellamy Report, and these important principles are captured
in the comprehensive
complaints process being recommended for approval later in this report.
DISCUSSION
1.
Official Point of Contact
The Council Motion
that initiated this report included an express reference to, “including an
official point of contact for all competitive processes...”. The concept of an official point of contact
in procurement matters is a best practice that can be found in Recommendation
205 of the Bellamy Report:
205. When a tender document is publicly released, it should always state the
name and full contact information of the person whom prospective bidders can
contact with any questions. The tender
document should make clear that this is the only City person bidders may
contact regarding this tender for the entire procurement process.
In the background
research paper on “Procurement” for the Bellamy Report, the authors summarize
the importance of a “single point of contact” as follows:
Most experts agree that poorly managed communication between bidders
and government officials can pose a major risk to the integrity of the
procurement process at all levels of government in terms of demonstrating
fairness, equity, and transparency.
According to experts and the professional literature on procurement, a
common best practice is to establish a single point of government contact
(typically the official responsible for managing the actual procurement
process) and require that all vendor communication with government officials be
made through that single point of contact.
*****
By way of example, the Ontario Government is fairly typical in this
regard. Request documents are usually
quite specific that from the time a release document is issued until a contract
award has been made there can be no contact by bidders on their
agents/lobbyists with any government officials (including specific reference to
Ministers and Ministers’ staff) other than the designated contact person.
Although not
expressly set out in the Purchasing By-law, this basic principle of
sound procurement has been a longstanding procedure at the City of Ottawa. In fact, this best practice is found in most
City bid solicitation documents, normally accompanied by a prescriptive inquiry
process which advises potential bidders not only on the City contact person,
but also that the inquiry must be in writing, and submitted within a
predetermined inquiry timeline.
In her September
2006 report entitled, “Bellamy Inquiry Progress Report”, Toronto’s City
Manager, Shirley Hoy, confirmed that, “the City’s usual practice is to identify
two contacts: a [procurement] contact
for process questions and a line Division contact for technical
questions.”
In addition, the
Bellamy Report expands on this information exchange process further:
Information given by the contact person to one bidder after the bids
are in should be given to every other interested bidder as well, with enough
time for them to give it consideration.
In this regard, City of
Ottawa responses to particular bidder questions are issued in an official
addendum through one of several internet-based bid distribution networks,
without naming the source of the inquiry.
Once again, the City’s approach is in accordance with sound, public
procurement best practices.
2. Chief
Procurement Officer
In a section in her Report entitled, “Central Procurement”,
Madam Justice Bellamy set out the following two recommendations with respect to
the importance of both the central oversight of public procurement as well as
the fact that it should be run by “a very senior position”:
133. Procurement
should be overseen and managed by one City department.
134. Since
effective procurement is fundamental to the good governance of the City, the
head of the central procurement department should be a very senior position.
Toronto’s City Manager confirmed in 2006 that, “the
City’s procurement is centralized in the Purchasing and Materials Management
Division” and that, “the City’s updated Purchasing By-law specifically designates the Director of Purchasing
and Materials Management as the City’s Chief Purchasing Official.” The City Manager further noted that both the
Director of Purchasing and the City Treasurer are “able to serve as policy
advisors to Council on large procurements.”
At the City of Ottawa, general responsibility for
procurement matters rests within the overall jurisdiction of the Finance
Department. In fact, the Manager,
Supply Branch, is the specific position which reports directly to the City
Treasurer on all procurement issues.
Not surprisingly,
procurement is a key function in any large organization and is responsible for
an annual spend of about $800M at the City of Ottawa. Recent initiatives, such as the following, have seen the Manager
of Supply engaged in meaningful dialogue with the most senior members of
executive management at the City:
a.
the ongoing “procurement savings targets”;
b.
strategic sourcing in relation to the spend analysis; and
c.
high profile procurement issues debated at Council.
However, in light of Madam
Justice Bellamy’s recommendation that procurement should be run by “a very
senior position”, the City Treasurer is recommending that the level of
responsibility be more appropriately recognized within the organizational
structure at the Deputy Treasurer level.
Given
the above, the City Treasurer intends to replace the existing Manager of Supply
position with a newly defined Chief Procurement Officer position, equivalent to
a Deputy Treasurer, whose job description will include some of the broader,
remedial responsibilities as described by the Federal Government’s Procurement
Ombudsman, continuing to report directly to the Treasurer.
Some corporations consider purchasing to be a straightforward means to
an end: the goal is to minimize costs while meeting functional, purchasing
requirements. As a result, the primary purchasing model often rests on finding
the best price for each isolated transaction through individual purchases. However, this approach misses a significant
strategic potential to add value to the organization through the purchasing
function by driving innovation and superior long-term cost performance.
As such, one of the first tasks of the Chief Procurement Officer will be
to transform the City’s current purchasing unit from a transactional
procurement organization to one with a more strategic focus. Briefly, strategic sourcing benefits an organization in several ways, including:
(1) improved ability of the organization to achieve strategic goals due
to alignment of purchasing strategies with business strategies; and
(2) improved contribution
from purchasing outcomes to service delivery.
Finally, this transformation will likely include the
establishment of a Strategic Sourcing Group within Supply Management who would
focus on corporate business strategy identification, alignment of sourcing
strategies and business strategies, use of a “total cost” model, increasing
both internal client and external supplier collaboration, and enhancing the
City’s overall procurement skills and visibility.
3.
Fairness Commissioners
At the City Council
meeting on October 28, 2009, a direction was issued for staff to review the use
of more Fairness Commissioners for large and/or contentious procurements. In his May 2003 report to the City of
Toronto Council on the RFP process regarding Union Station, the Ontario
Integrity Commissioner, Mr. Justice Coulter Osborne, recommended the
appointment of a Fairness Commissioner “in major projects…to oversee the RFP
evaluation process, and in some cases even the development of the RFP, to
ensure that the process is objective and fair throughout.” In Recommendation 166 of her Report, Madam
Justice Bellamy put forth a similar proposal with respect to Fairness
Commissioners:
166. For
major, high-risk, controversial or complex tenders, the City should consider
retaining a fairness commissioner.
In
support of Recommendation 166, Madam Justice Bellamy provided the following
insights:
Currently at the
City of Ottawa, Purchasing staff do make use of these independent fairness
monitors. However, their involvement
has been limited to those procurement issues which are either very complex, or
have the potential of becoming contentious.
Since
January 1, 2007, the City has spent about $260,000 on fairness commissioner
services, as follows:
Vendor |
Project |
Amount |
Total Per Vendor |
|
|
|
|
PPI Consulting Limited |
Beaver Barracks |
$23,400.00 |
|
PPI Consulting Limited |
Water Meter Reading System |
$65,008.00 |
$ 88,408.00 |
|
|
|
|
|
|
|
|
P3 Advisors Inc |
Pay and Display |
$79,193.00 |
$ 79,193.00 |
|
|
|
|
|
|
|
|
Knowles Consultancy Services Inc |
Dome at Ben Franklin Park |
$26,000.00 |
$ 26,000.00 |
|
|
|
|
|
|
|
|
PSC The Public Sector Company |
Beach Pavilion at Petrie Island |
$22,500.00 |
|
PSC The Public Sector Company |
VOIP |
$36,000.00 |
|
PSC The Public Sector Company |
Integrated Street Furniture |
$ 8,250.00 |
$ 66,750.00 |
|
|
|
|
|
|
|
|
|
|
Total: |
$260,351.00 |
For small to mid-sized projects, the
commissioner may be an internal person, such as someone from the central
purchasing authority. The person often becomes involved at the invitation of
the operating department, particularly where the buying team anticipates a
higher than normal degree of external scrutiny. Larger, more complex projects
benefit from an external expert. Set
out below are five critical details public institutions should consider before
appointing a fairness commissioner.
1. Which projects warrant a Fairness
Commissioner?
Both Mr. Justice Osborne and Madam Justice
Bellamy have recommended using Fairness Commissioners for “major” projects.
While there is no single criterion for what constitutes a major project, it is
suggested that high-value, high-profile, complex and controversial projects are
the primary candidates.
2. Determining the appropriate skill
set
Once the decision to retain a Fairness
Commissioner has been made, the purchasing organization should consider the
appropriate skill set required for the particular project. The City has had a
competitive standing offer in place for the provision of these services since
2007.
3. Ensuring the independence of the Fairness
Commissioner
Madam Justice Bellamy observed that, "It is
important to ensure the internal person has both objectivity and independence
from the procurement decision-makers," To have credibility, a fairness
commissioner must be empowered with sufficient independence to provide an
effective check-and-balance to the project team. In effect, the individual should have an independent oversight role
and capacity to ensure disagreements with the public officials managing the
procurement are brought to the attention of appropriate senior managers.
4. Defining the scope of engagement
The purchasing organization should clearly
establish the role of the Fairness Commissioner at the outset of a project.
While one of the key functions of a Fairness Commissioner is ensuring the
fairness of the evaluation process, the Commissioner can also play a role
during the preliminary planning phases, particularly with respect to larger and
more complex undertakings.
5. Balancing fairness and effectiveness
At the end of the day, it is the public
institution, rather than the Fairness Commissioner, that is responsible for
both the fairness and success of the procurement process. While the process has
to be transparent and fair, buyers must also strive to get a good deal for the
taxpayer, deliver the product or service within reasonable timeframes, and
navigate a tendering terrain that is full of legal risk.
At Document 2 of this report is a more fulsome
discussion of the use of Fairness Commissioners.
In June 2004, Toronto City
Council approved a staff report entitled, “Feasibility of Using Fairness
Consultants for Certain Procurements”.
The purpose of the report was to “investigate the merits of using
external fairness consultants for certain procurements.” In adopting this report, Council approved
the criteria to be used by Toronto staff when assessing a project for potential
use of a Fairness Commissioner.
Briefly, those criteria are as follows:
(1)
Rapidly evolving
products, especially software;
(2)
High-risk
endeavours;
(3)
Out-of-country
vendors challenging required Canadian terms and conditions;
(4)
New technologies
such as waste management or information systems;
(5)
Competition
against a long-term incumbent (to avoid perception of undue advantage);
(6)
Innovative forms
of procurement;
(7)
New, high value
products;
(8)
Development/new
use or operation of significant public sites/facilities/properties;
(9)
Anticipated high
profile and controversy that can lead to few responses or pressure to take low
bid/price regardless of other areas evaluated s best; and/or
(10)
Private-public or
public-private partnerships (known as P3s).
For convenience, this report is set out in its
entirety at Document 3. The City
Treasurer recommends that staff continue to use Fairness Commissioner services
on an “as needed” basis, selected from the competitive standing offer now in
place (and renewed from time to time), in planned procurement processes which
are complex or potentially contentious, as determined by the Chief Procurement
Officer and based on an assessment of the criteria listed above.
4.
Comprehensive Complaints
Process
In addition to
seeking “to ensure that the City’s procurement processes reflects best
practices, the Council Motion resolved that a “comprehensive complaint process”
be put in place. The following
recommendations from the Bellamy Report also address the same concerns
regarding a comprehensive complaint process:
230. To
demonstrate its commitment to maintaining integrity and transparency in the
procurement process, the City should have a comprehensive bidder complaints
process.
231. A
bidder should not be allowed to file a formal complaint without having made a
post de-briefing submission to the City.
233. The
City should adopt a formal two-stage process to manage bidder complaints, to
replace the current standing committee/deputation approach.
Since originally
being approved in 2000, the City of Ottawa’s Purchasing By-law contains
only two provisions with respect to vendor complaints. Subsection 9(1)(e) states that, “Despite any
other provision of this by-law, the following contracts are subject to Council
approval:
(e) where
a substantive objection emanating from the bid solicitation has been filed with
the Director or with Supply Management.
In addition, Section
1 of the By-law defines “substantive objection” to mean “a written
objection to Supply Management or the Director by an interested party giving
specific reasons for the objection and subject to the proviso that the
objection is not precluded by legislation or applicable trade agreements.”
Obviously, these two provisions cannot be characterized as a comprehensive
complaints process.
A recent survey of other public purchasing
organizations, in relation to the existence of formal complaints processes,
provides some insight into municipal trends:
Municipality
|
Complaints
Process
|
|
|
Calgary, Alberta |
Process managed internally within Supply
Management |
Durham Region |
No formal complaints policy in place at
this time |
Hamilton |
Policy requires a written complaint to the
Manager of Purchasing. If not
resolved, the complaint is referred to Committee and Council |
London |
No formal complaints policy in place at
this time |
Niagara Region |
No formal complaints policy in place at
this time |
Region of Peel |
Formal process within Purchasing By-Law, includes review by Director Purchasing and
Regional Solicitor, and possible escalation to the General Committee |
Sudbury |
No formal complaints policy in place at
this time |
Thunder Bay |
Purchasing By-Law defines process, starting with
Supply staff, and escalating to head of Finance, and CAO, if necessary |
Windsor |
No formal complaints policy in place at
this time |
While the recommendations in the Bellamy
Report seeking a “comprehensive bidders complaint process” and the prerequisite
of a “de-briefing submission” prior to a bidder initiating a formal complaint
are largely self-explanatory, the third recommendation to “adopt a formal
two-stage [complaint] process” requires further examination. In her Report, Madam Justice Bellamy
provided the following rationale for this latter recommendation:
Complaints should initially be
adjudicated by a neutral panel of administrative staff that does not include
anyone who was involved with the procurement.
The initial adjudication could be reviewed by an official or officials
with a high level of independence, such as the fairness commissioner, the
integrity commission, or personnel from the auditor general’s office. The decision of the second panel would be
final and not subject to further review within the City.
Councillors should not be involved
in the complaints process.
The Report goes on to recommend that the
“formal complaints process should have tight deadlines that will move the
matter forward quickly” and that the “results of the bidders’ appeals should be
made public.”
In short, the Bellamy Report’s suggested
approach for a comprehensive complaints process for bidders would result in the
removal of Toronto City Council from the decision-making process in all
procurement matters. In response, the
City Manager’s 2006 progress report on the Bellamy Inquiry noted that, “Council
adopted the Procurement Process Policy in July 2004 to protect the interests of
the City, the public and persons participating in the procurement
process.” The Toronto Policy reinforces
fairness, openness, transparency and integrity by adopting consistent and
standard approaches for many issues, including “dealing with vendor complaints”. However, without providing much analysis,
the report rejected Madam Justice Bellamy’s Recommendation 233 (for a “formal,
two-stage process to manage bidder complaints to replace the current standing
committee/deputation approach”) in favour of the following, modified complaints
process:
The current policy requires the
complaint to be made in writing to the Chief Purchasing Official. If the complaint cannot be resolved, the
bidder is advised of their right to make a deputation to Committee.
As noted earlier, this hybrid approach to
vendor complaints (e.g. staff engagement followed by Committee/Council action
if required) is currently being used in other municipalities. As such, it would appear that neither the
City of Toronto nor any of the comparator municipalities cited have taken the
steps necessary to remove their respective councils entirely from the
decision-making process when procurement complaints arise.
It is worth noting that Recommendation 233 is
merely one out of a number of similar recommendations contained in the Bellamy Report
aimed at removing Toronto City Council from the procurement process, save and
except for the enactment of broad policies.
In this respect, reference may be had to the following, additional
recommendations:
129. City Council should establish fair, transparent, and
objective procurement processes. These
processes should be structured so that they are and clearly appear to be
completely free from political influence or interference.
130. Councillors should separate themselves from the procurement
process. They should have no
involvement whatsoever in specific procurements. They have the strongest ethical obligation to refrain from
seeking to be involved in any way.
131. Members of Council should not see any documents or receive
any information related to a particular procurement while the procurement
process is ongoing.
132. Councillors who receive information from vendors related to
any specific procurement should tell them to communicate with one or more of
the following three people, as is appropriate in the circumstances:
a)
the
contact person in the tender document, in accordance with the contact rules in
place
b)
the
fairness commissioner
c)
the
person in charge of the complaints process, as set out in the tender documents.
232. Councillors should not act as advocates for aggrieved
bidders.
For the purposes of this review, staff
recommends that Ottawa City Council adopt a comprehensive complaints process
that reflects the approach adopted in Toronto and various other
municipalities. By clarifying the
complaints process in writing, vendors will know, in advance of any procurement
initiative, what their rights are, as well as when and how to exercise them
(e.g. de-briefing, written complaint, timelines, etc.). To provide additional clarity with respect
to the roles and responsibilities, it is recommended that Recommendation 132
from the Bellamy Report be adopted and adjusted accordingly. In essence, this recommendation, that
Members of Council refer any questions/concerns during a procurement process to
either the City’s “official point of contact”, the respective Fairness
Commissioner or the party responsible for the complaints process, effectively
complements the parallel recommendations in this report, as well as meeting the
general principles to have transparency and accountability with respect to the
procurement process at the City of Ottawa.
As such, the comprehensive complaints process is set out in Document No.
4 to this report and retains Council’s jurisdiction as the final arbiter of
such disputes.
Finally, it is suggested that the issue of
further separating Council from procurement complaints – including the
possibility of prohibiting “lobbying of any kind at any time during a City
procurement process” in Recommendation 107 – should be revisited in greater
detail during the next review of the Purchasing
By-law in the 2010 Governance Review.
5.
Local Preference
On June 4, 2009, an e-mail was sent
to all Members of Council in response to an inquiry received by them on the
subject of local preference. The e-mail
stated as follows:
Staff understand that an inquiry has been received by
Members of Council with respect to the possibility of the City of Ottawa
adopting a Local Preferences Purchasing Policy.
Legal Services staff have had the opportunity to
review the Ontario Discriminatory Business Practices
Act.
The Discriminatory Business Practices Act prohibits the City (and any other person in Ontario)
from refusing to engage in business with another person because of that
person’s geographical location. (There
is an exemption if such refusal is in respect of a foreign country and is
consistent with a policy of Canada or is in respect of another province and is
consistent with a policy of the Province of Ontario).
On the basis of the Discriminatory
Business Practices Act, it would be
Legal Services opinion that the City is not able to adopt a Local Preferences
Purchasing Policy.
More
recently, however, the City Clerk and Solicitor received the following inquiry
from Councillor Steve Desroches:
“Is it feasible to
structure the policy (in relation to the City procurement process), to support
local suppliers if all other things are equal?”
The
response to the Councillor is set out below, as follows:
As you are aware, any form of
"local preference" policy - as it may relate to a municipal
government's statutorily-mandated policy for its procurement of goods and
services - must also comply with the Province's Discriminatory Business
Practices Act. Briefly, the stated
purpose and intent of that provincial statute "is to prevent
discrimination in Ontario on the ground of race, creed, colour, nationality,
ancestry, place of origin, sex or geographical location of persons employed
in or engaging in business [emphasis added]." Furthermore, Subsection 5(1) of the Act states that "no person in
Ontario may engage in a discriminatory business practice".
While this statute does not appear
to be referenced in the general text that you have cited (being The Law of
Municipal Finance, by Patrice C. Noé and Allan C. Ross), it is discussed in
a more specific legal book on local government procurement entitled, Municipal
Procurement Handbook (ironically also co-authored by Patrice C. Noé). At page 312 of that book, the authors not
only recognize the above-noted legislation but also expand upon the possibility
that a local preference policy may be possible in the case of a “tie” among
competitors:
A key question for any
municipality to resolve is the extent to which municipal procurement practice
ought to favour local suppliers over those based in more remote locations. As discussed in Chapter 11, in Ontario
discrimination against local suppliers contravenes provincial law. Perhaps for this reason, it is sometimes
argued that the giving of a local preference is inherently wrong. However, a moment's thought is sufficient to
show that this view is untenable. If
all other factors are equal, there is no justification for not giving a local
preference. Indeed, a failure to do so
would almost amount to punishing the supplier for being connected with the
purchasing municipality. Nevertheless,
it can be difficult to craft a proper regime for local preference. For instance, if a local preference is to be
given, the first question to resolve is the extent to which the locality of a
supplier is to be determined - is a local office or plant sufficient, or is it
also necessary that the supplier be locally based and controlled.
The question of when a local
preference policy could be useful to a municipality has also been the subject
of further comment in Procurement: A Practical Guide for Canada's Elected
Municipal Leaders, by Denis Chamberland.
In a more detailed examination of the "tie-breaker" proposal
for the use of a local preference option put forth by Noé and her colleagues,
Chamberland provides the following analysis for consideration:
Another reason for the topic’s
staying power is that, in some context, the economic realities make it clear
that it may make sense to favour a local supplier. For example, what should be the determining factor(s) where a bid
is tied between two suppliers? If one
supplier is a local enterprise, and the other is not, selecting the local one
will contribute to the local economy.
Similarly, it would make little business sense for a municipality to
conduct a Canada-wide competition, and for a supplier 200 kilometres away to
offer to provide technology help-desk support services where on-site visits may
be required. A supplier could argue
that remote service has become the norm in the industry, but there may be good
reasons why the municipality needs a local preference. In the above two examples, common sense
suggests that the local company should be given priority.
But, it is a challenge to define
the legitimate circumstances where preference may be granted to a local
supplier. Being able to successfully
defend the integrity of the procurement process is another. The former is about applying judgment, and
is the responsibility of the evaluation team; the latter is about transparency
and proper disclosure, and is, in part, the responsibility of elected
representatives. They must ensure that
the procurement framework contemplates the exercise of the required discretion.
There can be circumstances where
recognizing a local preference may be defensible and a legitimate business
practice. However, the evidence
overwhelmingly shows that it generally makes better economic sense to avoid
local preferences.
Clearly, this issue of a local preference in
procurement matters has been a long-standing subject of debate for all levels
government. The above-noted inquiry
seeks to “support” local suppliers if all other things are equal, in other
words, in the situation of a “tie bid”.
Perhaps surprisingly, with over 800 competitive bids each year, there
are very few tied bids at the City of Ottawa. However, in the event of such a
tie, Subsection 28(6) of the City’s Purchasing
By-law identifies the following four “factors to be considered in the
breaking of [a] tie:
(a)
Prompt
payment discount;
(b)
When
delivery is an important factor, the bidder offering the best delivery date be
given preference;
(c)
A
bidder in a position to [offer] better after sales service, with a good record
in this regard, be given preference;
(d)
A
bidder with an overall satisfactory performance record be given preference over
a bidder known to have an unsatisfactory performance record.
In the event of a tie, Purchasing staff would
usually rely on Clause (a) above, and give preference based on this financial
factor.
Over the past two years, Purchasing staff are
aware of only two instances where the City received tied bids which could not
be decided on the issues of financial merit.
In both cases, the suppliers were local, and were called in to meet with
the Purchasing staff. The City and both
bidders (in each case) agreed to abide by the outcome of a coin toss, which was
administered by the City purchasing officer.
Although not a “high tech” solution, the bidders agreed in advance and
were satisfied with the outcome.
Ultimately, the City received the advantage of accepting the low bid,
and the project client was able to proceed without undue delay.
These two experiences, and the statistical
data from the full 2008 purchasing year (found at Document 5) suggests that there is no pressing need for
the City of Ottawa to consider and implement a comprehensive local preference
policy.
Clearly,
the City of Ottawa is a strong consumer of local products, spending almost 95%
of the annual purchasing dollar in Ottawa and the surrounding area, for goods
and services which are available in the local community. That being said, it is suggested that, in
the event of two identical bids, that one of the factors to be considered in
the “tie-breaker” analysis by Purchasing staff be whether or not the bidders
are “local”. Should Council adopt this
recommendation, staff would amend the Purchasing By-law and prepare
additional guidelines in the City’s Purchasing Policies and Procedures
Manual to clarify the meaning of the word “local”.
6.
Litigation Exclusion
In 2008,
Council inquired about the ability of the City of Ottawa to temporarily suspend
both business relationships and grants to persons or organizations engaged in
litigation with the City.
In response,
the City Clerk and Solicitor provided to Corporate Services and Economic
Development Committee and Council his legal opinion, on November 10, 2008: a copy of the memo, “Procurement and
Grants Policies – Litigation Exclusion”, being ACS2008-CMR-LEG-0026 IPD, can be
found at Document 6 to this report. In
short, the legal opinion stated that
there was sufficient legal authority for the City of Ottawa to initiate a
litigation exclusion to its Purchasing
By-law that would prohibit vendors and suppliers of goods, services or
construction who have legal actions pending against the City from doing
business with it while such matters are unresolved. In addition, it was noted that this exclusion could also prohibit
persons, associations and not-for-profit organizations from applying for grants
under various City programs while any lawsuit by such person, association or
organization was still pending against the City.
That being said, Supply Management does not believe it would be in the best interest of
the City to institute a blanket exclusion against all suppliers of goods,
services or construction engaged in litigation with the City. The City currently purchases many goods and
services from limited and/or specialized markets. A small sample of such goods and services is set out below:
· Ambulances and replacement parts,
· Building Automation Systems / HVAC systems,
· Building Security Systems,
· Buses and replacement parts,
· Cement,
· Engineering design and inspection services
for bridges,
· Engineering services for the upgrade and
expansion of the water filtration plants and ROPEC,
· Environmental assessment services,
· Fire trucks and replacement parts,
· Fuel,
· Graders for winter snow clearing,
· Ice Plant Maintenance and/or Refrigeration
Services,
· Information technology hardware and
software, upgrades, repair and maintenance,
· Laboratory services which provide support
for water, waste water and environmental projects,
· Landscape architects,
· Specialized CCTV and sewer work,
· Specialized heavy equipment, parts, repair
and maintenance.
In the event
that there was a broad litigation exclusion against any supplier, or several
suppliers of such a good, it would mean that fewer bidders could bid on such
contracts for the City. The unintended
consequences of this action would be less competition among bidders and could
result in higher prices for the City.
In markets where there is only one supplier, it could also mean the City
would need to make an exception or do without the good or service until the
litigation was resolved.
Furthermore,
many of the City’s purchases are followed by parts, maintenance and/or repair
contracts, as well as product enhancement contracts in the case of
software. Information technology
suppliers of goods often have separate collateral contracts with the City for
the maintenance of existing technology purchased previously as well as for
professional services to support such technology. As such, a strict litigation ban against such a supplier would
prevent it from bidding on new technology contracts for the City. Again, this would not likely be in the best
interest of the City where the supplier was considered to be the leader in the
field of the desired technology or the most cost-effective supplier.
At present,
Subsections 37(1) and 37(2) of the City’s Purchasing By-law provide a
discretion to the City Treasurer, in consultation with the City Clerk and
Solicitor, to prohibit an unsatisfactory supplier from bidding on future City
contracts where the performance of the supplier has been unsatisfactory in
terms of failure to meet contract specifications, terms and conditions or for
Health and Safety violations.
In the past,
this authority has been used sparingly, albeit judiciously, and the ban has
been temporary in nature (e.g. up to two years). In fact, when it has been used, the Treasurer’s decision was not
challenged by the unsatisfactory supplier.
In light of this example, it is suggested that this is a more practical
approach to business relations with suppliers.
In an attempt
to model a litigation exclusion in the mould of the existing unsatisfactory
supplier approach and to avoid the problems of an overly broad litigation
exclusion, staff recommend that the following provisions be used as the basis
for a more discretionary approach to this issue:
(1)
The City may,
in its absolute discretion, reject a quotation, tender or proposal submitted by
the bidder if the bidder, or any officer or director of the bidder is or has
been engaged, either directly or indirectly through another corporation, in a
legal action against the City, its elected or appointed officers and employees
in relation to:
(i)
Any other
contract or services; or
(ii)
Any matter
arising from the City’s exercise of its powers, duties or functions.
(2)
In
determining whether or not to reject a quotation, tender or proposal under this
clause, the City Treasurer and the City Clerk and Solicitor will consider
whether the litigation is likely to affect the bidder’s ability to work with
the City, its consultants and representatives, and whether the City’s
experience with the bidder indicates that the City is likely to incur increased
staff and legal costs in the administration of the contract if it is awarded to
the bidder.
It is
envisioned that, on the few occasions that the City Treasurer and the City
Clerk and Solicitor invoke their discretion to prohibit a party from
participating in City procurements, every attempt will be made to warn the
party in advance, and in writing, of an actual procurement process.
Although the
report recommends a limited, joint discretion to the City Treasurer and City
Clerk and Solicitor to prohibit a party from participating in its procurement
processes, it does not recommend a similar ban for litigants who may apply to
the City’s various grants programs. In
this regard, the research set out in Document 6 failed to find any
municipalities in Ontario that had adopted a litigation exclusion with respect
to grants. Such a statistic could be
used to suggest that this type of policy is unwarranted. Therefore, in the absence of additional,
factual evidence that such a policy is warranted, staff have not recommended
that a potential litigation exclusion apply to City grants.
This report is scheduled to be “tabled” at
Corporate Services and Economic Development Committee on December 1st,
2009. It will be considered by the
Committee and Council in January 2010, thereby allowing sufficient public
consultation on the report’s recommendations.
In addition, staff will send comments from the City’s various Advisory
Committees, including the Business Advisory Committee.
There are no Legal/Risk Management
impediments to implementing any of the recommendations in this report.
There are no financial implications.
RURAL IMPLICATIONS
There are no rural implications for this
report.
Document 1 : Government of
Canada : Procurement Complaints
Document 2 :
Fairness Commissioners
Document 3 : Toronto’s
“Feasibility of Using Fairness Consultants for Certain Procurements”
Document 4 : Comprehensive
Complaints Process
Document 5 :
Purchasing Data (2008)
Document 6 :
Procurement and Grants
Policies – Litigation Exclusion
Pending Council’s deliberations on
this report, staff will prepare any amendments to either the City’s Purchasing By-law or its related Procedures Manual.
Public Works and Government Services Canada
(PWGSC) is the central purchaser for the Government of Canada, buying
approximately $12 billion in goods and services each year. PWGSC has created a
“Code of Conduct for Procurement” that provides a single point of reference for
the above legal, regulatory and policy requirements of the procurement process
at the federal level of government. The
Code of Conduct for Procurement was one among many additions to the Federal
Government procurement process that were the result of the introduction of the Federal
Accountability Act (2006, c.9), an omnibus Act that amended PWGSC related
legislation such as the Financial Administration Act (R.S., 1985, c.
F-11) and the Department of Public Works and Government Services Act
(1996, c.16).
Institutional changes included the creation of
an Office of the Procurement Ombudsman that has jurisdiction over vendor
complaints where the monetary threshold is below cases dealt with by the
Canadian International Trade Tribunal. The Office of the Public Sector
Integrity Commissioner was created to oversee disclosures of wrongdoing,
including wrongdoing in respect to procurement. Finally, the Federal Government
continues to use Fairness Monitors to oversee problematic or complex
procurement processes to ensure the process is fair and transparent.
1.
Canadian
International Trade Tribunal
The Canadian International Trade Tribunal (CITT)
is an independent administrative tribunal established under the authority of
the Canadian International Trade Tribunal Act (1985, c. 47 (4th Supp.)).
The CITT conducts inquiries into complaints by potential vendors concerning
procurement by the federal government.
Any potential vendor who believes they may have
been unfairly treated during the solicitation or evaluation of bids, or in the
awarding of contracts subject to the Trade Agreements including the
Federal/Provincial Agreement on Internal Trade may lodge a formal complaint
with the Canadian International Trade Tribunal. The complaint must meet a
monetary threshold in order to be considered by the CITT. The Procurement
Ombudsman rather than the CITT conducts reviews of any complaint is in respect
to the award of a contract for the acquisition of goods below the value of
$25,000 and services below the value of $100,000.
The CITT has the powers of a Court of Record
and may review all aspects of a procurement action up to and including contract
award. The Tribunal decides whether a complaint is valid and may recommend
appropriate remedies including the issuance of a new solicitation, the
re-evaluation of the proposals, the termination of the contract, the awarding
of the contract or monetary compensation. When a complaint has been accepted to
inquiry prior to the contract award, the government institution may be ordered
by the Tribunal to postpone any award until the resolution of the
complaint. The Tribunal, however, does
not have the ultimate power to delay the performance of any contract.
2.
Office of the
Procurement Ombudsman
Since the coming into force of the Procurement
Ombudsman Regulations in the spring of 2008, the Office of the Procurement
Ombudsman been involved in addressing vendor complaints arising out of
contracts awarded for procurements below the monetary thresholds of the Federal
Provincial Agreement on Internal Trade that would otherwise have been subject
to that Agreement.
The Procurement Ombudsman, reports to the
Minister of Public Works and Government Services Canada. Unlike the CITT that
issues binding decisions, the Procurement Ombudsman may only make findings and
recommendations in respect of the complaint, including a non-binding
recommendation that a vendor be compensated by the government. Although the
Ombudsman has this power, he has seldom exercised it. During the 2008-2009
period, the Procurement Ombudsman undertook a single investigation and received
only 71 contract award complaints. The Federal Regulations allow the
Procurement Ombudsman to use other means to resolve disputes including the
ability to manage an Alternative Dispute Resolution Process using a neutral
third party from outside the Office of the Procurement Ombudsman.
In addition to facilitating the resolution of
vendor complaints, the Procurement Ombudsman undertakes reviews of the
practices of departments for acquiring products and services to assess their
fairness, openness and transparency and make any appropriate recommendations to
the relevant department for the improvement of those practices. In performing
this role, the Procurement Ombudsman is able to provide independent advice to
various government departments on improving the procurement processes.
3.
Fairness Monitors
As a proactive measure and prior to a dispute
arising, the government often engages an independent Fairness Monitor (known as
Fairness Commissioner at the provincial and municipal levels of government) to
monitor and make recommendations on the procurement process for fairness and to
ensure that the bids are evaluated in accordance with the evaluation procedures
specified in the bid solicitation documentation.
As early as September-October 2000, the House
of Commons’ Standing Committee on Public Accounts considered a report from the
Federal Auditor General with respect to, “Alternative Forms of Delivery: Contracting for Property Management
Services” with the Public Works and Government Services Canada. The minutes and key recommendation from the
Federal Standing Committee assisted in the development of Fairness Monitors in
the Federal Government:
The Department’s use
of Fairness Monitors contributed significantly to the success of the
initiative. These Monitors provided
independent assurance to all parties that the process was fair and conducted
according to the rules. Potential
litigation and complaints were thus avoided.
The Committee believes that the use of such Monitors should be extended and
therefore recommends:
1.
That Public Works and Government Services Canada amend its Contracting
Manual to include the use of independent Fairness Monitors for all large and
complex procurements.
As a result, the PWGSC Fairness Monitoring
Program has been in place since 2004 and is described as follows:
The Fairness
Monitoring (“FM”) Program provides management, client departments, government
suppliers, Parliament and Canadians with independent assurance that PWGSC’s
activities are conducted in a fair, open and transparent manner.
Independent
third-party Fairness Monitors observe all or part of a departmental
activity. Based on their observations,
they provide an impartial opinion on the fairness of the monitored
activity. The Program helps PWGS protect
the interests of its clients, and Canadian taxpayers, by identifying and resolving
fairness issues as they arise. Dealing
with any issues early makes the process fairer and avoids possible costly
after-the-fact resolutions.
When they are
finished observing an activity, Fairness Monitors document their opinions in a
final FM Report. The report is
delivered to the office of the Chief Risk Officer. PWGSC makes all final FM Reports available to the public. The availability of the reports is subject
to limits of disclosure under the Access
to Information Act and Section 7 of the Privacy
Act.
In August 2009, PWGSC issued its Fairness
Monitoring Policy which provided the following insights regarding the “Use of
Fairness Monitors”:
When a Fairness
Monitor has been engaged to support a procurement process, he/she will provide
written reports to the Departmental Oversight Branch (DOB), in accordance with
the statement of work included in the Fairness Monitor’s contract, attesting to
the fairness of the procurement process.
If a Fairness Monitor
observes a situation that constitutes, or has the potential to create, fairness
deficiencies, the Fairness Monitor will inform the project team of its concerns
and seek a resolution. If a resolution
cannot be reached, the Fairness Monitor will immediately advise DOB.
The Fairness Monitor
will submit a final report to DOB, which includes, among other things, the
Fairness Monitor’s overall attestation of assurance on the fairness of the
monitored activity and any unresolved fairness deficiencies observed. The report will be made public after tabling
with Senior Management.
DOCUMENT 2
FAIRNESS
COMMISSIONERS
Recent research by Aird & Berlis LLP,
Barristers and Solicitors in Toronto suggests that:
·
“There appears to
be little doubt that fairness commissioners are being appointed more often by a
broader range of public sector organizations than was the case just a few years
ago, both in Canada and abroad.
·
Organizations in
various sectors routinely appoint a fairness commissioner on their more
complex/sensitive projects, here are some examples in Ontario:
o
Ontario Power
Authority use fairness commissioners for major energy procurements
o
City of Toronto
appoints a fairness commissioner as needed, such as the recent TTC purchase of
204 new low-floor streetcars
o
Ontario Community
Care Access Centres appoint a fairness commissioner on all of their health
services procurements
o
Infrastructure
Ontario has a standing offer approach and selects a fairness commissioner from
the eligible list for most of their large infrastructure projects
o
The Toronto-area regional
municipalities and transportation authority routinely appoint fairness
commissioners on their larger projects
o
Smaller
organizations are also more often appointing fairness commissioners to more
complex or sensitive procurements’ such as the City of Guelph on two recent
projects, and West Perth Power Inc. on a recent procurement for a
smart-metering project
·
The Government of
Ontario also makes extensive use of fairness commissioners, including on large
information technology projects
·
The Government of
British Columbia routinely uses fairness commissioners, on large information
technology projects
The City of Brampton has used fairness
commissioners in the past although it does not have a written policy on their
use. Hamilton's purchasing policy mentions
the use of fairness commissioners, but does not provide details on when they
will be used. The City of Oshawa hired
a fairness commissioner once, for a $40 million P3 project. The commissioner hired was a former judge
for the area, and was paid an honorarium.
This was described as an exception to the rule given the size and
profile of the project as they generally do not use them. Niagara Region does not currently use
fairness commissioners, but is interested in changing their policy to incorporate
their use. The Region of Peel and the
City of Mississauga do not currently use fairness commissioners.
Aside from individual procuring organizations,
there are others that fully support the use of fairness commissioners and
actively promote the on-going development of the role. For example, in a 2005
paper the Canadian Council for Public-Private Partnerships commented that its
members “applaud the use of Fairness Commissioners” and expressed the hope that
standard measurements for determining fairness could be developed to make the
role even more meaningful.
Outside Canada, the role of fairness
commissioner also appears to be growing. In Australia, for instance, the
Department of Finance and Deregulation formally published its Guidance on
Ethics and Probity in Government Procurement in 2005. In the United States,
many public bodies make use of fairness commissioners, California being
particularly notable.”
In response to the specific question as to use
of this type of service in the private sector, Denis Chamberland, a member of
the firm states that “... it does happen, but
not too often. As you know the procedural fairness requirements apply only to
the public sector. But organizations sometimes decide to run a procurement as
though they’re subject to the public rules.”
Howard Grant of PPI consulting, a well-known
procurement expert and fairness commissioner is “not
aware of any private sector organisations that use fairness services.” He suggests that in the Public sector, the
Federal government and Federal crown corporations such as Canada Post, and EDC,
make extensive use of fairness commissioners, as do the Provincial governments
of Ontario, Alberta, and British Columbia.
Also using these services are Provincial crown corporations such as
Ontario Lottery and Gaming Corp., as well as Municipalities such as Calgary,
Winnipeg, and Toronto.
DOCUMENT 4
The City is committed to the highest
standards of integrity with respect to dealing with vendor complaints, which
shall be handled with fairness and equity for all participants.
All vendor complaints, whether addressed to
elected officials or to staff, are to be referred to the Chief Procurement
Officer (“CPO”). All complaints must be
in writing, signed by an official of the vendor’s company. Furthermore, the vendor must have received a
de-briefing from the City’s Purchasing staff as a prerequisite to filing a
complaint. The Chief Procurement
Officer shall review the objection and determine, in consultation with the City
Clerk and Solicitor where necessary, whether the objection is material, in
accordance with the Purchasing By-Law. An objection may be considered to be “not
material” if it is frivolous or vexatious in nature or solely related to any
listed irregularities as defined in Schedule “A” of the Purchasing By-law.
Where the complaint or objection is
determined not to be material, the making of the award shall proceed in
accordance with the Purchasing By-Law.
In all cases where written complaints are
considered material, the procurement process will be suspended to permit the
following process to be completed.
Phase One: Program
Manager, Purchasing
The vendor submitting the complaint will be
invited by the Senior Purchasing Officer involved in the procurement process,
to attend a formal debriefing, to discuss the bidder’s concerns or to go over
the reasons why the complainant’s bid or proposal submission was not
selected. The debriefing will follow
the Guideline attached as Appendix A.
In recognition of the vendor’s right to
timely access, Phase One should be actioned within five business days, and will
be available as soon as the tender call document is released. During Phase One,
the Program Manager, Purchasing, is authorized to try to resolve, by employing
alternate dispute resolution techniques, the complaint. However, he can immediately re-direct any
complaint to Phase Two, where the complaint appears to be material, those
having significant factual or interpretive disagreements, or involving legal
principles.
Where substantive issues are present, or
where the matter could not be resolved in Phase One, the complaint will
escalate to the attention of the Chief Procurement Officer. Where there was a Fairness Commissioner
assigned to the procurement process, the CPO will assemble a Panel and review
the matter with the Fairness Commissioner, the City Clerk and Solicitor and any
other member of the senior staff that is necessary. In the event that a Fairness Commissioner was not assigned to the
procurement process, the CPO will engage one for the purposes of the Phase 2
review Panel.
Within ten business days, the Panel will meet
with the vendor, to better understand the complaint, and to outline the City’s
position on the matter in writing, and the factual reasons which support the
position.
If, at the completion of Phase Two, there is
a better understanding and acceptance of the City position, the procurement
will resume, including the contract award.
If the vendor is not satisfied with the explanation, the complaint may
proceed to Phase Three.
In this phase, the complaint would be
elevated to the appropriate Standing Committee and Council for final
resolution. As such, a staff report
would be prepared, setting out all the factual, procurement and legal issues,
as well as the results of Phase One and Phase Two of the Comprehensive
Complaints Process for consideration of Committee and Council.
When
Why a “best practice”
Who
·
If
the debriefing is a face-to-face meeting, then establish the rules up
front. Make it clear that the reason
for the meeting is to explain the evaluation process, and why the respondent
was unsuccessful.
DOCUMENT 5
PURCHASING DATA
(2008)
The first pair of charts includes the
geographical vendor breakdown for the 2008 purchasing contracts included in the
four delegation of authority reports, including the purchase of items that are
not available locally.
Total $ of Vendors |
|
% Breakdown by $ of Vendors |
||||
Ottawa & Surrounding Area |
|
$532,857,585.35 |
|
Ottawa & Surrounding Area |
|
85.0% |
Ontario (not Ottawa area) |
|
$25,020,425.82 |
|
Ontario (not Ottawa area) |
|
4.0% |
Quebec |
|
$1,606,311.80 |
|
Quebec |
|
0.3% |
Other locations |
|
$4,378,591.34 |
|
Other locations |
|
0.7% |
Not available locally |
|
$62,815,615.27 |
|
Not available locally |
|
10.0% |
TOTAL |
|
$626,678,529.58 |
|
TOTAL |
|
100.0% |
The
second set of charts adjusts the data to reflect the fact that some of the
goods and services consumed annually by the City are not available locally
(e.g. transit buses
are not manufactured in Ottawa, nor is winter rock salt mined locally, for
example).
Total $ of Vendors |
|
|
|
% Breakdown by $ of Vendors |
|
|
Ottawa & Surrounding Area |
|
$532,857,585.35 |
|
Ottawa & Surrounding Area |
|
94.5% |
Ontario (not Ottawa area) |
|
$25,020,425.82 |
|
Ontario (not Ottawa area) |
|
4.4% |
Quebec |
|
$1,606,311.80 |
|
Quebec |
|
0.3% |
Other locations |
|
$4,378,591.34 |
|
Other locations |
|
0.8% |
TOTAL |
|
$563,862,914.31 |
|
TOTAL |
|
100.0% |
DOCUMENT 6
M E M
O / N O T E D E S E R V I C E |
|
To /
Destinataire |
Mayor and
Members of City Council |
File/N° de
fichier: |
From /
Expéditeur |
M. Rick
O’Connor, City Solicitor |
ACS2008-CMR-LEG-0026-IPD |
Subject / Objet |
Procurement and
Grants Policies – Litigation Exclusion / Politiques
d’approvisionnement et de subventions – exclusion du litige |
Date: November 10, 2008 |
BACKGROUND
Earlier this year,
City Council inquired about the ability of the City of Ottawa to temporarily
suspend both business relationships and grants to persons or organizations
engaged in litigation with the City.
The purpose of this memorandum is to provide both a legal opinion, as
well as guidance, on the City of Ottawa’s ability to initiate a litigation
exclusion to its Procurement Policy that would prohibit vendors and suppliers
of goods, services or construction who have legal actions pending against the
City from doing business with it while such matters are unresolved. In addition, this exclusion could also
prohibit persons, associations and not-for-profit organizations from applying
for grants under various City programs while any lawsuit by such person,
association or organization was still pending against the City.
RESPONSE
Having reviewed
the relevant federal trade agreements and provincial legislation set out below,
it is suggested that there exists sufficient legal authority to enact a
litigation exemption with respect to the City’s procurement and grants
policies.
LEGAL
AUTHORITY
a) Trade Agreements:
By way of
background, it should be noted that Canada currently is a party to a number of
trade agreements, namely: (1) the North
American Free Trade Agreement (“NAFTA”); (2) the World Trade Organization Agreement on Government Procurement (“WTO-AGP”);
and, (3) the Agreement on Internal Trade
("AIT."). As an aside, the Canada-Korea Agreement on procurement of
Telecommunications Equipment was rescinded in 2005. Although negotiations are ongoing for a new
Agreement between Canada and Korea, as of the date of this memo, no such
agreement has been concluded.
With the exception
of the Canada-Korea Agreement, the balance of the above-noted agreements
require the Federal Government of Canada to maintain an independent bid
challenge authority. Parliament has
implemented these agreements into Canadian legislation to ensure that the
procurements covered by these agreements are conducted in an open, fair and
transparent manner and, where possible, in a way that maximizes
competitiveness. The Canadian
International Trade Tribunal has been designated as the bid challenge authority
for contracts involving the Federal Government.
Although NAFTA
came into force in Canada on January 1, 1994, the Federal Government has not
extended its coverage to provinces and municipalities. Similarly, the WTO-AGP that came into force
on January 1, 1996 is limited to Federal departments and agencies and, consequently,
provincial or municipal governments are not included under it.
With respect to
the AIT that came into force on July 1, 1995, it is an agreement among the
federal, provincial and territorial governments of Canada. The AIT is intended to reduce and eliminate
barriers to the free movement of persons, goods, services and investments
within Canada and to establish an open, efficient and stable domestic
market. Parties to the AIT have been
working toward removing existing inter-provincial trade barriers, preventing
the establishment of new barriers and harmonizing inter-provincial
standards.
The AIT is founded
on six general principles, intended to prevent governments from erecting new
trade barriers and reducing existing ones, namely: (1) non-discrimination (i.e.
establishing equal treatment for Canadian persons, goods, services and
investments); (2) right of entry and exit; (3) no obstacles to trade; (4)
limiting adverse impacts arising from legitimate trade objectives; (5)
eliminating barriers caused by differences in standards and regulations across
Canada; and, (6) ensuring transparency to promote information being fully
accessible to all interested parties.
In so far as the AIT is concerned, it could be argued that such a
litigation exclusion is supportable pursuant to the fourth principle of the
agreement, namely: that it is a legitimate trade objective with limited adverse
effects intended to promote harmonious and effective business relationships
between the City and prospective vendors and suppliers of goods, services or
construction to it.
Finally, there is
some legal authority to suggest that the AIT also applies to municipal
governments. Nevertheless, since it currently does not have a practical
enforcement mechanism set out within it with effective consequences, it arguably
constitutes a political accord, rather than an adjudicative code, among the
federal, provincial and municipal governments in Canada.
b) Provincial Legislation:
In addition to the
trade agreements, reference must also be made with respect to Ontario’s Discriminatory Business Practices Act
(the “Act”), which applies to all
“persons” (including municipalities) in the province. As stated in Section 2, the Act’s
purpose is: “to prevent discrimination in
Ontario on the ground of race, creed, colour, nationality, ancestry, place of
origin, sex or geographical location
of persons employed in or engaging in business” [emphasis added].
The Act has broad application and is only
subject to only three exceptions: (1) the withholding of services or employment
in the course of a lawful labour dispute; (2) a discriminatory business
practice sanctioned by the Government of Canada; and, (3) a discriminatory
business practice directed towards a province or territory other than Ontario
that is sanctioned by it.
In essence, the Discriminatory Business Practices Act
does not prohibit discrimination on the basis of pending or existing legal
actions against another party.
Consequently, such a policy could be justified as a lawful form of
discrimination in business practices that is not currently prohibited. More specifically, the limited prohibition
would only be in effect while a legal action by a prospective vendor or
supplier was pending and unresolved against the City. Since this party would always have control over the prosecution
or continuation of such a legal action, it arguably could make an informed
decision on the merits of pursuing such a course of action in the first place
or, alternatively, maintaining it.
Further, based on the current shortfalls of the AIT with regard to
effective remedies for complainants, the City could take a measured risk by
relying upon the fourth principal noted above without having to worry about
significant adverse consequences in the event of a successful challenge to the
proposed policy.
Finally, in the
case of grants, the City is not subject to the above considerations and has
more latitude in setting the eligibility requirements for such grants. Pursuant
to Subsection 107(1) of the Municipal
Act, 2001, the City has the broad authority to provide grants on any terms
that Council considers appropriate. Furthermore, as the proposed litigation
exemption in the area of municipal grants would not appear to conflict with
other provincial or federal legislation, it would require the enactment of a
policy by Council to bring about the desired change.
LITIGATION EXCLUSION IN OTHER MUNICIPALITIES
A brief review of
various municipalities in Ontario has revealed that the use of such litigation
exclusions in either procurement policies or tender documents was not
unusual. In this regard, the following
municipalities have implemented some form of litigation exclusion in either
their respective purchasing policies or tender documents:
1.
City of Windsor;
2.
City of London;
3.
City of Brantford;
4.
Regional Municipality of Niagara;
5.
Regional Municipality of Waterloo;
6.
City of Kitchener;
7.
City of Sarnia;
8.
City of Hamilton;
9.
City of Greater Sudbury;
10.
City of Brampton;
11.
District Municipality of Muskoka;
12.
City of Oshawa;
13.
Municipality of Chatham-Kent; and
14.
Town of Markham.
A similar search
for such a provision for grants policies revealed that all eight municipalities
that provided responses indicated that they did not have a policy related to
prohibiting grants to organizations currently involved with litigation with the
municipality. A summary table presenting the results of the practices of other
municipalities in respect to litigation exclusion for procurement and grants
policies are attached as Document 2 and Document 3 respectively.
SUPPLIER PERFORMANCE PROVISIONS
As noted above, a
litigation exclusion considers whether the person or organization is engaged in
a legal action against the City at the time the City initiates the procurement
process. Conversely, a supplier performance provision of a purchasing by-law
operates differently in that it considers whether the person or organization
has entered into contracts with the City in the past and performed poorly.
Pursuant to City
of Ottawa Purchasing By-law No. 50 of 2000, the City Treasurer may, in consultation
with the City Solicitor, prohibit an unsatisfactory supplier from bidding on
future contracts. Such a prohibition applies to suppliers that in the past have
failed to meet contract specifications, terms or conditions, and/or health and
safety requirements. The relevant
provisions of the Purchasing By-law have been attached as Document 1.
The City has
rarely taken the significant step of removing the ability of a vendor to
compete for future municipal contracts.
However, what takes place on a more routine basis, is Supply Management,
along with the operational branch, engages in a meaningful debate with the
vendor intended to clarify expectations, communicate potential outcomes, and
leverage the City position as a major local consumer to encourage suppliers to
improve service levels, and meet contractual obligations.
FINANCIAL IMPLICATIONS
While receipt and
consideration of this memorandum by Council has no financial implications,
implementation of such a policy may result in an increase in costs to the
City. In effect, such a prohibition
against doing business with persons or companies litigating with the City has
the potential to decrease the pool of available service providers. Furthermore,
in the absence of a detailed file review of those persons or organizations
litigating with the City, it is difficult to assess the overall impact of such
a policy on the City’s Procurement Policy or its various grants programs.
In some instances,
the City may wish to conduct business with an entity that, due to extenuating
circumstances (e.g. the need to preserve legal rights in the face of a
limitation period), has initiated litigation against the City. Council may
choose to address this concern by retaining the discretion to accept a bid
where the City Treasurer, in consultation with the City Solicitor, are
satisfied that the litigation will not impact the ability of the parties to
further engage in reasonable business relations.
NEXT STEPS
In the event that
Council enacts a litigation exclusion, the City must ensure that it does not
act in bad faith. In essence, there
must be solid commercial reasons for adopting the litigation exclusion
including saving on costs associated with engaging in relations with parties
that are prone to litigation and avoiding the risk of breaching confidentiality
when dealing with parties against whom the City is engaged in litigation.
Conversely, the City must be careful not to initiate the exclusion in order to
punish a particular individual or organization that will foreseeably be
adversely affected. For these reasons, Council should ensure a fair and open
process leading up to the exclusion’s enactment, including consultations with
the Business Advisory Committee, Business Improvement Areas, and the Arts, Heritage
and Cultural Advisory Committee, among others.
Finally, a
litigation exclusion would affect only applications for grants and procurement
processes initiated subsequent to Council having passed a Motion that amends
the Purchasing By-law and directs City Staff to revise relevant purchasing and
grant documents. In effect, there is no legal authority for Council to make
such a policy change retroactive.
This is for the
information of Council.
Original Signed By
M. Rick O’Connor
City Solicitor
MRO/pc
Attachments:
Document 1 – Provisions of City of Ottawa Purchasing By-law No. 50 of 2000
Document 2 - Summary of
Municipalities with a Litigation Exclusion Policy for Procurement
Document 3 - Summary of
Municipalities with a Litigation Exclusion Policy to Deny Grants
Document 1
City of Ottawa Purchasing By-law No. 50 of
2000
SUPPLIER PERFORMANCE
37. (1) The
Director shall document evidence and advise Supply Management in writing where
the performance of a supplier has been unsatisfactory in terms of failure to
meet contract specifications, terms and conditions or for Health and Safety
violations.
(2) The City Treasurer may, in
consultation with the Director Legal Services, prohibit an unsatisfactory
supplier from bidding on future contracts.
Document 2
Summary of Municipalities in Ontario with a Litigation Exclusion Policy
for Procurement
Sixteen
municipalities in Ontario were contacted in August of 2008. The purpose of this research was to explore
whether other municipalities in Ontario have by-laws, policies, or practices
related to prohibiting businesses that are currently in litigation with them
from bidding on and obtaining municipal contracts.
Of the sixteen
municipalities contacted, eight municipalities have adopted a lawsuit
prohibition by-law or policy applicable to bidders interested in bidding on
municipal contracts for goods, services or construction. Six of the sixteen
municipalities have no such policy or by-law but have inserted lawsuit
prohibition clauses into purchasing / tender documents. Two of the sixteen
municipalities have neither inserted clauses into purchasing / tender documents
nor adopted a lawsuit prohibition by-law or policy.
# |
MUNICIPALITY |
RESPONSE |
COMMENTS FROM THE MUNICIPALITY |
1. |
City of Windsor |
By-law |
Purchasing
By-law |
2. |
City
of London |
Policy |
Purchasing
Policy |
3. |
City
of Brantford |
By-law |
Municipal Code |
4. |
Regional Municipality of Niagara |
By-law |
Procurement
By-law |
5. |
Regional
Municipality of Waterloo |
By-law |
Purchasing
By-law |
6. |
City
of Kitchener |
Policy |
Council Policy |
7. |
City
of Sarnia |
Policy |
Policy |
8. |
City
of Hamilton |
Policy |
Policy in place
on Sep 5, 2007 (unable to verify current status) |
9. |
City
of Greater Sudbury |
No By-law/
Policy |
Tender documents contain lawsuit prohibition clause |
10. |
City
of Brampton |
No By-law/
Policy |
Purchasing
documents contain lawsuit prohibition clause |
11. |
District
Municipality of Muskoka |
No By-law/
Policy |
Tender documents
include broad past performance clause |
12. |
City of Oshawa |
No By-law/
Policy |
Tender documents
include lawsuit prohibition clause |
13. |
Municipality of Chatham-Kent |
No By-law/
Policy |
Tender documents
include lawsuit prohibition clause |
14. |
Town of Markham |
No By-law/
Policy |
Purchasing
documents include lawsuit prohibition clause |
15. |
City
of Sault St. Marie |
No By-law/
Policy |
No lawsuit
prohibition clause inserted into documents |
16. |
City of Toronto |
No By-law/
Policy |
No lawsuit
prohibition clause inserted into documents |
Research of
Ontario municipalities re Procurement and organizations in litigation with the
municipality 15/09/08
Document
3
Summary of Municipalities in Ontario with a Policy to Deny Grants to
Organizations in Litigation with the Municipality
Thirteen
municipalities in Ontario were contacted in September of 2008. The purpose of this research was to explore
whether other municipalities in Ontario have policies related to denying
municipal funding to organizations currently in litigation with them.
Eight of the thirteen
municipalities contacted responded to the request for information. As identified in the table below, none of
the 8 municipalities that responded has a policy that denies funding to
organizations in litigation with the municipality.
# |
MUNICIPALITY |
RESPONSE |
COMMENTS FROM THE MUNICIPALITY |
1. |
City of Windsor |
Does not have
such a policy |
Stated this has
not been an issue as of yet. |
2. |
City of London |
No response |
|
3. |
Regional
Municipality of Niagara |
Does not have
such a policy |
Stated that
perhaps they should consider such a policy. |
4. |
Regional
Municipality of Waterloo |
Does not have
such a policy |
Stated that
perhaps they should consider such a policy. |
5. |
City of
Kitchener |
Does not have
such a policy |
Stated this has
not been an issue as of yet. |
6. |
City of Sarnia |
No response |
|
7. |
City of Hamilton
|
Does not have
such a policy |
No comments
made. |
8. |
City of Greater
Sudbury |
Does not have
such a policy |
Stated that
perhaps they should consider such a policy. |
9. |
City of Brampton
|
No response |
|
10. |
District
Municipality of Muskoka |
No response |
|
11. |
City of Oshawa |
No response |
|
12. |
Municipality of
Chatham-Kent |
Does not have
such a policy |
No comments
made. |
13. |
Town of Markham |
Does not have
such a policy |
No comments
made. |
Research
of Ontario municipalities re Grants and organizations in litigation with the
municipality 11/09/08