1.             PURCHASING BY-LAW – REVIEW

 

                                RÈGLEMENT SUR LES ACHATS - ÉTUDE ET REVUE

 

 

Committee recommendationS as amended

 

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.                  Staff be directed, prior to implementing a bidding prohibition against suppliers engaged in litigation with the City, to clarify the grounds upon which such discretion would be exercised (e.g. when a supplier has committed fraud against the City or one of its boards or corporations, has a history of failing to perform under the terms of a contract or has been found to be in breach of health and safety conditions) and to consult with the Business Advisory Committee with respect to same and report back to the Corporate Services and Economic Development Committee; and

 

6.                     As part of the City of Ottawa making the formal amendments to its Purchasing By-law, staff consult with the Business Advisory Committee to ensure that the roll-out of these new City procedures will be brought to the attention of the business community in a timely manner; and

 


7.                  The Chief Procurement Officer and/or the City’s contact person identified in a formal procurement process be the only official points of contact for bidders in a City procurement process or a complaint thereof and that bidders shall not contact either elected representatives or other staff regarding that bid; and

 

8.                  The criteria to engage the services of a Fairness Commissioner in specific procurement processes as set out in Recommendation 2 of the Report, be adopted and expanded to also include the Recommendations of the Business Advisory Committee dated January 18, 2010 for the management of such services by:

 

(a)               ensuring that the use of Fairness Commissioners is carefully managed to avoid project delays and increases in acquisition costs;

 

(b)               having Fairness Commissioner services engaged through a competitive process and that the cost for such services to the City is fair and reasonable; and

 

(c)                ensuring the scope of such services is clearly defined, as part of the engagement, including required deliverables such as written reports and presentations to Committee and Council, if necessary.

 

 

RECOMMANDATIONS MODIFIÉES DU COMITÉ

 

Que le Conseil approuve 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.         de charger le personnel de préciser, avant de bannir du processus de soumission un fournisseur en litige avec la Ville, les motifs justifiant une telle mesure (p. ex., lorsque le fournisseur a fraudé la Ville, l’un de ses conseils, comités ou sociétés, qu’il a par le passé manqué à ses obligations au titre d’un contrat ou qu’il a été jugé avoir contrevenu aux conditions relatives à la santé et à la sécurité) et de consulter à ce sujet le Comité consultatif sur les affaires et déposer un rapport devant le Comité des services organisationnels et du développement économique;

 

6.         dans le cadre du processus de modification officielle par la Ville d'Ottawa de son Règlement sur les marchés, le personnel obtiendra l’avis du Comité consultatif sur les affaires pour veiller à ce que la mise en oeuvre de cette nouvelle procédure municipale soit rapidement communiquée au milieu des affaires;

 

7.         l’agent principal des achats ou la personne nommée à cette fin dans le cadre d’un processus d’appel d’offres, ou les deux, seront les seules personnes-ressources officielles pour les soumissionnaires parties à un processus d’appel d’offres municipal ou au dépôt d’une plainte à ce sujet et qu’il sera interdit aux soumissionnaires de s’adresser aux représentants élus et aux autres membres du personnel concernant cet appel d’offres;

 

8.         les critères pour recourir aux services d’un commissaire à l'équité dans le cadre d’un processus d’appel d’offres précis, comme l’indique la recommandation 2 du rapport, seront adoptés et augmentés afin d’inclure également les recommandations formulées le 18 janvier 2010 par le Comité consultatif sur les affaires au sujet de la gestion de ces services :

 

a)                  en veillant à ce que le recours aux services de commissaires à l’équité soit géré avec soin afin d’éviter de retarder des projets ou de hausser les coûts d’acquisition;

b)                 en ne retenant les services d’un commissaire à l'équité qu’à la suite d’un processus concurrentiel et à un prix juste et raisonnable;

c)                  en s’assurant de circonscrire clairement dans l’entente la portée de ces services, y compris en ce qui a trait aux réalisations attendues comme les rapports et les soumissions au Comité et au Conseil, au besoin.

 


Documentation

 

1.                  Corporate Services and Economic Development Committee report dated 29 November 2009 (ACS2009-CMR-FIN-0058)

 

2.                  Extract of Draft Minute, 19 January 2010.

 


Report to/Rapport au :

 

Corporate Services and Economic Development Committee

Comité des services organisationnels et du développement économique

 

and Council / et au Conseil

 

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:

PURCHASING BY-LAW - REVIEW

 

 

OBJET :

RÈGLEMENT SUR LES ACHATS - ÉTUDE ET REVUE

 

 

REPORT RECOMMENDATIONS

 

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.

 

 

RECOMMANDATIONS DU RAPPORT

 

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.

 

 

BACKGROUND

 

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.

 

CONSULTATION

 

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.

 

 

LEGAL/RISK MANAGEMENT IMPLICATIONS

 

There are no Legal/Risk Management impediments to implementing any of the recommendations in this report.

 

 

FINANCIAL IMPLICATIONS

 

There are no financial implications.

 

RURAL IMPLICATIONS

 

There are no rural implications for this report.

 

SUPPORTING DOCUMENTATION

 

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

 

 

DISPOSITION

 

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.


 

DOCUMENT 1

 

 

GOVERNMENT OF CANADA:  PROCUREMENT COMPLAINTS

 

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

 

DRAFT COMPREHENSIVE COMPLAINTS PROCESS

 

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.

 

If, at the completion of Phase One, there is a better understanding and the vendor accepts the City position, the procurement will resume, including the contract award.  If the vendor is not satisfied with the explanation, the complaint shall proceed to Phase Two.  

 

Phase Two - Panel

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.

 

Phase Three – Committee and Council

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.

 


APPENDIX A

 

DEBRIEFING GUIDELINE

 

Purpose

 

When

 

Why a “best practice”

 

Who

 

Key Concepts

·         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



PURCHASING BY-LAW - REVIEW

RÈGLEMENT SUR LES ACHATS - ÉTUDE ET REVUE

ACS2009-CMR-FIN-0058     CITY WIDE/À L'ÉCHELLE DE LA VILLE

 

M. Rick O’Connor, City Clerk and Solicitor and Marian Simulik, City Treasurer, spoke to a PowerPoint presentation that outlined the key points of the report.  A copy of the staff presentation was circulated and is held on file with the City Clerk.

 

Mr. O’Connor noted that the report had been tabled at the CSEDC meeting of 1 December 2009 for further public consultation and review.  Since that date, pursuant to the Committee’s direction, staff met with Rob Collins, the City’s Chief Technology Advisor, on 8 January 2010.  Staff also had an extensive briefing with the Business Advisory Committee (BAC) on 12 January 2010.  He noted that the previous day the BAC forwarded their comments and recommendations on the report, which had been circulated to Committee members.  Also, legal and procurement staff met with outside legal counsel with regards to many of these ideas that had been raised both with BAC and Mr. Collins.  As a result, staff have done some reviews and revisions which were presented to Committee.

 

During the presentation, Mr. O’Connor noted that subsequent to 8 July 2009, there were additional matters raised at Committee and Council regarding procurement, including the use of fairness commissioners, whether or not Council could enact a local preference policy, and  litigation exclusion with regards to procurement.  All of these things were added to this report.

 

In reference to the model being proposed, Mr. O’Connor noted that it was a modified version of the process adopted by the City of Toronto, which would retain City Council as the ultimate authority.

 

Mr. O’Connor suggested the “single point of contact” would belong in two areas with respect to how Committee limits the debate or discussion on procurement processes underway or currently going through a complaints process.  He referenced an article in the Montréal Gazette over the weekend that indicated the City of Montréal had tabled their budget and it included $10 million to fight corruption in that municipality.   As part of that, their procurement process would prohibit bidders from discussing during the bidding process any matters, except for the single point of contact in their procurement office or in their operations.   He noted this is what the City of Toronto has and is what is being recommended through some motions staff crafted for the benefit of Committee. 

 

Mr. O’Connor suggested that, not only during the procurement process, but up until the panel report is tabled at this Committee, bidders should not be discussing the matter with anyone other than the single point of contact or the Chief Procurement Officer.  

 

Chair Jellett wished to thank the Business Advisory Committee for the hard work they had put into this process.   He informed the Committee that the City Solicitor drafted a number of motions to reflect the discussion he had with BAC.

 

Rob Sproule, Chair of the Business Advisory Committee (BAC), stated that BAC was blessed to have several participants with considerable knowledge in the procurement area.  He spoke to a written presentation, which is held on file with the City Clerk.  His main points are as follows:

 

 

Mr. Sproule advised that BAC supported the objection process.  The local preference provision caused concern, and the discussion was that if the evaluation criteria were properly crafted, it would be unlikely that there would be a tie. 

 

The BAC did have concerns with discretion being given to the City Treasurer (for the litigation exclusion), and following the additional comments from the City Solicitor, perhaps having provisions that precluded people from being part of a tendering process.  Although, giving staff the opportunity to provide relief would be better than having staff step in when there is litigation on the table already.  Mr. Sproule suggested that it might be more useful if staff are able to provide relief if the rules are overly onerous in a particular situation.

 

Councillor El Chantiry agreed with BAC’s comments with respect to elected officials being too involved in the competitive purchase process.  In response to a follow up question from the Councillor, Mr. Sproule did not think there had been any discussion about limiting involvement when the evaluation criteria are developed.  He suggested that there could be an approval process on evaluation criteria, or a more fulsome discussion, as it would be better to consider the range of alternatives at the front end of the process and make a determination there on what is sought after.  Councillor El Chantiry advised that he would be asking staff the same question when the opportunity arose. 

 

Councillor El Chantiry thanked BAC for the additional proposed recommendations as it captured what was missing in the report.  Mr. Sproule noted his agreement that there should not be a blank litigation exclusion, given that the City could be at fault at times and companies should not be penalized. 

 

Councillor Chiarelli stated that he was interested in the distinction between organizations that say the City should be run more like a business.  Mr. Sproule explained that BAC opposed the recommendation that the City Treasurer be given the ability to rule somebody unable to bid.  The discussion was that a blanket, unfettered right for staff to make a decision about who was or was not eligible, was a recipe for more litigation.   BAC’s recommendation was that there should be a series of policies and scenarios developed in advance so there is no appearance of favoritism, or the opposite, in staff making decisions.  He emphasized that there must be good, solid well-based guidelines for staff in reaching any decisions they are going to make.  He reiterated that perhaps making those guidelines and regulations on the heavy side, and giving staff the right to grant relief if the circumstances seem appropriate, would be less likely to draw litigation than having staff imposing penalties on people who are already engaged in litigation. 

 

Councillor Chiarelli remarked that Councillors are elected to make decisions such as those surrounding procurement.  He said there are arguments for and against Councillors being involved in the process, noting that the issue had recently been raised by radio hosts with differing opinions, specifically concerning the bus call procurement.  He questioned how Councillors could balance the responsibility and the accountability, because someone will have to make the decisions and it becomes a question of whether that someone is accountable for it.

 

Mr. Sproule replied that the goal of radio hosts is to generate discussion to produce a better show.  He added that when there is turmoil at the award end of any contract it usually means the evaluation criteria were not adequate.  Council would be much wiser investing the time , effort and thought at the front end of the process before the tenders go out since the evaluation criteria are public.  A better job at that end will eliminate virtually all the problems at the award end of the contracting process.

 

In response to a question from Councillor Desroches, Mr. Sproule agreed that there should not be an ability to bar somebody from the procurement process if they were engaged in some form of litigation in the past.  The only concern that he mentioned earlier was that there be guidelines for staff in making that decision, and that it not be left to what, from the outside, would appear to be an arbitrary decision making process.  

 

Councillor Desroches noted that Mr. Sproule remarked that he supported the reorganization of resources so that there is a strong procurement officer.  The Councillor advised that the City is currently spending over $800 million a year in contracts and procurements, and that number is expected to grow.  He noted there may be some that would criticize this and say that the City is adding a layer.  Mr. Sproule did not see it as adding a layer and suggested that setting policies and facilitating service will continue to grow making it important that there be an independent, objective procurement process.

 

Councillor Desroches reiterated his earlier remark that the rules need to protect the taxpayer but the City should also have a friendly face for business in the local business community.  Staff have been working with the local business industry to offer workshops in order to explain the process and provide insights on how to do business with the City.  The Councillor suggested that he would rather see the work done upstream with business rather than during the procurement process.  Mr. Sproule agreed and restated that decisions should be made on the criteria at the front end of the purchasing process.  He added that education workshops and maintaining a liaison with local businesses is easily done through these workshops or Chambers of Commerce.  He supported the Councillor’s view that a good working relationship with the business community is important and there are a number of ways to make that happen.

 

Councillor Wilkinson referred to the “criteria” referenced by the delegation.  She thought the problems that developed last year, which she was very involved in, were based more on the criteria and how they were used than on the whole system.  The Councillor expressed her concern with the number of people who are disqualified before beginning the process because of the way the criteria are currently set up.  She used the example of calling out the stops on buses, noting the company that got the contract for Toronto was disqualified by Ottawa as not being technically capable.  Mr. Sproule supposed that in larger, more complex procurement processes, bringing in an independent fairness commissioner to assist at the request stage would go some way towards dealing with that.   He added another option with respect to a communication strategy with the local business community would assist in bringing forward concerns on why the last process for procuring a particular good or service was not fair, and adjustments can be made going forward.  

 

Councillor Wilkinson stated that she was told by some companies that they would not bid for the City because of the way the evaluation is done.  She advised that there was a meeting taking place on 5 February at the Nepean Sportsplex for information technology (IT) companies to review the five-year IT plan and the procurement system.  Invitations have just recently been sent out but she asked if Mr. Sproule or a Member of BAC would be interested in attending that event.  Mr. Sproule indicated he would aim to be there.

 

With respect to local preference referred to by the delegate, Councillor Wilkinson noted that the Federation of Canadian Municipalities moved a motion because of the “buy American” policy, and thought it interesting that the Province has criteria for 25 percent buy-in-Ontario content but enforces another rule for municipalities.  

 

Councillor Wilkinson questioned whether the criteria could include things like having local people available to work on the materials.  Since this would be in Canadian dollars it would eliminate the worry about transfers if there were additional costs.  She also questioned how Councillors would go about viewing those criteria.  Mr. Sproule thought the criteria could accomodate such things as the Councillor suggested and added that Councillors could ask to review the criteria with staff in advance of the proposal going out.

 

Councillor Wilkinson suggested the IT Sub-committee might be able to take on some of that responsibility.  Mr. Sproule commented that with complex issues, the details should be managed at the front end of the process to avoid costly problems at the back end.  

 

Councillor Wilkinson noted that in the case of technology procurements in particular, the product specified in the beginning and obtained at the end of a two-year process may already be outdated.  She thought it might be possible to change the process to ensure that the most up to date product would be the one obtained at the end of a process.

 

Mr. Sproule replied that can be a complex discussion because trying to be cutting edge is usually risky and expensive, while being a step or two behind the curve, especially on technology, is sometimes safer and less expensive.  Every procurement process will be different depending on its focus, so the details should be firm for each process at the front end..

 

In response to Councillor Wilkinson’s concerns in instances when businesses win their litigation against the City, Mr. Sproule suggested that is why the BAC saw the need to expand policies, guidelines and procedures concerning litigation.  There is a wide range of possible circumstances, and in fairness to both suppliers and staff, he suggested it was important to spend the time at the front end on establishing fair guidelines and allowing staff some flexibility within those priorities.

 

Councillor Wilkinson concluded by expressing her appreciation for Mr. Sproule’s attendance at Committee and the work put in to the notes sent to Committee in advance, as that is the kind of information that is very helpful from an Advisory Committee.

 

Councillor Brooks expressed concerns about how to create a balance between local and multi-national businesses, bearing in mind the taxpayers who will eventually pay for it all.  Mr. Sproule reiterated there is not one solution that would cover all of the City’s procurement processes.  Discussion needs to occur at the front end when criteria are being set to determine who it might screen out.  He noted there may be a tendency sometimes to restrict the number of possible bidders because it makes it less complicated and there may be other instances where having a strong local service and support component is critically important.  Every situation is going to be different so it is important that the discussion occur at the front end when the evaluation criteria are being set, in time to get feedback from staff on the potential impact of moving each of the criteria one way or another.

 

In response to a follow up question from the Councillor, Mr. Sproule stated that Council would be responsible for setting the terms of reference and the rules under which this process is going to run.  Those will be presented by staff, in consultation with other municipalities, and with legal counsel and procurement professionals.  There is a lot of new work being done in this area at the federal, provincial and municipal levels, and guidelines are available.

 

Councillor Brooks commented that in the past, there were many examples where a decision was made but the outcome did not reflect the criteria because it had changed during the process.  His last question, which the Councillor noted was partly directed to staff, was if this new approach would identify the individual.  Mr. Sproule suggested that staff would be in a better position to respond to that question.  Both the Chair and Mr. O’Connor responded to that question affirmatively.

 

Having finished with questions to the delegation, Committee proceeded to address their questions to staff.  The Chair noted that there were five motions which had been prepared, but had not yet been introduced.

 

Councillor Brooks expressed his appreciation for the staff presentation, which he suggested was very clear, concise.  He referred to the presentation regarding the Chief Procurement Officer and asked what the additional cost are related to this position.  Ms. Simulik confirmed that there would be an additional cost but the intention would be to absorb that cost within the Finance Department. 

 

Councillor Brooks also inquired if other staff would be added under the Chief Procurement Officer.  Ms. Simulik confirmed that existing staff are in place to support this position.  She also confirmed that, further to the Councillor’s earlier question, that the Chief Procurement Officer would be the person responsible if things went off track.  Further, she noted that, in discussing the matter with Jeff Byrne, Manager of Supply, and Rob Collins, Technology Advisor, if through the process things began to go off track, this position would have the authority to pull the procurement and start from the beginning.  That is why the position must be at that level, as often this position would need to break that news to a General Manager or Deputy City Manager that we are pulling the plug and starting over.

 

Councillor Brooks, made reference to Ms. Simulik’s earlier comment pertaining to slide reference to Slide 7 (re: Fairness Commissioners) that the intent is not to increase costs.  He suggested something more definite than that was needed.

 

In response to a question from the Councillor regarding the City Treasurer’s earlier comments pertaining to the Fairness Commissioners, Ms. Simulik explained that, currently, the majority of the purchasing is for capital works in which a budget already is established.  The Chief Procurement Officer (CPO) would identify in advance projects that require a fairness commissioner and the CPO would ensure that there is appropriate room within that capital budget to absorb it.  She noted staff had provided information on how much had been spent to date on fairness commissioners.  Ms. Simulik suggested that, given the magnitude of the projects, the amount is not particularly significant.  She maintained it is something that should be done more often and advised that it would be built into the capital component of those works.

 

Councillor Brooks wished to be clear with regards to the language, as “intent” has certain connotations with it.  With regards to the local preference referred to in the presentation, he noted that 95 per cent of the annual purchasing dollar is spent in the local area, and wondered what dollar figure that represented.  Ms. Simulik stated that the amount was approximately $750 million dollars.

 

With regards to the local preference, and “buy local,” Councillor Brooks inquired how it could be enforced with the labour and discrimination laws.  Mr. O’Connor explained that the City could not invoke a policy locally, because the Discriminatory Business Practices Act is very clear, it cannot be discrimination on the basis of geography.  He reiterated that the suggestion is that it could be used as one of the criteria for a tiebreaker, but as noted by Mr. Collins in his discussions with staff, there have only been two ties in the last several years in all of these procurements, and both times the proponents were local; therefore it was decided by a flip of a coin.

 

Mr. O’Connor agreed with the statement made by Councillor Wilkinson earlier in that the Province has its own criteria, but added that they are the ones that passed the Discriminatory Business Practices Act, therefore staff would need to refer to them.  He suggested what they would fear on a larger policy issue would be 444 different local preference policies that would then become unmanageable for most businesses.

 

Councillor Brooks asked staff to define local.  The City Solicitor noted that staff had given that some consideration with regards to a definition, and what they would recommend if Council wanted to go down that path, would be to borrow the term that is used currently in the Agreement on Internal Trade by the federal government, because they have a “Canadian Supplier” definition, which they define as “A supplier who has a place of business in Canada.” If converted to a local supplier, it would be a supplier with a place of business in the City of Ottawa.  He reiterated that this would only be for the purposes of a tie breaker.  He suggested the Treasurer or Manager of Supply could speak to the other criteria that the City has for tie breakers that may be of interest to the Committee.

 

Again with regards to the local preference, Councillor Brooks inquired, in a situation where there are six or seven companies claiming to be local, and six or seven multinational corporations, if this would seen as moving into more legal debate.  Mr. O’Connor agreed and noted that whenever there is a procurement issue, and if it was based on a tie, that would certainly be something that lawyers would want to examine.   He suggested it could indeed be problematic with a legal challenge down the road. 

 

Councillor Brooks wondered how a situation could be prevented such as a multinational company attempts to monopolize certain local businesses and other local businesses would not be able to compete because they small companies.  Mr. O’Connor suggested that it could not be  prevented and suggested the Councillor was raising some of the reasons why Committee may not accept this.  He noted this was the same discussion BAC had, with respect to how ‘local’ was defined.  He added that even if there is a legal definition, it would not prevent companies in affiliating or creating a corporate structure on a temporary basis for the term of the contract.

 

Councillor Desroches was pleased that the procurement process has come forward, and suggested that the City should look at the experiences of other jurisdictions and the wreckage that they have experienced through very difficult procurement processes that really rattled the foundation of the public’s confidence in government.  He followed up on his earlier question to Mr. Sproule, regarding how the City could help businesses and asked staff their perspective on the status of a session that was hosted by the City and the federal government.  Mr. Byrne informed Committee that the session went very well with 250 registered participants and another session is schedule with the Federal government and the Province on 3 March.

 

With respect to the Chief Procurement Officer position, Councillor Desroches believed it would provide consistency to ensure that the rules are enforced with integrity and fairness in the process.  He referred to the Smart Bus process and asked staff to confirm that the CPO would have the full scope of the entire City of Ottawa and not just one or two branches.  Ms. Simulik explained that purchasing is responsible for adherence to the by-law for the entire corporation including OC Transpo, Ottawa Police and the Ottawa Public Library, which is the reasoning for the elevation of this position.   She added that problems in the last year related to the Information Technology (IT) area but with the establishment of the IT Sub-committee, it will be responsible for developing procurement strategies and reviewing evaluating criteria.  She highlighted that there is an average of 1500 contracts a year, noting that two out of the 1500 last year did not go well.

 

Councillor Desroches asked that if we approve and engage of Chief Procurement Officer I don’t think we are done I think this is the first phase of how we strengthen procurement, this is an important area for us because we are going to achieve a lot of our efficiencies through procurement so I don’t think we are finished today in terms of strengthen it I would like to think we are not learn from the school of hard knocks and how we can continue to improve this, and I would think that should be part of that persons mandate, on the job to look at over the course of the next year or the next two years of their mandate and come back to committee with where we need to tighten things up, because I don’t think we are done today and I don’t want to learn from the school of hard knocks that we have not plugged some holes.

 

In response to a question from the Councillor, Ms. Simulik agreed that there is still a lot  of work within the procurement division in terms of structuring and establishing a strategic sourcing unit, which will be responsible for such things as compliance.  She added that there will also be an annual and mid-term review of the purchasing by-law, twice a term review of governance.

 

Councillor El-Chantiry restated his question earlier with respect to solidifying the scope prior to the RFP process to ensure no changes are made.  The City Treasurer advised that there will be a mechanism in place that will define the evaluation of the bidders, which is what the IT Sub-Committee will be tasked with preparing. 

 

In response to a further question from the Councillor, Mr. O’Connor clarified that the recommendations on page 18 of the staff report were from the Bellamy report.  He added that staff prepared some motions based on their discussion with BAC and should Council wish to move in that direction, and motions get passed with the complaints process or the single point of contact, he suggested that it would be acceptable for Committee to provide direction in terms of the complaints process.

 

Councillor El-Chantiry referred to the recommendation, noting some are requesting Council be removed completely from the process, but asked if it would be possible for staff or the Fairness Commissioner’s Office, the Clerk or Treasurer and/or the Procurement Officer to include a couple of individuals such as a university professor to review the process in the early stages.  He added that it would only come before Council as a Whole if there was a problem with the policy without knowing any details with respect to the applicants.  Mr. O’Connor clarified that the Councillor was referring to increased flexibility on the review panel and advised that it would be the responsibility of the Chief Procurement Officer who would presumably be the head of the Panel to voice that there is a need for particular advice in a certain area.

 

Ms. Simulik explained, in a request for clarification from Councillor Wilkinson, that if the City is entering into a process where it may be considered a successful challenged, the Chief Procurement Officer could stop the process and have it re-start with new rules in place to ensure there is no risk.  Further, she explained that the Chief Procurement Officer will have a duel role in that this person would responsible for all procurements and ensuring the City gets best value. 

In addition, currently all vendor are offered a debriefing from the Procurement Officer to advise as to how they did in the procurement.

 

Councillor Wilkinson questioned the process for the complaints that are received during the process.   Mr. Byrne explained that they are currently listening to complaints during the process with regards to the evaluation criteria.  Once the bids solicitation list document is made public, the industry has the opportunity to provide comment, which are taken very seriously and discussed at a high level and then a decision is made as to whether a revision is required. 

 

In reference to Councillor Wilkinson’s last question with respect to the motion on the litigation that was prepared by staff, she noted that it did not include that the criteria be approved by the Committee.  The City Treasurer assured that because it is a guideline, it would automatically be brought back to this Committee for approval. 

 

Councillor Bloess did not believe that all concerns were captured with respect to local suppliers.   Mr. Byrne used the example of maintenance contracts, noting that specifications would include such things as a response time will no more than eight hours or that repair work will be done locally.  He advised that statistics reflect that 95 per cent of the work is currently provided locally. 

 

At this juncture, Acting Chair Desroches requested Committee to consider the motions put forward. 

 

Councillor El-Chantiry read the following motion:

 

WHEREAS the Business Advisory Committee received a comprehensive presentation from staff at their January 12th, 2010 meeting;

 

AND WHEREAS the Business Advisory Committee has submitted a memo, dated January 18th, 2010, which sets out their comments and recommendations on the Report on the Purchasing By-Law Review; and,

 

AND WHEREAS the Business Advisory Committee supports a litigation exclusion on bidders, subject to staff clarifying the circumstances under which such an exclusion would be applicable; 

 

THEREFORE BE IT RESOLVED that Recommendation 5 of the Report be amended by directing staff, prior to implementing a bidding prohibition against suppliers engaged in litigation with the City, to clarify the grounds upon which such discretion would be exercised (e.g. when a supplier has committed fraud against the City or one of its boards or corporations, has a history of failing to perform under the terms of a contract or has been found to be in breach of health and safety conditions) and to consult with the Business Advisory Committee with respect to same.

 


At this point, Mr. O’Connor reminded Committee that the following wording be included in the motion: “back to Corporate Services and Economic Development Committee for approval”.

 

Committee then approved the motion, as amended:

 

Moved by E. El-Chantiry,

 

WHEREAS the Business Advisory Committee received a comprehensive presentation from staff at their January 12th, 2010 meeting;

 

AND WHEREAS the Business Advisory Committee has submitted a memo, dated January 18th, 2010, which sets out their comments and recommendations on the Report on the Purchasing By-Law Review; and,

 

AND WHEREAS the Business Advisory Committee supports a litigation exclusion on bidders, subject to staff clarifying the circumstances under which such an exclusion would be applicable; 

 

THEREFORE BE IT RESOLVED that Recommendation 5 of the Report be amended by directing staff, prior to implementing a bidding prohibition against suppliers engaged in litigation with the City, to clarify the grounds upon which such discretion would be exercised (e.g. when a supplier has committed fraud against the City or one of its boards or corporations, has a history of failing to perform under the terms of a contract or has been found to be in breach of health and safety conditions) and to consult with the Business Advisory Committee with respect to same and report back to the Corporate Services and Economic Development Committee.

 

                                                                                                            CARRIED

 

 

Moved by E. El-Chantiry,

 

WHEREAS the Business Advisory Committee received a comprehensive presentation from staff at their January 12th, 2010 meeting;

 

AND WHEREAS the Business Advisory Committee has submitted a memo, dated January 18th, 2010, which sets out their comments and recommendations on the Report on the Purchasing By-Law Review; and,

 

AND WHEREAS it is important that adequate notice be given to the business community of any significant changes to the City’s Purchasing By-law; 

 

THEREFORE BE IT RESOLVED that, as part of the City of Ottawa making the formal amendments to its Purchasing By-law, staff consult with the Business Advisory Committee to ensure that the roll-out of these new City procedures will be brought to the attention of the business community in a timely manner.

 

                                                                                                            CARRIED

 

Councillor El-Chantiry read the following motion:

 

WHEREAS the Business Advisory Committee received a comprehensive presentation from staff at their January 12th, 2010 meeting;

 

AND WHEREAS the Business Advisory Committee has submitted a memo, dated January 18th, 2010, which sets out their comments and recommendations on the Report on the Purchasing By-Law Review; and

 

AND WHEREAS the Business Advisory Committee has stated, “in order to ensure the integrity of the competitive system, the City is strongly urged to restrict the flow of information to and or involvement by any person(s) not directly involved with a competitive purchase”.

 

THEREFORE BE IT RESOLVED that, the Chief Procurement Officer and/or the City’s contact person identified in a formal procurement process be the only official points of contact for bidders in a City procurement process or a complaint thereof and that bidders shall not contact either elected representatives or other staff regarding that bid; and

 

THEREFORE BE IT FURTHER RESOLVED that, should a bidder fail to comply with such protocol, it shall forfeit its award of contract from the City without any claim whatsoever for loss or damages against the City.

 

Councillor Wilkinson felt that the second paragraph was onerous and suggested that it be removed.  Mr. O’Connor agreed that it be removed and offered to provide different wording when the revisions are brought back to Committee.  Chair Jellett confirmed that the removal of the second paragraph be considered as a friendly amendment.

 

Moved by E. El-Chantiry,

 

WHEREAS the Business Advisory Committee received a comprehensive presentation from staff at their January 12th, 2010 meeting;

 

AND WHEREAS the Business Advisory Committee has submitted a memo, dated January 18th, 2010, which sets out their comments and recommendations on the Report on the Purchasing By-Law Review; and

 

AND WHEREAS the Business Advisory Committee has stated, “in order to ensure the integrity of the competitive system, the City is strongly urged to restrict the flow of information to and or involvement by any person(s) not directly involved with a competitive purchase”.

 

THEREFORE BE IT RESOLVED that, the Chief Procurement Officer and/or the City’s contact person identified in a formal procurement process be the only official points of contact for bidders in a City procurement process or a complaint thereof and that bidders shall not contact either elected representatives or other staff regarding that bid.

 

                                                                                                            CARRIED

 

 

Moved by E. El-Chantiry,

 

WHEREAS the Business Advisory Committee received a comprehensive presentation from staff at their January 12th, 2010 meeting;

 

AND WHEREAS the Business Advisory Committee has submitted a memo, dated January 18th, 2010, which sets out their comments and recommendations on the Report on the Purchasing By-Law Review; and,

 

AND WHEREAS the Business Advisory Committee has endorsed the use of Fairness Commissioners in City procurement processes, subject to certain conditions;

 

THEREFORE BE IT RESOLVED that the criteria to engage the services of a Fairness Commissioner in specific procurement processes as set out in Recommendation 2 of the Report, be adopted and expanded to also include the Recommendations of the Business Advisory Committee dated January 18, 2010 for the management of such services by:

 

a)                  ensuring that the use of Fairness Commissioners is carefully managed to avoid project delays and increases in acquisition costs;

b)                  having Fairness Commissioner services engaged through a competitive process and that the cost for such services to the City is fair and reasonable; and

c)                  ensuring the scope of such services is clearly defined, as part of the engagement, including required deliverables such as written reports and presentations to Committee and Council, if necessary.

 

                                                                                                            CARRIED

 

Councillor Desroches read the following motion:

 

WHEREAS the number of workplace deaths and injuries are at unacceptable levels; and the quality of workmanship vital to the durability and achievement of the lowest future maintenance costs of capital expenditures ; and the need to encourage the supply of skilled workers and support of Provincial Labour Legislation of critical importance; and

 

WHEREAS all levels of government tend to be amongst the largest purchasers of construction and maintenance services; and

 

WHEREAS significant public policy goals can be achieved by the procurement/purchasing policies of The Corporation of the City of Ottawa;

 

THEREFORE BE IT RESOLVED that all Requests for Proposals (RFP) for Construction or Maintenance Services by the City of Ottawa include criteria in the RFP (Request for Proposals) documents for assessing the 5-year health and safety record; the 5-year record of support for apprenticeships; and adherence to the Trades Qualifications Apprenticeship Act and the Apprenticeship Act of Ontario for all Contractors and Suppliers bidding for either construction or maintenance work for the Corporation of the City of Ottawa; and

 

BE IT FURTHER RESOLVED that employers who have a sub-standard record in health and safety or a sub-standard record of apprenticeship support or who do not respect Provincial Legislation be excluded from bidding on publicly funded City Projects; and,

 

BE IT FURTHER RESOLVED that the City exclude employers who have a sub-standard record in hiring and training apprentices from bidding on publicly funded projects using the last 5-year history of a supplier of construction services in the assessment process.

 

Councillor Desroches believed that there were useful recommendations in the motion and although staff had an opportunity to review it, he felt that more time was required to do a full analysis; therefore suggested referring it to staff prior to the entire package going forward to Council. 

 

Councillor Wilkinson agreed with the referral but asked if there should be a specific date attached to the referral.  Mr. O’Connor suggested that Committee would refer be given for Council to deal with this at its 27 January 2010 meeting. 

 

Chair Jellett voiced his concern regarding the time frame that is referenced within the document, questioning that if a company would be exempted if it only has been in existence for three years or does not have an apprentice program because it only has two employees and both are certified electricians.  Mr. O’Connor said that they also have questions about the language, and advised that if the analysis was not ready in time for Council, then it would be considered during the next governance later in the year, in the next term of Council. 

 

Councillor Chiarelli urged Committee to vote against the motion as he felt that even though it is a good intention, the City has a vast array of policy positions, goals and objectives, and if companies are being imposed upon through the procurement process, no one will want to do business with the City.  

 

Councillor Desroches felt that the motion deserved the opportunity to go through an analysis and added that he agreed the procurement process should not be a means by which priorities are engineered of other organizations.  He referred to the second last paragraph and advised that he fully expects that contractors would comply with provincial legislation and that would be a criteria by which would be determining if they would be hired or not.  

 

In response to a question from Councillor El-Chantiry, Mr. O’Connor advised that if possible, staff would have a response on this matter for Council on 27 January.  Should staff not have the opportunity to prepare it for the Council meeting, it would be dealt with at the same time as the guidelines.

 

Moved by S. Desroches on behalf of B. Monette,

 

WHEREAS the number of workplace deaths and injuries are at unacceptable levels; and the quality of workmanship vital to the durability and achievement of the lowest future maintenance costs of capital expenditures ; and the need to encourage the supply of skilled workers and support of Provincial Labour Legislation of critical importance; and

 

WHEREAS all levels of government tend to be amongst the largest purchasers of construction and maintenance services; and

 

WHEREAS significant public policy goals can be achieved by the procurement/purchasing policies of The Corporation of the City of Ottawa;

 

THEREFORE BE IT RESOLVED that all Requests for Proposals (RFP) for Construction or Maintenance Services by the City of Ottawa include criteria in the RFP (Request for Proposals) documents for assessing the 5-year health and safety record; the 5-year record of support for apprenticeships; and adherence to the Trades Qualifications Apprenticeship Act and the Apprenticeship Act of Ontario for all Contractors and Suppliers bidding for either construction or maintenance work for the Corporation of the City of Ottawa; and

 

BE IT FURTHER RESOLVED that employers who have a sub-standard record in health and safety or a sub-standard record of apprenticeship support or who do not respect Provincial Legislation be excluded from bidding on publicly funded City Projects; and,

 

BE IT FURTHER RESOLVED that the City exclude employers who have a sub-standard record in hiring and training apprentices from bidding on publicly funded projects using the last 5-year history of a supplier of construction services in the assessment process.

 

                                                                                                            REFERRED

 

YEAS (8):    Councillors R. Bloess, G. Brooks, D. Deans E. El-Chantiry, M. McRae, M. Wilkinson, S. Desroches and Chair Jellett.

 

NAYS (1):   Councillor R. Chiarelli.

 

 

Chair Jellett confirmed that the above motion has been referred to staff to bring back to Council or this Committee depending timing and resources.  In response to a question from the Chair, Mr. O’Connor confirmed that staff would be discussing this with the Building and Trades Council as part of their consultation. 

 

Chair Jellett noted that he has residents, mostly from snow plowing businesses that advise they cannot get a job with the City, nor can they apply to outlining municipalities as they do not hire outside their jurisdiction.  Mr. O’Connor advised that staff, upon a diligent search, have been unable to find a municipality that passed a policy such as described by the Chair. 

 

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.         Staff be directed, prior to implementing a bidding prohibition against suppliers engaged in litigation with the City, to clarify the grounds upon which such discretion would be exercised (e.g. when a supplier has committed fraud against the City or one of its boards or corporations, has a history of failing to perform under the terms of a contract or has been found to be in breach of health and safety conditions) and to consult with the Business Advisory Committee with respect to same and report back to the Corporate Services and Economic Development Committee; and

 

6.         As part of the City of Ottawa making the formal amendments to its Purchasing By-law, staff consult with the Business Advisory Committee to ensure that the roll-out of these new City procedures will be brought to the attention of the business community in a timely manner; and

 

7.         The Chief Procurement Officer and/or the City’s contact person identified in a formal procurement process be the only official points of contact for bidders in a City procurement process or a complaint thereof and that bidders shall not contact either elected representatives or other staff regarding that bid; and

 

8.         The criteria to engage the services of a Fairness Commissioner in specific procurement processes as set out in Recommendation 2 of the Report, be adopted and expanded to also include the Recommendations of the Business Advisory Committee dated January 18, 2010 for the management of such services by:

 

i)        Ensuring that the use of Fairness Commissioners is carefully managed to avoid project delays and increases in acquisition costs;

ii)      having Fairness Commissioner services engaged through a competitive process and that the cost for such services to the City is fair and reasonable; and

 

iii)    ensuring the scope of such services is clearly defined, as part of the engagement, including required deliverables such as written reports and presentations to Committee and Council, if necessary.

 

                                                                                                            CARRIED as amended