File No. PR-2018-039
Textus inc.
|
Decision made |
IN THE MATTER OF a complaint filed pursuant to subsection 30.11(1) of the Canadian International Trade Tribunal Act, R.S.C., 1985, c. 47 (4th Supp.).
BY
TEXTUS INC.
AGAINST
THE DEPARTMENT OF PUBLIC WORKS AND GOVERNMENT SERVICES
DECISION
Pursuant to subsection 30.13(1) of the Canadian International Trade Tribunal Act, the Canadian International Trade Tribunal has decided not to conduct an inquiry into the complaint.
Jean Bédard
|
Jean Bédard, Q.C. |
The statement of reasons will be issued at a later date.
STATEMENT OF REASONS
[1]
Subsection 30.11(1) of the Canadian International Trade Tribunal Act
[1]
provides that, subject to the Canadian International Trade Tribunal Procurement Inquiry Regulations,
[2]
a potential supplier may file a complaint with the Canadian International Trade Tribunal (the Tribunal) concerning any aspect of the procurement process that relates to a designated contract and request the Tribunal to conduct an inquiry into the complaint. Subsection 30.13(1) of the CITT Act provides that, subject to the Regulations, after the Tribunal determines that a complaint complies with subsection 30.11(2) of the CITT Act, it shall decide whether to conduct an inquiry into the complaint.
[2]
The Tribunal decided not to conduct an inquiry into the complaint for the reasons that follow.
SUMMARY OF COMPLAINT
[3]
The complaint concerns a Request for a Standing Offer (RFSO) (Solicitation No. E60ZG-180493/A) issued by the Department of Public Works and Government Services (PWGSC)
[3]
for the provision of investigative services related to harassment complaints, disclosures of wrongdoing and workplace violence.
BACKGROUND
[5]
The RFSO was published on December 6, 2017.
[4]
The closing date was February 7, 2018. Textus inc. submitted a bid in response to the RFSO within the allotted time.
[6]
On July 17, 2018, Textus inc. learned that its bid was unsuccessful. Between July 17 and August 10, 2018, Textus inc. and PWGSC, including the Office of the Assistant Deputy Minister, Procurement Branch, exchanged several emails. In those exchanges, PWGSC indicated that the Textus inc. file had been forwarded to the evaluation team for review, and the Office of the Assistant Deputy Minister at PWGSC indicated that PWGSC had “forwarded [Textus inc.’s] complaint to the Special Investigations and Internal Disclosure Branch of Public Services and Procurement Canada” [translation]. In both cases, PWGSC promised a follow-up.
[7]
Textus inc. filed its first complaint with the Tribunal on August 14, 2018.
[9]
As Textus inc. had not yet received a denial of relief from PWGSC within the meaning of subsection 6(2) of the Regulations, the Tribunal decided not to conduct an inquiry into the complaint. However, the Tribunal indicated that that decision didn’t preclude Textus inc. from filing a new complaint within 10 working days of receiving a denial of relief from either authority at PWGSC.
[10]
On November 7, 2018, Textus inc. received an email from the Assistant Deputy Minister, Departmental Oversight Branch (DOB). In that email, the Assistant Deputy Minister, DOB, indicated that the Special Investigations and Internal Disclosure (SIID) service had conducted a review of the allegations by Textus inc. According to the Assistant Deputy Minister, DOB, “SIID finds that the offer by Textus inc. was evaluated in a prompt, thorough, fair and transparent manner and in accordance with the requirements of the RFSO; as such, the DOB considers the allegation to be unfounded” [translation].
[11]
On November 12, 2018, Textus inc. filed the present complaint with the Tribunal.
RELEVANT PROVISIONS OF THE RFSO
[12]
The point-rated technical evaluation criteria regarding relevant experience, i.e. criteria RTA1, RTB1 and RTC1, provided as follows:
[5]
[13]
In the instructions pertaining to the point-rated technical criteria, the RFSO indicated that “[t]he Offer which fails to obtain the required minimum number of points specified will be declared non‑responsive.”
For each of the streams, the RFSO indicated the minimum amount of points required for the combined point-rated technical evaluation criteria in order for the offer to be considered responsive, that is, 60% or 113 points.
[6]
[14]
Moreover, the questions and answers during the bid process confirm that the minimum information indicated in the RFSO for each of the three streams – RTA1, RTB1 and RTC1 – was required for a project to be evaluated.
[7]
[15]
Finally, the RFSO included a reference to the provisions of the document entitled 2006 (2017-04-27) Standard Instructions – Request for Standing Offers – Goods or Services – Competitive Requirements.
[8]
The relevant clauses that made up an integral part of the RFSO indicated the following:
. . .
. . .
b. prepare its offer in accordance with the instructions contained in the RFSO;
. . .
. . .
. . .
ANALYSIS
- the complaint has been filed within the time limits prescribed by section 6;
- the complainant is a potential supplier;
- the complaint is in respect of a designated contract; and
- the information provided discloses a reasonable indication that the procurement process was not conducted in accordance with the applicable trade agreements.
[9]
[19]
The relevant provisions of the applicable trade agreements in this case stipulated that the procuring entity provide potential suppliers with all the information they need to prepare and submit a responsive bid, including the award criteria to be considered in the evaluation of bids and the awarding of the contract.
[10]
[20]
The trade agreements also stipulate that, to be considered for contract award, a tender must, at the time of opening, conform to the essential requirements set out in the tender documentation. They also stipulate that procurement entities award contracts in accordance with the evaluation criteria specified in the tender documentation.
[11]
[21]
Textus inc. asserts that PWGSC applied the point-rated technical evaluation criteria set out in the RFSO inconsistently or incorrectly by giving the candidate proposed by Textus inc. a rating of “0” for relevant experience, for all three streams (RTA1, RTB1 and RTC1) of the RFSO. Textus inc. also asserts that the evaluators did not exercise reasonable diligence in carrying out their work.
[22]
Firstly, in its bid, Textus inc. answered criteria RTA1, RTB1 and RTC1 by providing lists of numerous investigations.
[12]
However, the information provided essentially only contained the name of the client organization and the date on which the investigation concluded. Textus inc. essentially acknowledges this situation in its complaint: “We responded with a list of investigations conducted by Mr. Robert Cantin (senior and sole investigator) over the last 10 years, including the date and the client department . . . .
The rating of “0” was given because there were insufficient details for each investigation”
[translation].
[23]
Textus inc. maintains nonetheless that the information contained in its bid shows prima facie that there is no doubt regarding its candidate’s experience and that “only a few details were missing” [translation]. It also maintains that these “inadvertent minor errors or difficulties” [translation] could have been clarified or corrected, and that a careful and reasonable review by the evaluators should have led them to request additional information from the clients identified in the bid or from the bidder. Textus inc. seems in fact to be arguing that, given the lengthy list of investigations provided in the bid, PWGSC should itself have sought verification and thus obtained the “details” that were missing in the bid. Textus inc. maintains that this would not have resulted in injustice for other bidders, and that the level of experience was not debatable or dubious.
[24]
It seems that, contrary to what was expressly stipulated in the RFSO, Textus inc. did not fully address the relevant experience for the TCA1, TCB1 and TCC1 criteria in the documents it submitted. Moreover, it seems that Textus inc. expected PWGSC to request additional information as needed. However, there is no reasonable indication that such an approach was permitted under the process defined in the RFSO. Even considering that Canada may, but has no obligation to, request clarifications regarding information provided by the bidder,
[13]
under the rules set out in the RFSO and well-established procurement principles, PWGSC could not, under any circumstances, accept, after the RFSO closing date, any additional information that was not in the bid from Textus inc. In fact, doing so could have led to an impermissible bid repair, and as such breach the requirements of trade agreements.
[14]
For the same reason, PWGSC could not take into consideration the correspondence from references provided by Textus inc. after the RFSO closing date.
[25]
Secondly, Textus inc. notes that its bid contained detailed information on 18 investigations listed under the mandatory technical criteria regarding experience (i.e. MTA1, MTB1 and MTC1), namely, six investigations per stream, whereas these criteria requested “at least five (5) projects”.
[26]
However, the RFSO indicated, under criteria RTA1, RTB1 and RTC1, that, in order to demonstrate relevant experience, projects had to “be over and above those listed in” MTA1, MTB1 and MTC1. This information could therefore not be considered by PWGSC. Even assuming that PWGSC could have considered the fact that Textus inc. had provided six examples of projects for each stream of the RFSO as mandatory technical criteria, i.e. one more than the required minimum, and that the sixth example for each stream could then be counted as an additional project to be evaluated under the point-rated technical criteria, the point-rated technical criteria for each of the streams only assigned points based on a minimum of two relevant projects in the stream.
[27]
In summary, there is no aspect of Textus inc.’s complaint that reasonably shows it should have been awarded a greater number of points. In its complaint, Textus inc. itself even acknowledged that some information required by the RFSO was missing from its bid.
DECISION
[29]
Pursuant to subsection 30.13(1) of the CITT Act, the Tribunal has decided not to conduct an inquiry into the complaint.
Jean Bédard
|
Jean Bédard, Q.C. |
[1]
. R.S.C., 1985, c. 47 (4th Supp.) [CITT Act].
[2]
. S.O.R./93-602 [Regulations].
[3]
. On November 4, 2015, the Government of Canada gave notice that the name of the Department of Public Works and Government Services will be changed to Public Services and Procurement Canada.
[4]
. Eleven amendments were published for this RFSO. Only amendments 004 and 009 pertain to this complaint and they are addressed below.
[5]
. This example is taken from criterion RTA1 (Stream 1 of the RFSO, regarding harassment complaints). The requirements for the other streams (for criteria RTB1 pertaining to disclosures of wrongdoing, and RTC1 pertaining to workplace violence) are identical.
[6]
. See Attachment 1 to Part 4 of the RFSO, including the instructions and the table of technical evaluation criteria, the most recent version of which can be found in Amendment No. 004 of the RFSO.
[7]
. See Amendment No. 004 of the RFSO, question and answer 021: “QUESTION 021: Several of our past cases have elements of harassment, workplace violence, and wrongdoing in them. Can they be used in all streams if there are elements of harassment, workplace violence, and wrongdoing in them? Or can they only be counted once? ANSWER 021: If a specific project is relevant to each of the three streams, it may be identified within each of the three streams MTA1, MTB1, MTC1 or RTA1, RTB1, RTC1. In order for a project to be evaluated, it must include the minimum information indicated in the RFSO.” See also Amendment No. 009, question and answer 037, in a similar vein.
[8]
. PWGSC, Standard Acquisition Clauses and Conditions (SACC) Manual, 2006 (2017-04-27) Standard Instructions – Request for Standing Offers - Goods or Services – Competitive Requirements, on line: <https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual/1/2006/21>.
[9]
. The trade agreements that seem applicable to the services at issue are the following: Canadian Free Trade Agreement, online: Internal Trade Secretariat <https://www.cfta-alec.ca/wp-content/uploads/2017/06/CFTA-Consolidated-Text-Final-Print-Text-English.pdf> (entered into force 1 July 2017) [CFTA]; North American Free Trade Agreement between the Government of Canada, the Government of the United Mexican States and the Government of the United States of America, 17 December 1992, 1994 Can. T.S. No. 2, online: Global Affairs Canada <http://international.gc.ca/trade-commerce/trade-agreements-accords-commerciaux/agr-acc/nafta-alena/fta-ale/index.aspx?lang=eng> (entered into force 1 January 1994) [NAFTA]; Canada-Colombia Free Trade Agreement, online: Global Affairs Canada <http://international.gc.ca/trade-commerce/trade-agreements-accords-commerciaux/agr-acc/colombia-colombie/fta-ale/index.aspx?lang=eng> (entered into force 15 August 2011) [CCOFTA]; Canada-Peru Free Trade Agreement, online: Global Affairs Canada <http://international.gc.ca/trade-commerce/trade-agreements-accords-commerciaux/agr-acc/peru-perou/fta-ale/index.aspx?lang=eng> (entered into force 1 August 2009) [CPFTA]; Canada-Panama Free trade Agreement, online: Global Affairs Canada <http://international.gc.ca/trade-commerce/trade-agreements-accords-commerciaux/agr-acc/panama/fta-ale/index.aspx?lang=eng> (entered into force 1 April 2013) [CPAFTA].
[10]
. See Article 509(7) of the CFTA; Article 1013(1) of NAFTA; Article 1407(6) of the CCOFTA and the CPFTA; Article 16.08(6) of the CPAFTA.
[11]
. See Articles 515(4) and (5) of the CFTA; Articles 1015(4)(a) and (d) of NAFTA; Articles 1410(4) and (5) of the CCOFTA and the CPFTA; Articles 16.11(4) and (5) of the CPAFTA.
[13]
. PWGSC, Standard Acquisition Clauses and Conditions (SACC) Manual, 2006 (2017-04-27) Standard Instructions – Request for Standing Offers - Goods or Services – Competitive Requirements, on line: <https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual/1/2006/21>.
[14]
. Francis H.V.A.C. Services Ltd. v. Canada (Public Works and Government Services), 2017 FCA 165 (CanLII), at para. 22; Maxxam Analytics Inc. v. Department of Public Works and Government Services (20 September 2007), PR-2007-017 (CITT), at para. 37; Bell Mobility v. Department of Public Works and Government Services (16 July 2004), PR-2004-004 (CITT), at para. 36-37; NOTRA Environmental Services Inc. (16 December 1997), PR-97-027 (CITT).