REPORT ON THE FIRST WORKSHOP ON PUBLIC

HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH
EU STANDARDS
www.eupublicprocurement.org.ua
REPORT ON THE FIRST WORKSHOP ON PUBLIC
PROCUREMENT CASE LAW
Ms Anastasia Kalina
April 2015
A Project funded by the European Union and
implemented by a Consortium led by Crown Agents Ltd
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
The contents of this Report are the sole responsibility of the Crown Agents and its Consortium
partners and the opinions expressed in this Report are not to be understood as in any way reflecting
an official opinion of EUROPEAID, the European Union or any of its constituent or connected
organisations.
2
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
ABBREVIATIONS
AMCU
CJEU
Anti-Monopoly Committee of Ukraine
Court of Justice of the European Union
EU
European Union
MEDT
Ministry of Economic Development and Trade of Ukraine
PP
Public Procurement
TFEU
Treaty on the Functioning of the European Union
3
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
TABLE OF CONTENTS
Page
1. Introduction
5
2. The Workshop
7
Annexes
11
Annex 1: Workshop Programme
12
Annex 2: Presentations of Mr Steen Bruun-Nielsen
13
Annex 3: Case Law Notes
23
Annex 4: List of participants
32
Annex 5: Questionnaire
33
4
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
1. INTRODUCTION
The EU funded Project “Harmonisation of Public Procurement System in Ukraine with EU Standards”
commenced work in Kyiv on 11 November 2013. The general objective of the Project is “to contribute
to the development of a solid and consistent public finance management through the establishment of
a comprehensive and transparent regulatory framework for public procurement, an efficient public
procurement institutional infrastructure, the accountability and integrity of public authorities in regard
to public procurement and the development of the Ukrainian state aid system”.
The Project is currently providing priority assistance in regard to the planning of public procurement
reforms in parallel with specific assistance towards necessary changes in public procurement
legislation in Ukraine. In addition, the Project is supporting the strengthening of the Ministry of
Economic Development and Trade (MEDT) and the Anti-Monopoly Committee of Ukraine (AMCU) as
the main institutions responsible in the public procurement system of Ukraine and improved coordination between these entities and other entities in charge of financial control of public
procurement activities.
The AMCU is one of the main stakeholders in the Ukrainian public procurement system in its capacity
as the complaint review body and as the national regulator regarding fair competition. In accordance
with the approved planning for the Project, the work of the Project is organised into 5 Components.
Project Component 3: Public Procurement - Institutional Development and Training includes a specific
Sub-Component 3.2 focused on: Strengthening the institutional capacity of the AMCU in the public
procurement system.
As part of its programme of institutional development and training support, the Project firstly
organised a Workshop on EU case law relevant to public procurement complaints review processes
and, in particular, the application of the EU Remedies Directives on public procurement, on 10
September 2014. The Workshop was presented by Senior Public Procurement Expert, Mr Peter
Gjortler. As a result of discussion and on the basis of a follow-up request from the AMCU, the Project is
now running a training series of 5 workshops until end 2015 focused on some 30 main EU cases on
public procurement.
Knowledge of the case law of the Court of Justice of the European Union (CJEU) and the ability to use
the approach of the CJEU will become increasingly relevant as the EU alignment of Ukrainian
legislation and practice continues. The purpose of each workshop is therefore (1) to familiarise
participants with the approach of the CJEU in order to enable them to use this approach, and (2) to
show how the CJEU case law has influenced and continues to influence the development of the EU
public procurement directives.
The workshops essentially have the following structure:

Presentation of the facts of the cases and the questions submitted to the CJEU;

Analysis of the manner in which the CJEU interprets and applies the EU directives and the
other sources of law, including the Treaty on the Functioning of the European Union (TFEU)
and EU principles of law.
5
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
The Workshop held on 22 April 2015 had a specific focus on five CJEU judgments considering the
principles of equal treatment, transparency and non-discrimination. The Workshop Programme is
attached to this Report as Annex 1. The case facts and judgments were summarised and presented as
Case Law Notes (see Annex 3).
The Workshop was attended by officials from the Anti-Monopoly Committee of Ukraine - in total 20
persons (the participation list is attached to this Report as Annex 4).
6
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
2. THE WORKSHOP
Mr Mykola Barash, Acting Head of the AMCU, opened the Workshop. He welcomed the Project
experts, introduced the speakers and expressed a conviction of the further continual gainful
cooperation with the Project. Also, Mr Barash highlighted the strong interest of the AMCU in a full
appreciation of the relevant EU case law and its future importance for the work of the Complaints
Board in the context of the EU-Ukraine Association Agreement.
The Project Team Leader Dr Eugene Stuart introduced the Project and its objectives to the Workshop.
He pointed out many requirements on approximation of the Ukrainian legislation to EU law according
to the EU-Ukraine Association Agreement and, in this vein, importance of awareness of EU case law.
Mr Steen Bruun-Nielsen made a two-part presentation to the workshop. He presented selected CJEU
cases (see Annex 2) with a focus on the following 5 cases:
Case 1. C-45/87 Commission of the European Communities v Ireland (‘Dundalk’):
-
Dundalk Urban District Council (the contracting authority) is a public body promoting a scheme
for the augmentation of Dundalk's drinking water supply. Contract No 4 of that scheme is for
the construction of a water-main to transport water from the River Fane source to a treatment
plant at Cavan Hill and thence into the existing town supply system;
-
“There is no reason to consider that the exception in question (for utilities) no longer applies,
and the reasons underlying it are no longer valid, where a Member State has a contract notice
published in the Official Journal of the European Communities, whether through an error or
because it initially intended to seek a contribution from the Community towards the financing
of the work ”;
-
CJEU, Point 22: “That technical argument cannot be accepted. The Commission’s complaint
does not relate to compliance with technical requirements but to the refusal of the Irish
authorities to verify whether those requirements are satisfied where the manufacturer of the
materials has not been certified by the IIRS to IS 188. By incorporating in the notice in question
the words "or equivalent", the Irish authorities could have verified compliance with the
technical conditions without from the outset restricting the contract only to tenderers
proposing to utilize Irish materials.”
Case 2. C-243/89 Commission of the European Communities v Kingdom of Denmark (‘Great Belt
Bridge’):
-
"Storebaelt" is a company wholly controlled by the Danish State. It is responsible for drawing
up the project and, as the contracting authority, for the construction of a road and rail link
across the Great Belt. Part of the project involves the construction of a bridge across the
Western Channel of the Great Belt. The value of the contract for the construction of the
Western Bridge is estimated at DKR 3 billion;
-
Main issues: Danish content clause and non-compliant tender not rejected;
7
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
-
“On this issue, it need only be observed that, although the directive makes no express mention
of the principle of equal treatment of tenderers, the duty to observe that principle lies at the
very heart of the directive whose purpose is, according to the ninth recital in its preamble, to
ensure in particular the development of effective competition in the field of public contracts
and which, in Title IV, lays down criteria for selection and for award of the contracts, by means
of which such competition is to be ensured” (para 33);
-
“… observance of the principle of equal treatment of tenderers requires that all the tenders
comply with the tender conditions so as to ensure an objective comparison of the tenders
submitted by the various tenderers” (para 37);
-
it follows from all the foregoing considerations that, by reason of the fact that Storebaelt
invited tenders on the basis of a condition requiring the use to the greatest possible extent of
Danish materials, consumer goods, labor and equipment and the fact that negotiations with
the selected consortium took place on the basis of a tender which did not comply with the
tender conditions, the Kingdom of Denmark failed to fulfil its obligations under Community
law and in particular infringed Articles 30, 48 and 59 of the Treaty as well as Council Directive
71/305/EEC (para 45).
Case 3. C-87/94 Commission of the European Communities v Kingdom of Belgium (‘Walloon Buses’):
-
The Société Régionale Wallonne du Transport (“SRWT”) based in Namur (Belgium) is a public
undertaking operating a network providing a public bus service issued an invitation to tender
for the award, under an open procedure, of a public contract for the supply of 307 standard
vehicles. That contract, for an estimated sum of over BFR 2 000 000 000 (excluding VAT) and
divided into eight lots, was to be performed over a period of three years;
-
Main issues: amendment of bid after bid submission and acceptance of non-compliant bid;
-
Admittedly the headings for the award criteria (…) could be interpreted (…) as having a wide
scope (see, for example, the heading for the seven technical criteria, namely "the technical
qualities of the material offered"), so that (..) all the characteristics relating to the technical
qualities of the material offered would be relevant when comparing the tenders (para 86);
-
However, the SRWT itself defined all the technical criteria using a precise formula set out
under each heading. Accordingly, the scope of the technical criteria, whatever the wording of
the headings, was restricted by the formulas used by the SRWT to define them (para 87);
Case 4. C-599/10 SAG ELV Slovensko and Others v Úrad pre verejné obstarávanie (‘ELV’):
-
Národná dial’ničná spoločnost’ a.s. (hereinafter “NDS”) is a national highway management
company wholly owned by the Slovak State. In September 2007 NDS launched a tender
process to award a contract for toll collection services on motorways and certain roads. The
estimated value of the contract was in excess of EUR 600 million;
-
Main issues: right/obligation to seek clarification in connection with abnormally low bids and
right/obligation to clarify imprecise bids or bids that do not fulfil technical specifications;
-
“By its very nature, the restricted public procurement procedure means that, once (..) the
tenders have been submitted, in principle those tenders can no longer be amended either at
the request of the contracting authority or at the request of the tenderers. The principle of
equal treatment of tenderers and the obligation of transparency resulting therefrom
preclude, in that procedure, any negotiation between the contracting authority and one or
other of the tenderers” (para 36);
8
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
-
“To enable the contracting authority to require a tenderer whose tender it regards as
imprecise or as failing to meet the technical requirements of the tender specifications to
provide clarification in that regard would be to run the risk of making the contracting
authority appear to have negotiated with the tenderer on a confidential basis, in the event
that that tenderer was finally successful, to the detriment of the other tenderers and in
breach of the principle of equal treatment” (para 37);
-
“None the less, Article 2 of that directive does not preclude, in particular, the correction or
amplification of details of a tender where appropriate, on an exceptional basis, particularly
when it is clear that they require mere clarification, or to correct obvious material errors,
provided that such amendment does not in reality lead to the submission of a new tender.
Nor does that article preclude a provision of national legislation (..) according to which, in
essence, the contracting authority may ask tenderers in writing to clarify their tender
without, however, requesting or accepting any amendment to the tender” (para 40);
-
In the exercise of the discretion thus enjoyed by the contracting authority, that authority
must treat the various tenderers equally and fairly, in such a way that a request for
clarification does not appear unduly to have favoured or disadvantaged the tenderer or
tenderers to which the request was addressed, once the procedure for selection of tenders
has been completed and in the light of its outcome (para 41);
-
In order to provide a useful answer to the national court, it must be added that a request for
clarification of a tender may be made only after the contracting authority has looked at all
the tenders (….)(para 42);
-
Furthermore, that request must be sent in an equivalent manner to all undertakings which
are in the same situation (…)(para 43);
-
In addition, that request must relate to all sections of the tender which are imprecise or
which do not meet the technical requirements of the tender specifications, without the
contracting authority being entitled to reject a tender because of the lack of clarity of a part
thereof which was not covered in that request (para 44).
Case 5. C-336/12 Ministeriet for Forskning, Innovation og Videregående Uddannelser v Manova A/S
(‘Manova’):
-
The Undervisningsministeriet (The Danish Ministry of Science, Innovation and Higher
Education) (hereinafter “the Ministry”) launched a call for tenders in respect of services
required for the operation of seven occupational guidance and advice centres (‘guidance
centres’) starting from 1 August 2009. The value of the contract to be awarded was above the
threshold which, under Article 7 of Directive 2004/18, triggers application of that directive;
-
Main issues: right/obligation to reject bids where requested information is missing;
-
“In SAG ELV Slovensko and Others, the Court laid down certain requirements to mark the
bounds of the contracting authority’s right to make a written request to the tenderer or
tenderers concerned for clarification of their bid” (para 33);
-
“That guidance in relation to tenders can also be applied to applications filed at the screening
stage for candidates in a restricted procedure” (para 38);
-
Accordingly, a contracting authority may request the correction or amplification of details of
such an application, on a limited and specific basis, so long as that request relates to
particulars or information, such as a published balance sheet, which can be objectively shown
to pre-date the deadline for applying to take part in the tendering procedure concerned (para
9
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
39);
-
However, it should be explained that this would not be the case if the contract documents
required provision of the missing particulars or information, on pain of exclusion (…) (para 40);
In his closing remarks, Mr Steen Bruun-Nielsen summarised:
(1) Bidders must receive the same amount of information as the basis for drawing up their bids
(otherwise there will be a situation of undue advantage for some bidders),
(2) Bids that do not correspond to the requirements of the tender dossier must be rejected as noncompliant (otherwise bids are not comparable) – C-254/89, Great Belt Bridge, C-87/96, Walloon
Busses, C- 336/12, Manova,
(3) A Procuring entity must apply the award criteria in an equal manner to all bids accepted as
compliant - C-87/96, Walloon Busses, C-599/10, ELV.
Workshop Evaluation
The participants were invited to complete an evaluation of the event (see Questionnaire at Annex 5) in
order to summarise their views and provide feedback. The assessment of responses from 13
participants revealed a high level of satisfaction with all aspects of the event. In particular, the event
scored 4.92 (of a total of 5) in terms of overall participant satisfaction and there was strong positive
feedback as to the novelty of the information provided.
As a follow-up to a specific point raised in feedback from the AMCU, the case notes for the future
workshops in this series will include a section on the positions of the parties in the case.
Next Workshop in Series
The next event is planned for 11 June 2015 and will be devoted to evaluation of procurement criteria
according to principles of equal treatment.
10
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
ANNEXES
Annex 1: Workshop Programme
Annex 2: Presentations of Mr Steen Bruun-Nielsen
Annex 3: Case Law Notes
Annex 4: List of participants
Annex 5: Questionnaire
11
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
ANNEX 1: Workshop Programme
Date: 22 April 2015 (Wednesday), 14.00 - 17.00
Venue: Kyiv, AMCU, Uritskoho str. 45, conference room
14.00 – 14.15
Welcome and introduction to the workshop
Mr Mykola Barash, Acting Head of the AMCU
Dr Eugene Stuart, Team Leader, EU funded Project “Harmonisation of
Public Procurement System in Ukraine to EU Standards”
14.15 – 15.15
Presentation and discussions of selected CJEU cases
Mr Steen Bruun-Nielsen, Key Expert, EU funded Project “Harmonisation
of Public Procurement System in Ukraine to EU Standards”
15.15 – 15.30
15.30 – 16.30
Coffee break
Presentation and discussions of selected CJEU cases
Mr Steen Bruun-Nielsen, Key Expert, EU funded Project “Harmonisation
of Public Procurement System in Ukraine to EU Standards”
16.30 – 17.00
Round Up and Evaluation
12
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
ANNEX 2
PRESENTATION OF MR STEEN BRUUN-NIELSEN
13
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
14
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
15
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
16
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
17
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
18
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
19
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
20
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
21
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
22
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
ANNEX 3: Case Law Notes
Here we will consider the key decisions of the Court of Justice of the European Union (CJEU) presented
on the first public procurement case law workshop for the AMCU staff. References to paragraphs
below (in parentheses) are to paragraphs of the judgments analyzed.
Case 1
C-45/87 Commission of the European Communities v Ireland
(‘Dundalk’)
Case 2
C-243/89 Commission of the European Communities v Kingdom
of Denmark (‘Great Belt Bridge’)
On the principles of
equal treatment and
non-discrimination
On the principle of
equal treatment
Case 3
C-87/94 Commission of the European Communities v Kingdom
of Belgium (‘Walloon Buses’)
On the principle of
transparency
Case 4
C-599/10 SAG ELV Slovensko and Others v Úrad pre verejné
obstarávanie (‘ELV’)
Case 5
C-336/12 Ministeriet for Forskning, Innovation og Videregående
Uddannelser v Manova A/S (‘Manova’)
On the principles of
equal treatment and
transparency
On the principles of
equal treatment and
transparency
Case 1. C-45/87 Commission of the European Communities v Ireland (‘Dundalk’)
Judgment dated 22 September 1988
Summary of key facts
Dundalk Urban District Council (the contracting authority) is a public body promoting a scheme for the
augmentation of Dundalk's drinking water supply. Contract No 4 of that scheme is for the construction
of a water-main to transport water from the River Fane source to a treatment plant at Cavan Hill and
thence into the existing town supply system. The invitation to tender for that contract by open
procedure was announced in March 1986 (paraphrased paragraphs 2 and 12).
Clause 4.29 of the specification relating to Contract No 4, which formed part of the contract
specification, included the following paragraph:
“Asbestos cement pressure pipes shall be certified as complying with Irish Standard
Specification 188:1975 in accordance with the Irish Standard Mark Licensing Scheme of the
Institute for Industrial Research and Standards. All asbestos cement water mains are to have a
bituminous coating internally and externally. Such coatings shall be applied at the factory by
dipping.”
The dispute stems from complaints made to the Commission by an Irish undertaking and a Spanish
undertaking. In response to the invitation to tender for Contract No 4, the Irish undertaking had
submitted three tenders, one of which provided for the use of pipes manufactured by the Spanish
undertaking. In the Irish undertaking's view, that tender, which was the lowest of the three submitted
by it, gave it the best chance of obtaining the contract. The consulting engineers to the project wrote a
letter to the Irish undertaking concerning that contract stating that there would be no point in its
coming to the pre-adjudication interview if proof could not be provided that the firm supplying the
pipes was approved by the IIRS as a supplier of products complying with Irish Standard 188:1975 (“IS
188”). It is common ground that the Spanish undertaking in question had not been certified by the
23
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
IIRS but that its pipes complied with international standards, and in particular with ISO 160:1980 of the
International Organization for Standardization (paragraphs 3-4).
In the Commission's view, the inclusion in a contract specification of clauses like the disputed Clause
4.29 raises inter alia the question of the compatibility with Community law (in particular Article 30 of
the EEC Treaty and Article 10 of Directive 71/305 concerning the co-ordination of procedures for the
award of public works contracts) (paraphrased paragraph 6).
According to Art. 10 of Directive 71/305 EU Member States are to prohibit the introduction into the
contractual clauses relating to a given contract of technical specifications which mention products of a
specific make or source or of a particular process and which therefore favour or eliminate certain
undertakings. In particular, the indication of types or of a specific origin or production is to be
prohibited. However, such indication is permissible if it is accompanied by the words 'or equivalent'
where the authorities awarding contracts are unable to give a description of the subject of the
contract using specifications which are sufficiently precise and intelligible to all parties concerned. The
words 'or equivalent' do not appear in Clause 4.29 of the contract notice at issue in this case
(paraphrased paragraph 7).
The judgment in summary
The CJEU agrees with the Irish Government that the Directive does not apply to water sector entities
(the case was before the adoption of the Utilities Directive) and it then turned to the question as to
whether the Treaty provision on free movement of goods (Art.30 at that time) could apply:
It must be observed at the outset that the Commission maintains that Dundalk Urban District Council is
a public body for whose acts the Irish Government is responsible. Moreover, before accepting a
tender, Dundalk Council has to obtain the authorization of the Irish Department of the Environment.
Those facts have not been challenged by the Irish Government (paragraph 12).
After having concluded that Art.30 applies, it then had to be decided whether the requirement
concerning specific Irish standards constituted a barrier to trade:
Consequently, it must be considered whether the inclusion of Clause 4.29 in the invitation to tender
and in the tender specifications was liable to impede imports of pipes into Ireland (paragraph 18).
In that connection, it must first be pointed out that the inclusion of such a clause in an invitation to
tender may cause economic operators who produce or utilize pipes equivalent to pipes certified as
complying with Irish standards to refrain from tendering (paragraph 19).
The Irish Government maintains that it is necessary to specify the standards to which materials must
be manufactured, particularly in a case such as this where the pipes utilized must suit the existing
network. Compliance with another standard, even an international standard such as ISO 160:1980,
would not suffice to eliminate certain technical difficulties.
That technical argument cannot be accepted. The Commission's complaint does not relate to
compliance with technical requirements but to the refusal of the Irish authorities to verify whether
those requirements are satisfied where the manufacturer of the materials has not been certified by
the llRS to IS 188. By incorporating in the notice in question the words 'or equivalent' after the
reference to the Irish standard, as provided for by Directive 71/305 where it is applicable, the Irish
authorities could have verified compliance with the technical conditions without from the outset
restricting the contract only to tenderers proposing to utilize Irish materials (paragraphs 21 and 22).
Case 2. C-243/89 Commission of the European Communities v Kingdom of Denmark (‘Great Belt
Bridge’)
Judgment dated 22 June 1993
24
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
Summary of key facts
Aktieselskabet Storebaeltsforbindelsen (hereinafter "Storebaelt") is a company wholly controlled by
the Danish State. It is responsible for drawing up the project and, as the contracting authority, for the
construction of a road and rail link across the Great Belt. Part of the project involves the construction
of a bridge across the Western Channel of the Great Belt. The value of the contract for the
construction of the Western Bridge is estimated at DKR 3 billion (paragraph 1).
Storebaelt published a restricted invitation to tender for the construction of a bridge over the
Western Channel and it invited five groups of companies to submit tenders.
Condition 6, Clause 2, of the general conditions which form part of the contract documents
(hereinafter "the general conditions") provides as follows:
"The contractor is obliged to use to the greatest possible extent Danish materials, consumer
goods, labour and equipment" (hereinafter "the Danish content clause").
Condition 3, Clause 3, of the general conditions sets out the conditions governing alternative tenders
for alternative projects instead of the three different projects for the bridge which Storebaelt itself
had designed and which serve as a basis for assessment of those tenders. Condition 3, Clause 3,
provides that the tender price for an alternative project is to be based on the assumption that the
contractor will undertake the detailed design of the project which it will submit to the contracting
authority for approval and that it will assume full responsibility for the project and for its execution.
That condition also specifies that the contractor is to accept the risk of variations in the quantities on
which the alternative tender is based. Lastly, according to that condition,
"if the contractor submits a tender for an alternative project for which he assumes
responsibility, he must state a price allowing for a reduction in the event that the contracting
authority decides to take over the detailed planning of the project".
Five international consortia, comprising a total of 28 undertakings, were invited to submit tenders.
One of those five consortia was the European Storebaelt Group (hereinafter "ESG"), whose members
were Ballast Nedam from the Netherlands, Losinger Ltd from Switzerland, Taylor Woodrow
Construction Ltd from the United Kingdom and three Danish contracting firms. ESG submitted an
alternative tender to Storebaelt for the construction of a concrete bridge.
Storebaelt then entered into discussions with the various tenderers in order to compare and assess
their respective tenders and to quantify the cost of the numerous reservations which they contained.
After cutting down the number of tenders, Storebaelt continued negotiations with ESG regarding its
alternative tender. Those negotiations culminated in the signature of a contract between ESG and
Storebaelt (paraphrased paragraphs 3-7).
The Commission seeks a declaration from the Court on 2 grounds (1) that Denmark had failed to fulfil
its obligations since Storebaelt had, on the basis of a tender which did not comply with the tender
conditions, conducted with ESG negotiations resulting in a final contract which contained
amendments to the conditions of tender favouring that tenderer alone and relating in particular to
price-related factors, and (2) on the question of the legal rules allegedly infringed by the defendant,
the Commission claims that the Kingdom of Denmark infringed Directive 71/305 [concerning the coordination of procedures for the award of public works contracts] "including the principle of equal
treatment which underlies that directive" (paraphrased paragraphs 10-11).
The judgment in summary
In regards to the first ground of application concerning the Danish content clause:
The Danish content clause, as set out in Condition 6, Clause 2, of the general conditions, is
incompatible with Articles 30, 48 and 59 of the Treaty, a fact which is moreover undisputed by the
Danish Government. However, the Danish Government contends, first, that it deleted the clause in
25
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
question before the signature of the contract with ESG on 26 June 1989 and that it thereby complied
with the reasoned opinion even before it was notified on 14 July 1989. At the hearing, the Danish
Government, relying on the judgment in Case C-362/90 Commission v Italy [1992] ECR I-2353 also
argued that the Commission had failed to act in good time to prevent, by the procedures available to
it, the infringement complained of from producing legal effects (paragraphs 23-24).
CJEU did not accept that argument. In the first place, even though the clause in question was deleted
shortly before signature of the contract with ESG and consequently before notification of the
reasoned opinion, the fact remains that the tendering procedure was conducted on the basis of a
clause which was not in conformity with Community law and which, by its nature, was likely to affect
both the composition of the various consortia and the terms of the tenders submitted by the five
preselected consortia. It follows that the mere deletion of that clause at the final stage of the
procedure cannot be regarded as sufficient to make good the breach of obligations alleged by the
Commission (paragraph 26).
The second ground of application, concerning negotiations on the basis of a tender which did not
comply with the tender conditions:
The Court held, at paragraph 33, on this issue, it need only be observed that, although the directive
makes no express mention of the principle of equal treatment of tenderers, the duty to observe that
principle lies at the very heart of the directive whose purpose is, according to the ninth recital in its
preamble, to ensure in particular the development of effective competition in the field of public
contracts and which, in Title IV, lays down criteria for selection and for award of the contracts, by
means of which such competition is to be ensured.
In this regard, it must be stated first of all that observance of the principle of equal treatment of
tenderers requires that all the tenders comply with the tender conditions so as to ensure an
objective comparison of the tenders submitted by the various tenderers (paragraph 37).
It follows from all the foregoing considerations that, by reason of the fact that Aktieselskabet
Storebaeltsforbindelsen invited tenders on the basis of a condition requiring the use to the greatest
possible extent of Danish materials, consumer goods, labour and equipment and the fact that
negotiations with the selected consortium took place on the basis of a tender which did not comply
with the tender conditions, the Kingdom of Denmark failed to fulfil its obligations under Community
law and in particular infringed Articles 30, 48 and 59 of the Treaty as well as Council Directive
71/305/EEC (paragraph 45).
Case 3. Case C-87/94 Commission of the European Communities v Kingdom of Belgium (‘Walloon
Buses’)
Judgment dated 25 April 1996
Summary of key facts
The Société Régionale Wallonne du Transport (hereinafter “SRWT”) based in Namur (Belgium) is a
public undertaking operating a network providing a public bus service issued an invitation to tender
for the award, under an open procedure, of a public contract for the supply of 307 standard vehicles.
That contract, for an estimated sum of over BFR 2 000 000 000 (excluding VAT) and divided into eight
lots, was to be performed over a period of three years (paraphrased paragraphs 1, 9 and 30).
The contract documents consisted of the general conditions and the special conditions, which
amended the general conditions in certain respects. Point 20.2 of the special conditions provided
that the contract was to be awarded to the most economically advantageous tender. That tender
would be selected on the basis of an evaluation of the tenders by reference to the award criteria
under headings which are set out in point 59 of the Advocate General' s Opinion. An evaluation was
26
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
to be made, in particular, of the basic price of the bus, increased by the price of variants taken into
account and then adjusted in accordance with the advantages and disadvantages resulting from the
application of ten technical assessment criteria (hereinafter "the technical criteria"). The SRWT
expressly requested potential tenderers to propose certain variants concerning the financial
structure of the contract, such as staggered payment terms, lease or hire of the vehicles. As regards
the technical criteria, the special conditions laid down, under each heading, a formula enabling the
SRWT to allocate for certain features of the buses offered a notional bonus or penalty in "francs
fictifs", the amount of which depended on the variables of the formula and was to be added to or
deducted from the basic price (paraphrased paragraphs 10-13).
After sending the contract documents to the interested parties, the SRWT issued three notices of
amendment rectifying and clarifying the contract documents in certain respects. In the second notice
the SRWT clarified certain aspects of the contract documents relating to the minimum number of
seated places, the desired total number of places, the maximum height of the floor and the formula
for calculating one of the notional penalties. Each notice stated that tenderers had to indicate clearly
in their tenders that they had received the notices of amendment and that they had taken them into
account (paraphrased paragraph 14).
By the date fixed by the tender notice for both the receipt and the public opening of tenders, the
following five companies had submitted tenders: EMI (Aubange), Van Hool (Koningshooikt),
Mercedes-Belgium (Brussels), Berkhof (Roeselaere) and Jonckheere (Roeselaere) (paraphrased
paragraph 15).
The SRWT examined those tenders and issued a memorandum recommended the award of Lot No 1
to Jonckheere and Lots No 2 to 6 to Van Hool. In the meantime, EMI had sent to the contracting
entity three "supplementary" notes commenting on certain points of its initial tenders, in particular
fuel consumption, the frequency of engine and gearbox replacements, and certain aspects of the
technical quality of the material offered (paraphrased paragraphs 16-17). The SRWT undertook a
fresh comparison of the tenders, taking into account the content of the three supplementary notes.
Then, those proposals were adopted thus awarded Lot No 1 to Jonckheere and Lots No 2 to 6 to EMI
and, secondly, to postpone until 1996 an order for 30 vehicles (paraphrased paragraphs 22-23).
The Commission brought an action under Article 169 of the EC Treaty for a declaration that, by taking
into account, in the procedure for the award of a public contract by the SRWT, amendments made to
one of the tenders after the opening of those tenders, by admitting to the procedure for the award
of the contract a tenderer who did not meet the selection criteria laid down in the contract
documents and by accepting a tender which did not meet the criteria for the award of the contract
laid down in the contract documents, the Kingdom of Belgium has failed to fulfil its obligations under
Council Directive 90/531/EEC of 17 September 1990 on the procurement procedures of entities
operating in the water, energy, transport and telecommunications sectors (hereinafter "the
Directive") and to comply with the principle of equal treatment, which underlies all the rules on
procedures for the award of public contracts.
The judgment in summary
The procedure for comparing tenders therefore had to comply at every stage with both the principle
of the equal treatment of tenderers and the principle of transparency so as to afford equality of
opportunity to all tenderers when formulating their tenders. When, as in the present case, a
contracting entity opts for an open procedure, such equality of opportunity is ensured by the
requirement under Article 16(1)(a) of the Directive for the contracting entity to act in accordance
with Annex XII A of the Directive. It must therefore both set a final date for receipt of tenders, so that
all tenderers have the same period after publication of the tender notice within which to prepare
their tenders, and set the date, hour and place of opening tenders, which also reinforces the
transparency of the procedure, since the terms of all the tenders submitted are revealed at the same
time. When a contracting entity takes into account an amendment to the initial tenders of only one
27
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
tenderer, it is clear that that tenderer enjoys an advantage over his competitors, which breaches the
principle of the equal treatment of tenderers and impairs the transparency of the procedure
(paragraphs 54-56).
The Court mentioned the Storebaelt case, that when a contracting entity had laid down prescriptive
requirements in the contract documents, observance of the principle of equal treatment of tenderers
required that all the tenders must comply with them so as to ensure objective comparison of the
tenders.
Accordingly, the requirements of Annex 23 continued to be applicable to all the tenders and those
tenders had to comply with them. It must therefore be held that EMI was not entitled to "amend"
the terms of its initial tenders regarding those requirements and that the SRWT was not entitled to
calculate EMI' s notional penalties by reference to its new figures, which did not correspond to the
prescriptive requirements of the special conditions (paraphrased paragraphs 70-71).
Admittedly the headings for the award criteria set out in point 20.2 of the special conditions could be
interpreted …
- as having a wide scope (see, for example, in point 20.2.2.4 of the special conditions, the heading for
the seven technical criteria, namely "the technical qualities of the material offered"), so that, as the
Belgian Government submits, all the characteristics relating to the technical qualities of the material
offered would be relevant when comparing the tenders.
However, the SRWT itself defined all the technical criteria using a precise formula set out under each
heading (see paragraph 13 of this judgment). Accordingly, the scope of the technical criteria,
whatever the wording of the headings, was restricted by the formulas used by the SRWT to define
them (paraphrased paragraphs 86-87).
Case 4. C-599/10 SAG ELV Slovensko and Others v Úrad pre verejné obstarávanie (‘ELV’)
Judgment dated 29 March 2012
Summary of facts
Národná dial’ničná spoločnost’ a.s. (hereinafter “NDS”) is a national highway management company
wholly owned by the Slovak State. In September 2007 NDS launched a tender process to award a
contract for toll collection services on motorways and certain roads. The estimated value of the
contract was in excess of EUR 600 million.
The NDS advertised the contract and ran a restricted procedure. In the course of that procedure, the
contracting authority sent requests for tender clarification to two groups of economic operators that
had submitted tenders. The contracting authority asked each group to i) clarify the abnormally low
tender prices that it had proposed, and ii) respond to questions related to technical issues, which
were specific to each tender.
Both groups were subsequently excluded from the tender process and they appealed against that
decision. They appealed to the competent administrative body, the Úrad (Public Procurement
Office).
The Úrad held that two of the grounds used by the NDS to exclude the two groups of tenderers were
justified. First, the two groups had failed to provide adequate responses to the request for
clarification of the abnormally low prices proposed in their tenders. Second, those tenders failed to
comply with certain conditions set out in the tender specifications. In one case, the failure related to
the parameters for calculating tolls. In the other case, the failure related to the requirement for
provision of a diesel-powered electricity generator.
The two groups appealed against the decision of the Úrad, and the cases eventually reached the
28
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
Supreme Court of the Slovak Republic. The Supreme Court stayed the proceedings and referred a
number of questions to the CJEU (paragraphs 7-13).
The CJEU considered the following questions (paraphrased):
Context: In a restricted public procurement procedure, a contracting authority receives a tender that
it considers to be i) abnormally low, or ii) imprecise or failing to meet the technical specification
requirements.
In either of these circumstances, is a contracting authority permitted or obliged to seek clarification
from a tenderer? Can a contracting authority claim that it is not obliged to request clarification from
a tenderer about an abnormally low price?
The judgment in summary
Abnormally low tenders: The CJEU decided that a contracting authority was obliged to ask a tenderer
to clarify an abnormally low tender price (paragraphs 32-34). This decision was made on the basis of
the express provisions of article 55 of the Directive. The CJEU confirmed that the requirement to
examine the details of an abnormally low tender and seek explanations from the tenderer was
mandatory.
Imprecise tenders or tenders that do not meet specification requirements: The CJEU noted that no
express provisions in the Directive covered this situation (paragraph 35).
The Court stated that the very nature of the restricted procedure meant that once tenders had been
submitted, those tenders could no longer be amended. The principle of equal treatment and
transparency mean that the contracting authority may not negotiate with tenderers.
The Court concluded that a contracting authority was not obliged to seek clarification of a tender
that it regarded as imprecise or as failing to meet technical specification requirements. It could reject
a tender on that basis (paragraphs 38-39).
Permitted clarification: The CJEU was of the view that the Directive did permit “the correction or
amplification of details of a tender, where appropriate, on an exceptional basis” (paragraph 39). This
permission is granted in particular when it is clear that the contracting authority requires “mere
clarification” or the correction of “obvious material errors” (paragraph 40).
This clarification is only permitted when:

the amendment does not lead in reality to the submission of a new tender (paragraph 40);

all tenderers are treated equally and fairly. A request for clarification must not appear to
unduly favour the tenderer to whom the request was addressed (paragraph 41).
The CJEU laid down additional conditions to be applied when a contracting authority sought
clarification:

The clarification of a tender may be made only after the contracting authority has examined
all of the tenders (paragraph 42);

The request must be sent to all undertakings that are in the same situation unless objectively
verifiable grounds justify a different treatment of the tenderers (paragraph 43);

The request must relate to all sections of the tender that are imprecise or that do not meet
the technical requirements (paragraph 44);

The contracting authority cannot reject a tender because of a lack of clarity in a part of the
tender when that part was not covered in the contracting authority’s request (paragraph
44).
Decision (paraphrased)
29
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
1. Abnormally low tenders
 The Directive requires the inclusion in national legislation of provisions obliging a contracting
authority to seek clarification of an abnormally low tender.
 It is for the national courts to determine whether the request for clarification enabled the
tenderer to provide a sufficient explanation.
 The Directive precludes a contracting authority from taking the view that it is not required to
ask a tenderer to clarify an abnormally low price.
2. Clarification of imprecise tenders or tenders that do not meet technical requirements
 The Directive does not preclude a national law according to which a contracting authority
may ask tenderers to clarify their tenders, without requesting or accepting any amendment
to the tender.
 When clarifying tenders the contracting authority must treat tenderers equally and fairly.
The request for clarification cannot appear to favour or disadvantage the tenderer with
whom the clarification is sought.
Case 5. C-336/12 Ministeriet for Forskning, Innovation og Videregående Uddannelser v Manova
A/S (‘Manova’)
Judgment dated 10 October 2013
Summary of facts
The Undervisningsministeriet (The Danish Ministry of Science, Innovation and Higher Education)
(hereinafter “the Ministry”) launched a call for tenders in respect of services required for the
operation of seven occupational guidance and advice centres (‘guidance centres’) starting from 1
August 2009. The value of the contract to be awarded was above the threshold which, under Article
7 of Directive 2004/18, triggers application of that directive (paraphrased paragraphs 2 and 10).
Since the Ministry took the view that the contract at issue related to complex services requiring
negotiations, the procedure included a preliminary screening stage. The section of the contract
notice entitled ‘Qualitative selection criteria’ laid down the following provision:
“Tenderers wishing to be considered must, as a basis for the assessment of their economic
and technical qualifications, provide the following information and satisfy the minimum
requirements set out:
…
(2) Submit a copy of the most recent balance sheet in so far as the tenderer is obliged to
draw up such a document.
(3) Reference list …
(4) Information on the tenderer’s educational and technical qualifications …”
By the deadline for applications, 10 undertakings/institutions had lodged applications for screening,
including the Syddansk Universitet (University of Southern Denmark) (‘the USD’), the Københavns
Universitet (University of Copenhagen) (‘the UC’), and Manova. The applications from the USD and
the UC did not include copies of their balance sheets; in that connection, the UC referred to its
website. The Ministry sent an email to each of those universities asking it to forward a copy of its
balance sheet, a request which the UC met that same day and the USD on the following day. Nine
candidates – including Manova, the USD and the UC – were judged successful at the screening stage
and invited to submit tenders, three candidates to tender for each guidance centre. For one of those
centres, Manova found itself competing with the USD and for another, with the UC. Following the
final assessment of the tenders for those two guidance centres, the Ministry found that the tenders
30
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
from the USD and the UC were economically more advantageous than the tenders submitted by
Manova – which, ultimately, was the only other candidate to have submitted a competing tender for
those centres – and concluded the contracts relating to those centres with those two universities
(paraphrased paragraphs 12-18).
The judgment in summary
The Court referred to the case C-599/10 SAG ELV Slovensko and Others, where the Court laid down
certain requirements to mark the bounds of the contracting authority’s right to make a written
request to the tenderer or tenderers concerned for clarification of their bid. The Court underlined
that this guidance in relation to tenders can also be applied to applications filed at the
prequalification stage for candidates in a restricted procedure (paraphrased paragraphs 33-38).
Accordingly, a contracting authority may request the correction or amplification of details of such an
application, on a limited and specific basis, so long as that request relates to particulars or
information, such as a published balance sheet, which can be objectively shown to pre-date the
deadline for applying to take part in the tendering procedure concerned (paragraph 39).
However, it should be explained that this would not be the case if the contract documents required
provision of the missing particulars or information, on pain of exclusion. It falls to the contracting
authority to comply strictly with the criteria which it has itself laid down (paragraph 40).
31
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
ANNEX 4: WORKSHOP PARTICIPANTS
No
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
Name
Mykola Barash
Roman Koval
Igor Kasyanenko
Victoriya Chepurna
Nataliya Bunchak
Anna Gornostal
Lyudmila Bozhko
Vladislav Udovichenko
Iryna Bogachevska
Lesya Kudin
Eugene Stuart
Steen Bruun-Nielsen
Anastasiia Repilytska
Anna Mahnyk
Anastasiia Bilevych
Olga Kravchenko
L. Mogyrsova
Victoria Titenko
Anastasia Kalina
Anna Stuart
Sergey Khrypkov
Julia Troyan
Olexandr Tkachenko
Olexandr Yankovich
Occupation
Acting Head of AMCU
Director of the Department for Complaints Review, AMCU
Department for Complaints Review, AMCU
Department for Complaints Review, AMCU
Department for Complaints Review, AMCU
Department for Complaints Review, AMCU
Department for Complaints Review, AMCU
Department for Complaints Review, AMCU
Department for Complaints Review, AMCU
Department for Complaints Review, AMCU
Team leader, EU funded Project
Senior expert, EU funded Project
AMCU
AMCU
AMCU
AMCU
AMCU
AMCU
Expert , EU funded Project
Administrator, EU funded Project
Interpreter
Interpreter
Equipment specialist
Equipment specialist
32
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
ANNEX 5: Public procurement Case Law Workshop
QUESTIONNAIRE
22 April 2015
1. In general, did the Training course fulfil your expectations?
2. What was particularly good in the Training sessions?
3. What information was particularly new in Training sessions?
4. Were there aspects of the Training with which you were not satisfied (e.g. you knew about this already or things
were inadequately explained?)
5. Was there something important missing, which was not covered and discussed?
6. Do you believe that the knowledge and information from the Training will assist (you or others) in further work?
Definitely not
1
Unlikely
2
To some degree
3
A fair amount
4
Very much
5
7. Were you satisfied with the presentation abilities of the training lecturers and facilitators? If not, please identify
specific difficulties?
Very unsatisfied
1
No
2
To some degree
3
A fair amount
4
Very much
5
Specific comments if dissatisfied:
8. Were you satisfied with the distributed material? (Enough materials, the quality of materials…)
Very unsatisfied
1
No
2
To some degree
3
Have you any specific comments on the materials:
9. Specific session scorecard
33
A fair amount
4
Very much
5
HARMONISATION OF PUBLIC PROCUREMENT SYSTEM IN UKRAINE WITH EU STANDARDS
Please score the individual sessions on the scale 1-5
Training Session
Presentation and discussions of
selected CJEU cases
Lecturer/facilitator
Mr Steen Bruun-Nielsen
score
10. Other remarks about the Training (e.g. organisation, interpretation etc.)….
11. Overall rating of the Training on scale 1-5
Your score:
Signature: ________________________________
1
1
Signature of the evaluation form is helpful to the evaluation process but is not mandatory.
34