TABLE OF CONTENTS
PARA.
I.
Introduction ............................................................................................................ 1
II.
Statement of Facts .................................................................................................. 7
A. CATSA............................................................................................................. 7
B. Rapiscan and
Smiths Rivalry.......................................................................... 13
C. 2009
Procurement Process.............................................................................. 15
D. Board’s 2009
Decision................................................................................... 21
E. CATSA Contracting Policy and Procedures.................................................. 22
F. The White
Paper............................................................................................. 23
G. 2010
Procurement Process – Strategy Document........................................... 26
H. Contract
Review Committee.......................................................................... 28
I. Contents of
the RFS....................................................................................... 32
J. Rapiscan
Invited to Participate....................................................................... 37
K. Briefing Note
for Board................................................................................. 38
L. Board
Decision............................................................................................... 42
III. Issues..................................................................................................................... 44
IV. Analysis................................................................................................................. 45
A. Standard of Review........................................................................................ 45
B. Is the matter coloured with a public element, flavour
or character sufficient to
bring it within the purview of public law?...................................................... 48
(1) Breach of Statutory Duty....................................................................... 55
(2) Undermining the Integrity of the
Government Procurement Process.... 63
(a) Misleading the Board.................................................................... 64
(i) Failure to Adhere to
the Contracting Procedures.............. 64
(ii) Board’s Lack of Knowledge
that Contracting Procedures
Not Followed..................................................................... 69
(iii) No Duty of Fair and
Equal Treatment............................... 79
(iv) Failure to state
requirements or provide evaluation criteria 81
(v) Undisclosed Minimum
Requirements................................ 84
(vi) Three Views was not a
Proper Minimum Requirement..... 89
(vii) Bad Faith of CATSA........................................................ 92
(viii) Unreasonable
Dispensation of Smiths from TSA
Certification....................................................................... 95
(ix) “Highest Performing
Technology that Exists Today”....... 98
(b) Should Public Law Remedies Apply?......................................... 108
(i) Maintaining the
Integrity of the Government Procurement
Process............................................................................. 109
(ii) No effective
Alternative Remedy................................... 119
(iii) Contracting Out of
the Contract “A” Duty of Fair and Equal Treatment 122
(iv) Did the Board’s
decision meet the standards of legality, reasonableness and fairness required
to meet the overall
objective of good
governance?........................................ 127
V. Remedy................................................................................................................ 132
I. Introduction
[1]
This is an application by Rapiscan Systems Inc
[Rapiscan] pursuant to section 18.1 of the Federal Courts Act, RSC 1985,
c F-7, for judicial review of a procurement decision made by the Canadian Air
Transport Security Authority [CATSA] on October 4, 2010 [the 2010 procurement
process].
[2]
Rapiscan originally sought to set aside and
declare invalid or unlawful the decision of the Board of CATSA authorizing the
award of a contract for the provision of Checkpoint Multi-View X-Ray Screening
Equipment and related services [Equipment] to Smiths Detection Montreal Inc
[Smiths].
[3]
In its final written submissions, Rapiscan requests
an order (i) declaring CATSA’s decision unlawful and unfair, and (ii) directing
CATSA to refresh its procurement process in respect of the Equipment for the
years 2012/13 through 2014/15 in compliance with its statutory obligations and
Contracting Procedures so as to allow Rapiscan and other suppliers a fair and
equal opportunity to supply the Equipment to CATSA.
[4]
The case ultimately turns on whether there are
sufficiently significant issues pertaining to the good governance of CATSA to
permit a public law remedy in respect of those issues in a matter that is based
on a commercial procurement contract. These questions arise from circumstances
of CATSA’s Board being misled by management’s advice. The Board authorized an
award of a contract that resulted from an unfair and non-competitive
procurement process. The Board was unaware of these circumstances. Given its
mandate and policies, it would seem unlikely that CATSA’s Board would have
authorized the contract had the proper information been presented.
[5]
I conclude that the reviewing court has
jurisdiction, firstly because the issues relate mostly to the integrity of
government procurement processes and secondly because the design of the
procurement process was intended to prevent resort to alternative contract
remedies that otherwise normally would be available to the applicants.
[6]
For the reasons that follow, the application is allowed.
However, no final order is made at this time so as to permit parties to make
further submissions to clarify the remedy sought by the applicant and to ensure
that CATSA’s operational requirements are not interfered with by the Court’s
order.
II. Statement
of Facts
A. CATSA
[7]
CATSA was created in 2002 by the Canadian Air
Transport Security Authority Act, SC 2002, c 9, s 2 [the Act]. Its mandate
includes screening passengers and their carry-on and checked baggage:
|
6. (1) The mandate of
the Authority is to take actions, either directly or through a screening
contractor, for the effective and efficient screening of persons who access
aircraft or restricted areas through screening points, the property in their
possession or control and the belongings or baggage that they give to an air
carrier for transport. Restricted areas are those established under the Aeronautics
Act at an aerodrome designated by the regulations or at any other
place that the Minister may designate.
(2) The
Authority is responsible for ensuring consistency in the delivery of
screening across Canada and for any other air transport security function
provided for in this Act. It is also responsible for air transport security
functions that the Minister may assign to it, subject to any terms and
conditions that the Minister may establish.
(3) The
Authority must carry out its responsibilities under this section in the
public interest, having due regard to the interest of the travelling public.
Those responsibilities are a governmental function.
|
6. (1) L’Administration
a pour mission de prendre, soit directement, soit par l’entremise d’un
fournisseur de services de contrôle, des mesures en vue de fournir un
contrôle efficace des personnes — ainsi que des biens en leur possession ou
sous leur contrôle, ou des effets personnels ou des bagages qu’elles confient
à une compagnie aérienne en vue de leur transport — qui ont accès, par des
points de contrôle, à un aéronef ou à une zone réglementée désignée sous le
régime de la Loi sur l’aéronautique dans un aérodrome désigné par
règlement ou dans tout autre endroit désigné par le ministre.
(2) L’Administration
veille à ce que le niveau de contrôle soit uniforme partout au Canada et
exécute également les autres fonctions liées à la sûreté du transport aérien
que prévoit la présente loi et celles que le ministre, sous réserve des
modalités qu’il détermine, lui confère.
(3) L’Administration
exerce les attributions qui lui sont confiées sous le régime du présent
article dans l’intérêt public et en tenant compte des intérêts des voyageurs;
ces attributions sont exercées à titre de fonctions administratives.
|
[8]
CATSA is also responsible for authorizing contracting with
screening companies and for procuring screening equipment:
|
7. (1) The Authority may
authorize the operator of an aerodrome designated by the regulations to
deliver screening on its behalf at that aerodrome, either directly or through
a screening contractor, subject to any terms and conditions that the
Authority may establish.
[…]
8. (1) The Authority
must establish criteria respecting the qualifications, training and
performance of screening contractors and screening officers, that are as
stringent as or more stringent than the standards established in the aviation
security regulations made under the Aeronautics Act.
[…]
(4) The
Authority may establish contracting policies specifying minimum requirements
respecting wages and terms and conditions of employment that persons must
meet in order to be awarded a contract by or on behalf of the Authority for
the delivery of screening. The Authority must establish such policies if
required to do so by the Minister.
(5) The
Authority must establish policies and procedures for contracts for services
and for procurement that ensure that the Authority’s operational requirements
are always met and that promote transparency, openness, fairness and value
for money in purchasing.
[…]
27. The provision of screening at an
aerodrome is conclusively deemed for all purposes to be a service that is
necessary to prevent immediate and serious danger to the safety of the
public.
28. (1) The Authority may enter
into contracts, agreements or other arrangements with Her Majesty as if it
were not an agent of Her Majesty.
[…]
|
7. (1) L’Administration peut
autoriser l’exploitant d’un aérodrome désigné par règlement à fournir, en son
nom, soit directement, soit par l’entremise d’un fournisseur de services de
contrôle, les services de contrôle à l’aérodrome qu’il exploite, sous réserve
des modalités qu’elle peut fixer.
[…]
8. (1) L’Administration
établit des critères de qualification, de formation et de rendement,
applicables aux fournisseurs de services de contrôle et aux agents de
contrôle, qui sont au moins aussi sévères que les normes qui sont établies
dans les règlements sur la sûreté aérienne pris sous le régime de la Loi
sur l’aéronautique.
[…]
(4) L’Administration
peut — mais est tenue de le faire si le ministre le lui ordonne — établir une
politique contractuelle qui précise les normes minimales que la personne qui
souhaite conclure un contrat de fourniture de services de contrôle doit
respecter quant aux salaires et conditions de travail applicables aux agents
de contrôle embauchés.
(5) L’Administration établit les règles
et méthodes à suivre concernant les contrats de fourniture de biens et de
services qui garantissent l’importance primordiale de ses besoins
opérationnels et qui favorisent la transparence, l’ouverture, l’équité et
l’achat au meilleur prix.
[…]
27. La fourniture des services de
contrôle à un aérodrome est réputée, de façon concluante et à toutes fins,
être un service nécessaire pour prévenir des risques imminents et graves pour
la sécurité du public.
28. (1) L’Administration peut
conclure des contrats, des ententes ou d’autres accords avec Sa Majesté comme
si elle n’en était pas mandataire.
[…]
|
[9]
However, the Act provides that CATSA is not
subject to the Treasury Board contracting policy
established under section 7(1) of the Financial Administration Act,
RSC 1985, c F-11 or that statute’s
Government Contracts Regulations, SOR/87-402. The Act states:
|
3. (3) In the event of
any inconsistency between the provisions of this Act and the provisions of
Part X of the Financial Administration Act, the provisions of this Act
prevail.
4. (1) The Minister is
the appropriate minister for the Authority for the purposes of Part X of the Financial
Administration Act.
(2) The
Minister may issue a written direction to the Authority, addressed to the
Chairperson, on any matter related to air transport security.
(3) The
Authority and its directors, officers and employees of the Authority must
comply with a direction issued under this section.
(4) Compliance
with the direction is deemed to be in the best interests of the Authority.
(5) A
direction is not a statutory instrument for the purposes of the Statutory
Instruments Act.
|
3. (3) Les
dispositions de la présente loi l’emportent sur les dispositions
incompatibles de la partie X de la Loi sur la gestion des finances
publiques.
4. (1) Le ministre est
le ministre de tutelle de l’Administration pour l’application de la partie X
de la Loi sur la gestion des finances publiques.
(2) Le
ministre peut donner des directives écrites à l’Administration sur toute
question liée à la sûreté du transport aérien; les directives sont adressées
au président du conseil.
(3) L’Administration
et ses administrateurs, dirigeants et employés sont tenus de se conformer aux
directives.
(4) Toute
personne qui se conforme aux directives est réputée agir au mieux des
intérêts de l’Administration.
(5) Les
directives ne sont pas des textes réglementaires pour l’application de la Loi
sur les textes réglementaires.
|
[10]
The Act provides that CATSA shall have a Board
of Directors which has a chairperson and ten other directors, and a chief executive
officer. The Board is empowered to hire staff and constitute committees, and
it is responsible for managing CATSA’s affairs and passing by-laws concerning contracting
policies.
|
10. (1) There shall be a board
of directors of the Authority consisting of eleven directors, including the
Chairperson, appointed by the Governor in Council on the recommendation of
the Minister.
[…]
16. The Chairperson must preside at
meetings of the board and exercise any powers and perform any duties and
functions that are assigned by the by-laws of the Authority.
17. The chief executive officer of
the Authority is to be appointed by the Governor in Council to hold office
during pleasure for any term that the Governor in Council considers
appropriate.
[…]
23. The board is responsible for the
management of the activities and affairs of the Authority.
24. The board may make by-laws respecting the management and
conduct of the activities and affairs of the Authority and the carrying out
of the duties and functions of the board, including by-laws establishing
(a) a
code of ethics for the directors, officers and employees of the Authority;
(b) committees
of the board, including a human resources committee and an audit committee;
and
(c) contracting policies for the Authority.
25. The Authority may employ any
officers, employees or agents and retain the services of any technical or
professional advisers that it considers necessary for the proper conduct of
its activities and affairs and may fix the terms and conditions of their
engagement.
|
10. (1) Est constitué le
conseil d’administration de l’Administration composé de onze administrateurs,
dont son président, nommés par le gouverneur en conseil sur la recommandation
du ministre.
[…]
16. Le président du conseil en
dirige les réunions et exerce les autres attributions que lui confèrent les
règlements administratifs de l’Administration.
17. Le premier dirigeant de
l’Administration est nommé à titre amovible par le gouverneur en conseil pour
le mandat que celui-ci estime indiqué.
[…]
23. Le conseil est chargé de la
gestion des activités de l’Administration.
24. Le conseil peut prendre des règlements administratifs sur la
gestion des activités de l’Administration et l’exercice des attributions que
la présente loi confère au conseil, notamment en ce qui concerne:
a) l’établissement d’un code de
déontologie pour les administrateurs, les dirigeants et les employés de
l’Administration;
b) la constitution de ses comités, y
compris un comité des ressources humaines et un comité de vérification;
c) la formulation de la politique
contractuelle de l’Administration.
25. L’Administration peut engager le
personnel et les mandataires et retenir les services des conseillers professionnels
et techniques qu’elle estime nécessaires à l’exercice de ses activités et
peut fixer les conditions d’emploi.
|
[11]
At present, the Board’s website indicates that it maintains four
committees (see CATSA, Board of Directors (30 September 2013), online: http://www.catsa-acsta.gc.ca/Page.aspx?ID=30&pname=BoardDirectors_ConseilAdministration&lang=en),
an Audit Committee, a Corporate Governance and Human Resources Committee, a
Strategy Committee, and a Pension Committee. CATSA notes on
its website (http://www.catsa-acsta.gc.ca/Page.aspx?ID=30&pname=BoardDirectors_ConseilAdministration&lang=en)
that:
The
Board has responsibility for the overall stewardship of CATSA. It has a duty to
protect the long-term interests of the corporation, safeguard CATSA's
assets and to practice due diligence in its decision-making. The Board's key
functions and responsibilities are to provide strategic direction, financial
oversight, corporate oversight and good governance.
[Emphasis
added]
[12]
In regard to legislation governing the
Authority’s procurement processes, subparagraph 8(5) of the Act requires CATSA to
establish policies and procedures that promote transparency, openness, fairness
and value for money in purchasing:
|
8. (5) The Authority must establish
policies and procedures for contracts for services and for procurement that
ensure that the Authority’s operational requirements are always met and that
promote transparency, openness, fairness and value for money in purchasing.
[Emphasis added]
|
8. (5) L’Administration établit les
règles et méthodes à suivre concernant les contrats de fourniture de biens et
de services qui garantissent l’importance primordiale de ses besoins
opérationnels et qui favorisent la transparence, l’ouverture, l’équité et
l’achat au meilleur prix.
[Je souligne]
|
B. Rapiscan and Smiths
Rivalry
[13]
CATSA is familiar with the manufacturers of x-ray screening
equipment which includes Rapiscan. Rapiscan’s products are
used to inspect baggage, cargo, vehicles, and other objects for weapons,
explosives, drugs, and other contraband, and to screen people. In the global
x-ray systems market, Rapiscan is, at any given time, either the largest or the
second-largest provider (Smiths being its main competition).
[14]
Since its creation in 2002, CATSA has purchased baggage
screening equipment exclusively from Smiths. Rapiscan claims that Canada is the only major country with a single supplier of airport x-ray screening
equipment. On December 15, 2006, an Office of the Auditor General’s Special
Examination Report on CATSA criticized sole-sourcing and the award of
contracts before selection procedures are put into place. Nonetheless, on June
2, 2009, CATSA requested approval to sole-source a screening equipment contract
with Smiths. On June 18, 2009, a sole-source procurement was duly made from
Smiths. Testimony from Mr. Corrigan indicates that in September 2009, funding
approval would have been requested for regular 2010 procurement. In November
2009, Smiths publicly announced the sole-source contract and the Smiths
equipment arrived. On December 22, 2009, CATSA put new contracting procedures
into place. Mr. Corrigan’s testimony indicated that in May or June 2010,
funding would have been approved for 2010 procurement.
C. 2009
Procurement Process
[15]
In 2009 CATSA took steps to replace its
first-generation Smiths equipment with new advanced technology multi-view screening
equipment. Management’s briefing note to the Board describes the background to
the process as follows:
Both the TSA [U.S.
Transportation Safety Authority] and the European Union (E.U.) initiated steps
in 2007 to replace current single view x-rays with multiview x-rays. Multiview
technology provides additional enhancements for the detection of weapons, knifes
[sic], explosives and provides future capabilities for the
detection of liquids and gels.
In 2007, the TSA
conducted testing of 3 x-ray vendor’s [sic] multiview equipment and
approved 2: Rapiscan and Smiths. This resulted in a subsequent procurement of
700 units divided between the two companies. Similarly, the UK DFT approved
both the Rapiscan and Smiths multiview x-rays which resulted in the BAA
procuring Smiths’ multiview x-ray and Manchester Airport Authority procuring
Rapiscan’s multiview x-ray.
[Emphasis added]
[16]
It should be noted that the term “views” is
confusing in the documentation. Screening equipment has one or more view
generators and provides one or more views to the screening operator. “Multiview”
x-ray equipment describes systems which generate and provide more than one view,
not those which have more than one view generator. For instance, the
Smiths checkpoint equipment (7555 aTIX) used for carry-on baggage referred to
in these procurement processes has four generators which are capable of
producing four views for machine operators. However, the equipment only
provides two views to operators, as beyond that number of views, the efficiency
of the screening process by staff decreases (as noted in an internal study,
Canadian Air Transport Security Authority, Relation of X-ray screening
performance to number of views, NTA report 07072010 (7 July 2010) [the
White Paper]). The Rapiscan equipment (620 DV) referred to in this proceeding has
two generators and similarly provides two views for operators. Therefore, in
most instances when comparing Rapiscan and Smiths equipment, where the term
“views” is used the reference is to the number of generators of views, as
opposed to actual views for physical screening purposes.
[17]
Another factor in CATSA procurement is that
Transport Canada, which is responsible for the security of the Canadian
transportation system, requires equipment for use in Canada to be certified by
the U.S. Transportation Security Agency. Among Transport Canada’s responsibilities is that of establishing equipment performance standards and
establishing and maintaining a list of systems and equipment that have
demonstrated a capacity to meet performance standards for screening to ensure
harmonization to international standards.
[18]
CATSA awarded Smiths the initial $30 million
contract in 2009 for the replacement of Smiths single view screeners with multiview
advanced technology [“AT”] equipment. For that purpose it used a closed, non-competitive
sole-source process. Rapiscan was not asked to provide information on its
equipment and states that it was unaware of the details of the 2009 process
until provided with the certified record in these proceedings.
[19]
Despite holding a closed non-competitive
process, CATSA management carried out a comparative analysis of Smiths 7555
aTIX checkpoint equipment and the 620 DV Rapiscan model. The main difference
between the equipment of the two manufacturers is that the Smiths screener has
four view generators, while that of Rapiscan has only two. Rapiscan’s equipment
is significantly less expensive than Smiths’. The same two models of equipment
were submitted by these companies in the subsequent 2010 procurement process.
[20]
The 2009 sole source procurement process is
significant to that in 2010 because in 2009 a minimum requirement was established
that the equipment provide three or more views. The same “minimum requirement”
rationale would be applied to eliminate Rapiscan from consideration in the 2010
procurement process.
D. Board’s
2009 Decision
[21]
On June 18, 2009, the Board of Directors awarded
the sole-source contract to Smiths despite its higher cost based on Smiths
equipment’s capability of being upgraded to achieve greater detection performance,
stating as follows:
AND WHEREAS, while
the Smiths product is higher in cost than the Rapiscan product, only the Smiths
product has the built-in technology capable of being upgraded to achieve
greater detection capabilities, with the potential to detect prohibited
liquids and gels and therefore the potential to achieve future improved
security effectiveness and cost efficiencies for CATSA;
AND WHEREAS it is
believed that the incremental cost of the Smiths product represents
value for money given the added capabilities and cost effectiveness that may
be realized by the Smiths product,
[Emphasis added]
E. CATSA Contracting Policy and Procedures
[22]
A few days later, on July 1, 2009, CATSA
implemented a Contracting Policy, in accordance with section 8 (5) of the Act.
On December 22, 2009, CATSA adopted detailed mandatory Contracting Procedures
to implement the policy. Among relevant provisions in the Contracting
Procedures are the following definitions and provisions with my emphasis:
1.1 These
procedures apply to all Contracts and contracting activities conducted
by CATSA. They are created in furtherance of the CATSA Contracting Policy
approved by the Board.
[…]
2.1
Definitions
[…]
“Evaluation
Criteria” means the specifications and other factors that have been established
by CATSA prior to an Open Procurement Process and which are used to evaluate
quotes, bids and proposals made by potential contractors in response to an Open
Procurement Process.
[…]
“Non-competitive
Contract” means a Contract which is or will be established under one of the
exceptions in Section Section [sic] 5.6 (Exceptions Approvable By
Other Approval Authorities) which will not be or has not been preceded by an
Open Procurement Process.
[…]
“Open
Procurement Process” means a contracting process involving any of an
RFI, RFQ, RFP, RFSO, tender, Third Party Standing Offer, or a procurement
process in which an ACAN is used and not validly challenged.
[…]
“Request for
Information” and “RFI” mean an Open Procurement Process
under which CATSA requests information from the market in accordance with these
procedures.
[…]
“Request for
Standing Offer” and “RFSO” mean an Open Procurement
Process under which CATSA requests the provision of an offer that would form
the basis of a Standing Offer.
[…]
5.1 Openness in
Contracting
CATSA uses Open
Procurement Processes to promote openness, transparency and fairness and to
assist in obtaining and demonstrating that it obtains value for money in
Procurement Contracts. Open Procurement Processes should be used in accordance
with these procedures unless excepted in accordance with these
procedures.
5.2 Open
Procurement Processes
[…]
5.2.1 Requests
for Information may be used in advance of initiating a procurement
process to understand:
5.2.1.1
The number of potential or likely suppliers of the goods or
services; and
5.2.1.2
The availability of goods or services to address a need of CATSA.
[…]
5.2.3 Requests
for Standing Offer may be used where CATSA foresees purchasing quantities
of goods and services repeatedly over a period of time but the likely
quantity cannot be determined at the time of Effective Date of the
Contract.
[…]
5.3 Evaluation
Criteria in Open Procurements
Evaluation Criteria
in any procurement shall be established prior to seeking the applicable
approval to proceed with a procurement and the results of that evaluation shall
be made available to the applicable Approval Authority as part of any approval
request. Evaluation Criteria shall not knowingly be drafted where the effect of
the Evaluation Criteria would unreasonably give preference to potential
bidders. Evaluation Criteria should typically not be limited to only price
but should be drafted to determine overall value for money and the ability for
CATSA to meet its operational objectives.
[…]
5.6
Exceptions Approvable
By Other Approval Authorities
[…]
5.6.1 Public
Interest. The nature of the work or the circumstances surrounding the
requirement is such that it may be prejudicial to the public interest or
national security to solicit open submissions. This exception is normally
reserved for dealing with security, safety or other considerations potentially
prejudicial to passengers;
[…]
5.7
Transparency, Fairness and Value for Money Not
Excepted
Subject to section
5.6.1 exceptions to an Open Procurement Process shall not limit CATSA’s
statutory and policy obligations of transparency, fairness or value for money. […]
[…]
6.2
Standing Offer
A Standing Offer is a
Contract which commits a Contractor to supply goods, services or both, at the
prices specified in the Contract and subject to the other terms and conditions
stated in the Standing Offer. […] The SO is generally established using a
Request for Standing Offer. […]
[…]
7.1
Open Procurement Contract Process
[…] The Open
Procurement Process may be established in either of two ways:
[…]
7.1.2
Traditional Competitive. […] where the market participants for
the applicable good or service are known to CATSA, CATSA may issue an Open
Procurement Process to a limited number of Contractors. […] Generally, this
list shall identify a minimum of three (3) potential Contractors.
7.2 Open Procurement
Generally accepted
practices will be adopted in CATSA’s Open
Procurement Process, generally described below:
7.2.1 Preparation
of Documentation Procurement and Contracting will work with the Project
Authority to prepare the applicable Statement of Work/Terms of Reference and
Evaluation Criteria […]
[Emphasis added]
F. The White Paper
[23]
On July 7, 2010, CATSA’s internal Technology
Group produced a “White Paper” entitled “Relation of X-ray Screening
Performance to Number of Views”. The relevant conclusion of the paper is as
follows:
Scanners with more
than two views
Multi-view scanners
with three and four views will be able to increase accuracy of density
measurements by 2.25 times and 4 times, respectively, as seen from Figure 3.
This helps in automated detection of explosives from unique measurements of
density and Zeff. […] So the potential accuracy of a three or
four view scanner is higher than that of a dual view scanner, and the
advantages rapidly increase since the dependence is on the square of the number
of views.
[Emphasis added]
[24]
It should be noted that the front page of the
White Paper states as follows:
It is shown that the accuracy
of a multi-view system increases with the number of views, which in turn improves
the performance of automated explosives and liquids detection software.
[Emphasis added]
[25]
In referring to multiview luggage scanners the
report notes: “The image processing algorithms in these systems are critical in
maximizing the capability of the systems.”
G. 2010
Procurement Process – Strategy Document
[26]
On July 14, 2010, CATSA prepared a Procurement
Strategy Document for the purchase of further multiview PBS [Pre-board screening]
and HBS [Hold baggage screening] x-ray machines for an estimated contract
dollar value of $40,508,829. The contract period was described as follows: “5
year Standing offer with renewal options for up to five additional years”
[emphasis added]. The strategy further indicated that the intent was to
establish standing offers with one or more suppliers of multiview x-ray
machines for equipment, spare parts, etc. No non-competitive exception was
designated.
[27]
The Procurement Strategy Document indicated that
the Technology Branch had performed an informal survey of the functionality of
the three market participants (Rapiscan, Smiths and L-3 Communications Security
and Detection Systems, Inc [L-3]) in multiview manufactures available at the
time. It further indicated that CATSA would be relying on information disclosed
to it by the U.S. TSA.
H. Contract
Review Committee
[28]
On July 14, 2010, the Contract Review Committee
met to consider the procurement process for the additional equipment. The
minutes included the following excerpt with respect to a decision not to follow
the “generally accepted practices” specified at paragraph 7.2.1 in the Contracting
Procedures described above, which called for an open procurement process based
upon a pre-defined statement of work/requirements and weighted evaluation
criteria:
A discussion took
place regarding the proposed procurement strategy where CATSA does not publish
rated requirements, but rather explains that the evaluation would be done
based on specified factors, with no weighting. It was noted by one of the
Committee Members in this case, it will be very important that CATSA
document and develop its evaluation practices to demonstrate that the Committee
has done its review fairly.
[Emphasis added]
[29]
The minutes also contained the statement that
“The Contract Review Committee approved to have an RFI (which is somewhat
in the nature of an RFP) posted on MERX for this project” [emphasis added].
The Contracting Procedures indicate that an RFI may be used in advance of initiating
a procurement process to understand the availability of goods and services to
address the needs of CATSA.
[30]
On August 16, 2010, a “Request For Submissions”
(RFS) was issued. The RFS invited suppliers to submit information related to
the technical capabilities and pricing of their equipment and related services.
Based on a series of questions and information requirements, it was intended to
be used to determine whether the participating suppliers could “meet or exceed
CATSA’s business requirements”. These requirements were unspecified.
[31]
Mr. Martin Corrigan, Director of Screening
Technologies at CATSA, and a participant at the 2010 Board meeting authorizing
the contract award to Smiths, was cross-examined on his affidavit in
unsuccessful proceedings by Rapiscan to obtain an interlocutory injunction. He
testified that he had no knowledge of how the proposal came to be described as
an RFS, or what was meant by the designation. Counsel for the applicant at the
time suggested that the document was intended to be a Request For Standing
Offer (RFSO).
I. Contents
of the RFS
[32]
The RFS contained the following exemption clause
in the body of its contract and the disclaimer:
This RFS does not
constitute an offer by CATSA, nor is it intended to give rise to any legally
binding obligations (sometimes referred to as a Contract “A” under
Canadian law) on the part of CATSA. It is not a tender, request for tenders or
a request for proposals.
[Emphasis added]
[33]
The RFS further described Phase I of the process
as follows:
During Phase I of the
Process […] following a review of the Submissions […], if CATSA determines that
one (1) or more Suppliers are able to provide the required Equipment and
related goods and services at a price which offers the best value to
CATSA, in CATSA’s sole discretion, then CATSA may create a short list of
Suppliers with whom to enter into further discussions regarding the Supplier’s Submission
and/or negotiate a Standing Offer Agreement.
[Emphasis added]
[34]
The RFS further reserved the right not to
proceed to a competitive bid in respect of the award of contract in the
following terms:
CATSA reserves the
right not to proceed to a competitive bid or other form of
selection process and may select one (1) or more Suppliers to establish a
Standing Offer Agreement with (in the form attached at Schedule “C” as may or
may not be negotiated with a Supplier) based on their respective
Submission, other information provided by the Supplier under this RFS, and other
information obtained by CATSA from third parties, including without
limitation, other agencies.
[Emphasis added]
[35]
Even though the contract contained no
requirements, the RFS contained a further exception not requiring it to comply
with requirements, stated as follows:
3.5 TERMS.
Notwithstanding anything to the contrary in this RFS, CATSA reserves the right
in its sole and absolute discretion, without any liability whatsoever to any Supplier
to:
(i) Accept
submissions which fail in any respect to comply with the requirements of
the RFS; […]
[Emphasis added]
[36]
The Schedule “A” Statement of Requirements in
the RFS consisted of a series of requests to provide information on available
checkpoint multiview advanced technology x-ray products, including product
technical information and information on accessories, maintenance, training and
documentation. It did not contain any requirements, mandatory or otherwise,
that CATSA demanded be met by the RFS. It also did not include any selection
criteria, weighted or otherwise.
J. Rapiscan Invited to Participate
[37]
Having posted a summary of the
RFS on the electronic tendering service MERX, Ron McAdam, the General Manager
of New Technology at CATSA, noticed that Rapiscan was not among the list of
suppliers on MERX. After some internal discussion, CATSA decided to contact
Rapiscan and notify it of the RFS. CATSA accordingly contacted Rapiscan and
drew Rapiscan’s attention to the 2010 RFS, inviting it to participate in the
procurement process. Rapiscan subsequently responded to the RFS along with
Smiths, L-3 Communications, and Reveal. Rapiscan was the only party submitting
a bid that was not an existing supplier of CATSA.
K. Briefing
Note for Board
[38]
Shortly after, on October 1, 2010, a Contract
Approval Request with an attached Briefing Note was provided to the CATSA Board,
recommending that a standing offer be awarded to Smiths. The purpose of the
note was given as being to describe “the process CATSA used to obtain
competitiveness, openness, fairness, transparency and value for money” in the
selection of Smiths.
[39]
The 2010 briefing note made reference to the 2009
purchase of multiview x-ray equipment, stating as follows:
[…] It was also
decided that CATSA’s preference was to invest in multi-view X-ray technology
that had a built in technology capable of being upgraded to provide
better detection. For this requirement, the multi-view X-ray machines required 3
or more views which is again a factor in this year’s evaluation.
In June 2009, only the
Smiths multi-view X-ray machine satisfied that criteria and it was felt that
the benefits to be gained by investing in Smith’s multi-view X-ray
machine with 3 views was worth the incremental cost to CATSA over the
second-best machine. While the approach in 2009 was made necessary in order to
meet the timelines for the Olympics, Management did reassure the Board that it
was a one-time exception and that future purchases would be done under an open
procurement process.
Procurement
Requirement and Process for Selection of Multi-view X-ray Supplier(s)
For current and future
requirements for multi-view X-ray machines (based on the 5 year plan as set out
in the Contract Approval Request) CATSA recently undertook an open process to
obtain competitiveness, openness, fairness, transparency and value for money in
the selection of multi-view X-rays by publishing a Request for Submissions
on MERX, requesting technical, operational and pricing information.
[40]
The briefing note indicated that Rapiscan had not
met the requirements of having three views or a large tunnel size, although it
was TSA certified and had good reliability and throughput. The Note further
indicated:
•
Only the Smiths multi-view X-ray satisfied all
the criteria above and Smiths rated highest in each category;
•
Of the 4 vendors, only Smiths and L3 offered 3
views and were TSA approved for use, the latter of which CATSA considers a
precondition to be acceptable for use in Canada.
[…]
[41]
The note then explained that as Rapiscan had
been eliminated for not meeting the minimum requirement of three views, its
pricing was not placed before the Board for consideration. Reveal was
also eliminated because its equipment was not TSA certified.
Pricing of all
vendors [sic] submissions were analyzed. The [1] price comparison
attached as Schedule ‘B’ addresses [2] only pricing for L-3 and Smiths
since only those vendors would meet the [3] minimum requirements [4] set
out in CATSA’s requirements ([5] 3 views, [6] TSA
certified).
[Emphasis and
numbering in square brackets added]
L. Board
Decision
[42]
On October 4, 2010, the Board held a meeting by
conference call. It adopted a resolution authorizing management to award a
standing officer to Smiths for the purchase of x-ray machines and related
equipment and services for an initial five-year period, with a renewal option
for up to five additional years. The entirety of the Board’s reasoning
supporting its decision is as follows:
In response to Board
members [sic] questions, the CEO indicated that Smiths technology was
currently the only technology that could meet the needs required now. He
noted that it is the highest performing technology that exists today
with the most potential for improvement.
[Emphasis added]
[43]
The Certified Record produced by the Attorney
General included a document originating from the European Civil Aviation
Conference [“ECAC”], dated after the Board’s decision. It was apparently
included by the defendant to demonstrate that Smiths had participated in a
common evaluation process for security equipment in which the Rapiscan
equipment was not included amongst the list and that Smiths had met ECAC’s
performance standard for screening for LAG [Liquids, Aerosols, and Gels] containers
removed from cabin baggage.
III. Issues
[44]
The following are the issues for consideration
in this matter:
a) Is
the matter coloured with a public element, flavour or character sufficient to
bring it within the purview of public law and therefore review by this Court on
the rationale that:
(i) it involves a breach of a statutory duty, or
(ii) it involves the integrity of government procurement processes?
b) If
the matter is reviewable, what is the applicable standard of review?
c) In
the circumstances, did the Board’s decision meet the standards of legality,
reasonableness and fairness required for good governance?
IV. Analysis
A. Standard
of Review
[45]
I come to the conclusion that this matter is
reviewable and therefore I set out here the standard of review analysis.
[46]
In Dunsmuir v New Brunswick, 2008 SCC 9, [2008] 1 S.C.R. 190 at para 26, the Supreme Court pointed out that
judicial review can concern either the merits or the process of a decision. In
Canada (Citizenship and Immigration) v Khosa, 2009 SCC 12, [2009]
1 SCR 339 [Khosa], the Supreme Court said:
28 In
my view, the interpretation of s. 18.1 of the Federal
Courts Act must be sufficiently elastic to apply to the decisions of
hundreds of different "types" of administrators, from Cabinet members
to entry-level fonctionnaires, who operate in
different decision-making environments under different statutes with distinct
grants of decision-making powers. Some of these statutory grants have privative
clauses; others do not. Some provide for a statutory right of appeal to the
courts; others do not. It cannot have been Parliament's intent to create by s.
18.1 of the Federal Courts Act a single, rigid
Procrustean standard of decontextualized review for all "federal board[s],
commission[s] or other tribunal[s]", an expression which is defined (in s.
2) to include generally all federal administrative decision-makers. A flexible
and contextual approach to s. 18.1 obviates the need for Parliament to set
customized standards of review for each and every federal decision-maker.
[…]
33 Resort
to the general law of judicial review is all the more essential in the case of
a provision like s. 18.1 of the Federal Courts Act
which, unlike s. 672 of the Criminal Code, is not
limited to particular issues before a particular adjudicative tribunal but
covers the full galaxy of federal decision-makers. Section 18.1 must retain the
flexibility to deal with an immense variety of circumstances.
[…]
36 In
my view, the language of s. 18.1 generally sets out threshold grounds which
permit but do not require the court to grant relief. Whether or not the court
should exercise its discretion in favour of the application will depend on the
court's appreciation of the respective roles of the courts and the [page367]
administration as well as the "circumstances of each case": see Harelkin v. University of Regina, [1979] 2 S.C.R. 561, at
p. 575. Further, "[i]n one sense, whenever the court exercises its
discretion to deny relief, balance of convenience considerations are
involved" (D. J. M. Brown and J. M. Evans, Judicial
Review of Administrative Action in Canada (loose-leaf), at p. 3-99). Of
course, the discretion must be exercised judicially, but the general principles
of judicial review dealt with in Dunsmuir provide
elements of the appropriate judicial basis for its exercise.
[47]
In review of procurement cases, deference is
owed to the decision-maker other than on questions of jurisdiction; the
appropriate standard of review is thus reasonableness. Mr. Justice Barnes in GDC
Gatineau Development Corp v Canada (Public Works and Government Services),
2009 FC 1295 [GDC Gatineau Development] set out the reasoning in
a similar situation at paras 23-24 of his decision:
23 It is essential to understand that
this challenge is not brought as an action for breach of contract. GDC
maintains, though, that the duties of fairness it espouses are contractual
albeit implied. It is, of course, well understood that a compliant irrevocable
bid may give rise to contractual obligations on both parties including
obligations of fairness, the breach of which may support a claim to damages:
see Martel Building Ltd. v. Canada, 2000 SCC 60, [2000]
2 S.C.R. 860 at paras. 83 and 88. An application for judicial review on the
other hand imposes jurisdictional limitations on the Court which were described
by Justice Robert Décary in Gestion Complexe Cousineau
(1989) Inc. v. Canada (Minister of Public Works and Government Services Canada),
[1995] 2 F.C. 694, [1995] F.C.J. No. 735 (QL) (F.C.A.) at paras. 17 and 20:
17 I cannot conceal the hesitation I would have had
in categorically stating that in no circumstances could the Federal Court by
way of judicial review determine the legality of a tender proceeding, as
essentially that is what is meant when it is argued that the Court does not
have jurisdiction. It is one thing to say that a remedy is more or less
appropriate depending on the circumstances; it is another to say that a remedy
is systematically prohibited in all circumstances. It seems to me that the
respondents have confused these two ideas. It may be that in reality they will
more often than not be right in that the courts will seek in vain for the
illegality which alone could justify intervention. The fact remains that under
the language conferring jurisdiction on the Court Parliament authorized
challenges to such decisions and the fact that in practice they will seldom be
successfully challenged does not mean that the Court lacks jurisdiction over
them.
[...]
20 As by definition the focus of judicial review is
on the legality of the federal government's actions, and the tendering
procedure was not subject to any legislative or regulatory requirements as to form
or substance, it will not be easy, in a situation where the bid documents do
not impose strict limitations on the exercise by the Minister of his freedom of
choice, to show the nature of the illegality committed by the Minister when in
the normal course of events he compares the bids received, decides whether a
bid is consistent with the documents or accepts one bid rather than another.
Care must,
accordingly, be taken to avoid the risk of turning an application examining the
lawfulness of a tendering decision into a breach of contract proceeding by any
other name.
24 Notwithstanding its obvious
limitations, it is clear that judicial review is available to assess the
lawfulness of a tendering decision of the type taken here and, in particular, a
decision to disqualify a tender offer. Such decisions are entitled to deference
and I concur with the standard set by Justice Paul Rouleau in Halifax Shipyard Ltd. v. Canada (Minister of Public Works and
Government Services) (1996), 113 F.T.R. 58, 63 A.C.W.S. (3d) 627
(F.C.T.D.). Justice Rouleau held that an applicant must demonstrate that the
tendering authority acted in an unfair, unreasonable or arbitrary manner, based
its decision on irrelevant considerations, or acted in bad faith.
B. Is the matter coloured with a public element, flavour or character
sufficient to bring it within the purview of public law?
[48]
As the Federal Court of Appeal noted in the
first sentence of Irving Shipbuilding Inc v Canada (Attorney General),
2009 FCA 116, [2010] 2 FCR 488 [Irving Shipbuilding] at para 1, “Public contracts lie at the intersection of public law and
private law.” It is common ground that a procurement contract, being
commercial in nature, does not normally permit recourse to administrative law
remedies. Irving Shipbuilding at para 46:
46 The
context of the present dispute is essentially commercial, despite the fact that
the Government is the purchaser. PWGSC has made the contract pursuant to a
statutory power and the goods and services purchased are related to national
defence. In my view, it will normally be inappropriate to import into a
predominantly commercial relationship, governed by contract, a public law duty
developed in the context of the performance of governmental functions pursuant
to powers derived solely from statute.
[49]
In Irving Shipbuilding, the Court went
further in its remarks at paras 61 and 62 concerning exceptions to allow a subcontractor
to rely on a public law duty. It limited deviations from the rule to situations
where the integrity of the procurement process was at risk, which at least by
the examples cited would occur only in situations of crimes.
[50]
I discuss below whether the high threshold to exceptions
was intended to apply only to subcontractors, whose right to seek public law
remedies was rejected on a number of bases relating to various other
limitations on their rights to sue owners in contract and negligence. The Court
also cited with approval the text of Paul Emanuelli, Government Procurement,
2d ed (Markham, Ontario: LexisNexis, 2008), which (at page 698) formulates a
more generalized threshold to determine whether judicial review is permitted in
a contractual context:
24 This view of the
Court's jurisdiction is consistent with that generally adopted by other courts
in Canada: see Paul Emanuelli, Government Procurement, 2nd ed. (Markham, Ontario: LEXISNEXIS, 2008) at 697-706, who concludes (at 698):
As a general rule, the closer the connection between a procurement process
and the exercise of a statutory power, the greater the likelihood that the
activity can be subject to judicial review. Conversely, to the extent that the
procurement falls outside the scope of a statutory power and within the
exercise of government's residual executive power, the less likely that the procurement
will be subject to judicial review.
English authorities on public contracts and judicial review are considered
in Harry Woolf, Jeffrey Jowell and Andrew Le Sueur, de Smith's Judicial
Review, 6th ed. (London: Sweet & Maxwell Ltd., 2007), 138-45, where
courts generally require an "additional public element" before
concluding that the exercise by a public authority of its contractual power is
subject to judicial review, even when the power is statutory.
[51]
The Federal Court of Appeal has provided additional
content to “an additional public element” in its recent decision Air Canada v Toronto Port Authority, 2011 FCA 347 [Toronto Port Authority]. Justice Stratas
summarized the jurisprudence generally applicable to assist courts to determine
whether “a matter is coloured with a public element, flavour or character
sufficient to bring it within the purview of public law” at paragraph 60 as
follows:
[60] In
determining the public-private issue, all of the circumstances must be
weighed: Cairns v. Farm Credit Corp., [1992] 2 F.C. 115 (T.D.); Jackson
v. Canada (Attorney General) (1997), 141 F.T.R. 1 (T.D.). There are a
number of relevant factors relevant to the determination whether a matter is
coloured with a public element, flavour or character sufficient to bring it
within the purview of public law. Whether or not any one factor or a
combination of particular factors tips the balance and makes a matter
“public” depends on the facts of the case and the overall impression
registered upon the Court. Some of the relevant factors disclosed by the
cases are as follows:
● The character of the matter for which review is
sought. Is it a private, commercial matter, or is it of broader import to
members of the public? See DRL v. Halifax Port Authority, supra; Peace
Hills Trust Co. v. Moccasin, 2005 FC 1364 (CanLII), 2005 FC 1364 at paragraph
61, 281 F.T.R. 201 (T.D.) (“[a]dministrative law principles should not be
applied to the resolution of what is, essentially, a matter of private
commercial law…”).
● The nature of the decision-maker and its
responsibilities. Is the decision-maker public in nature, such as a Crown
agent or a statutorily-recognized administrative body, and charged with
public responsibilities? Is the matter under review closely related to those
responsibilities?
● The extent to which a decision is founded in and
shaped by law as opposed to private discretion. If the particular decision
is authorized by or emanates directly from a public source of law such as
statute, regulation or order, a court will be more willing to find that the
matter is public: Mavi, supra; Scheerer v. Waldbillig 2006 CanLII 6460 (ON
SCDC), (2006), 208 O.A.C. 29, 265 D.L.R. (4th) 749 (Div. Ct.); Aeric, Inc. v.
Canada Post Corp., reflex, [1985] 1 F.C. 127 (T.D.). This is all the more the
case if that public source of law supplies the criteria upon which the
decision is made: Scheerer v. Waldbillig, supra at paragraph 19; R. v.
Hampshire Farmer’s Markets Ltd., [2004] 1 W.L.R. 233 at page 240 (C.A.), cited
with approval in MacDonald v. Anishinabek Police Service 2006 CanLII 37598 (ON
SCDC), (2006), 83 O.R. (3d) 132 (Div. Ct.). Matters based on a power to act
that is founded upon something other than legislation, such as general contract
law or business considerations, are more likely to be viewed as outside of the ambit
of judicial review: Irving Shipbuilding Inc, supra; Devil’s Gap Cottager (1982)
Ltd. v. Rat Portage Band No. 38B, 2008 FC 812 (CanLII), 2008 FC 812 at
paragraphs 45-46, 2008 FC 812 (CanLII), [2009] 2 F.C.R. 276.
● The body’s relationship to other statutory schemes
or other parts of government. If the body is woven into the network of
government and is exercising a power as part of that network, its actions are
more likely to be seen as a public matter: Onuschuk v. Canadian Society of
Immigration, 2009 FC 1135 (CanLII), 2009 FC 1135 at paragraph 23, 357 F.T.R.
22; Certified General Accountants Association of Canada v. Canadian Public
Accountability Board 2008 CanLII 1536 (ON SCDC), (2008), 233 O.A.C. 129 (Div.
Ct.); R. v. Panel on Take-overs and Mergers; Ex Parte Datafin plc., [1987] Q.B.
815 (C.A.); Volker Stevin N.W.T. (’92) Ltd. v. Northwest Territories
(Commissioner), 1994 CanLII 5246 (NWT CA), [1994] N.W.T.R. 97, 22 Admin. L.R.
(2d) 251 (C.A.); R. v. Disciplinary Committee of the Jockey Club, ex parte Aga
Khan, [1993] 2 All E.R. 853 at page 874 (C.A.); R. v. Hampshire Farmer’s
Markets Ltd., supra at page 240 (C.A.). Mere mention in a statute, without
more, may not be enough: Ripley v. Pommier reflex, (1990), 99 N.S.R. (2d) 338,
[1990] N.S.J. No. 295 (S.C.).
● The extent to which a decision-maker is an agent
of government or is directed, controlled or significantly influenced by a
public entity. For example, private persons retained by government to
conduct an investigation into whether a public official misconducted himself
may be regarded as exercising an authority that is public in nature: Masters v.
Ontario 1993 CanLII 8530 (ON SC), (1993), 16 O.R. (3d) 439, [1993] O.J. No.
3091 (Div. Ct.). A requirement that policies, by-laws or other matters be
approved or reviewed by government may be relevant: Aeric, supra; Canadian
Centre for Ethics in Sport v. Russell, [2007] O.J. No. 2234 (S.C.J.).
● The suitability of public law remedies. If
the nature of the matter is such that public law remedies would be useful,
courts are more inclined to regard it as public in nature: Dunsmuir, supra;
Irving Shipbuilding, supra at paragraphs 51-54.
● The existence of compulsory power. The existence of
compulsory power over the public at large or over a defined group, such as a
profession, may be an indicator that the decision is public in nature. This is
to be contrasted with situations where parties consensually submit to
jurisdiction. See Chyz v. Appraisal Institute of Canada reflex, (1984), 36
Sask. R. 266 (Q.B.); Volker Stevin, supra; Datafin, supra.
● An “exceptional” category of cases where the conduct
has attained a serious public dimension. Where a matter has a very serious, exceptional
effect on the rights or interests of a broad segment of the public, it may
be reviewable: Aga Khan, supra at pages 867 and 873; see also Paul Craig,
“Public Law and Control Over Private Power” in Michael Taggart, ed., The
Province of Administrative Law (Oxford: Hart Publishing, 1997) 196. This may
include cases where the existence of fraud, bribery, corruption or a human
rights violation transforms the matter from one of private significance to one
of great public moment: Irving Shipbuilding, supra at paragraphs 61-62.
[Emphasis added]
[52]
Most of these factors apply to colour the
present matter with a public element. The procurement of screening equipment
for airports Canada-wide is clearly of broader import to the public. The
decision-maker is a federally-created agency with public responsibilities. The
decision was guided by statutory constraints on CATSA’s Contracting Policies.
CATSA is seen as exercising its power as part of and as an agent of the federal
government. Finally, in these particular circumstances, a public law remedy
would be useful.
[53]
I conclude that Rapiscan’s submissions that best respond to its right to
pursue administrative law remedies are twofold. First, it argues that the necessary
“public element” arises from a statutory duty which it claims arises from section
8(5) of the Act, imposing on CATSA the requirement to conduct its procurement
processes so as to achieve transparency, openness, fairness and value for money.
[54]
Second, Rapiscan submits that CATSA’s staff significantly misled the
Board, resulting in it unintentionally authorizing an unfair and uncompetitive
award of a contract, in addition to eliminating Rapiscan’s contractual remedies
of fair and equal treatment. It argues that such conduct is only addressable by
administrative law remedies and that if such conduct is not subject to public
law remedies the integrity of the governmental procurement process would be
undermined.
(1) Breach
of Statutory Duty
[55]
The Court in Irving Shipbuilding also had
occasion to comment on an argument similar to that of Rapiscan’s, namely that
section 40.1 of the Financial Administration Act, RSC 1985, c
F-11 [FAA] created a statutory duty in a procurement process. In rejecting
this argument the Court’s comments at paragraphs 42 and 43 are set out below:
[42] In the course of oral
argument, counsel for the appellants submitted that legislation conferred on
them rights to procedural fairness. Counsel relied on the following provisions:
Financial Administration Act, R.S.C.,
1985, c. F-11 [s. 40.1 (as enacted by S.C. 2006, c. 9, s. 310)]
|
40.1 The Government of Canada is committed to taking appropriate measures to promote fairness,
openness and transparency in the bidding process for contracts with Her
Majesty for the performance of work, the supply of goods or the rendering of
services.
[Emphasis added]
|
40.1 Le
gouvernement fédéral s’engage à prendre les mesures indiquées pour favoriser
l’équité, l’ouverture et la transparence du processus d’appel d’offres en vue
de la passation avec Sa Majesté de marchés de fournitures, de marchés de
services ou de marchés de travaux.
[Je
souligne]
|
[43] Legislation may, of course,
impose a duty of fairness on PWGSC in its conduct of the procurement process,
and specify its content. However, I am not persuaded that the above provision
assists the appellants. The phrase “The Government of Canada is committed to
taking appropriate measures to promote the fairness . . .
in the bidding process…” is not sufficiently precise to impose an immediate
legal duty of procedural fairness enforceable by a bidder, let alone by a
subcontractor. Rather, it sets a goal and only commits the Government to take
future, unspecified steps to ensure that the procurement process is fair.
[Emphasis added]
[56]
The applicant attempts to distinguish Irving
Shipbuilding based upon the more mandatory wording of section 8(5) of the
Act which is repeated below for ease of reference:
|
8. (5) The Authority must establish
policies and procedures for contracts for services and for procurement
that ensure that the Authority’s operational requirements are always
met and that promote transparency, openness, fairness and value for
money in purchasing.
[Emphasis added]
|
8. (5) L’Administration établit les
règles et méthodes à suivre concernant les contrats de fourniture de
biens et de services qui garantissent l’importance primordiale de ses
besoins opérationnels et qui favorisent la transparence, l’ouverture, l’équité
et l’achat au meilleur prix.
[Je souligne]
|
[57]
The applicant argues that this provision satisfies
the requirement in Irving Shipbuilding requiring the immediate
imposition of legal duties: “Thus, this [section 8(5)] is no future commitment
to do something, but rather commitments imposed and undertaken by CATSA to
follow the law”.
[58]
I would add to Rapiscan’s argument that the
CATSA Contracting Procedures at section 5.7 entitled “Transparency, Fairness
and Value for Money Not Excepted” would suggest that CATSA considered section 8(5)
to be mandatory, stating that “… subject to Section 5.6.1 exceptions to an Open
Procurement Process shall not limit CATSA’s statutory and policy
obligations of transparency, fairness or value for money.” [Emphasis added]
[59]
Nevertheless, I disagree with the applicant’s
submission. Although by section 8(5) there is an immediate duty to enact
policies and procedures governing procurement contracts, the provision remains
directory at best in its outcome, in the same manner as section 40.1 of the FAA.
CATSA is only required to put in place measures “that promote
transparency, openness, fairness and value for money in purchasing”. The
inclusion of the term “promote” in section 8 (5) has much
the same effect as when used in section 40.1 of the FAA, where I find it was at
the source of the Court of Appeal’s decision.
[60]
Moreover, the term “promote” when used in section 8(5) of the Act
stands in stark contrast to the
very definite legal obligation imposed on CATSA in the same sentence to “ensure
that the Authority’s operational requirements are always met”. The
dissimilarity of terms used in the same provision is a clear statement that the
two words are not to be given the same meaning. See for instance Ruth
Sullivan, Statutory Interpretation, 2d ed (Toronto: Irwin Law, 2007) at
185 under the heading “Same Words, Same Meaning – Different Words, Different
Meaning” and remarks by Justice Zinn in Hernandez v Canada (Minister of Public Safety and Emergency Preparedness), 2012 FC 1417, at para 59:
59 [.
. .] it remains a canon of interpretation that different words appearing in
the same statute should be given a different meaning: See Ruth Sullivan, Sullivan on the Construction of Statutes, 5d ed (Toronto: LexisNexis Canada, 2008) [Sullivan on Construction] at 216-218. This principle
was expressed by Justice Malone in Peach Hill Management
Ltd v Canada, [2000] FCJ 894 (CA), at para 12, as follows:
When an Act uses different words in relation to the same
subject such a choice by Parliament must be considered intentional and
indicative of a change in meaning or a different meaning.
[61]
Had CATSA been required to ensure transparency,
openness, fairness and value for money in purchasing by its policies and
procedures, I would agree that a legal duty would arise enforceable by a public
law remedy. However, promoting an objective is not the same as ensuring that
the objective is met.
[62]
Nor does the argument gain traction from CATSA
carrying out its statutory obligation to enact policies and procedures to
promote transparency, openness, fairness and value for
money and subsequently referring to them as “statutory…
obligations” in its Contracting Procedures. Administrative action does not
change and nor can it be used as an aid to the interpretation of a statutory
provision. Ruth Sullivan, Statutory Interpretation,
2d ed (Toronto: Irwin Law, 2007) at 301:
The basic rule governing
judicial use of administrative materials was stated by Dickson J. in R. v.
Nowegijick: “Administrative policy and interpretation are not determinative but
are entitled to weight and can be an ‘important factor’ in case of doubt about
the meaning of legislation.” In other words, these materials are admissible to
resolved interpretative doubt, but their weight is dependent on the
circumstances. [. . .] However, as LeBel J. points out in Imperial Oil Ltd. v. Canada, “If an [administrative] interpretation is wrong, it does not make law.”
(2) Undermining
the Integrity of the Government Procurement Process
[63]
Analysis of this issue must be carried out in
two steps. The first is to determine whether the Board was unknowingly misled
on significant issues, while the second step is to determine whether the
circumstances sufficiently color the characteristic of the matter to admit its
review by public law remedies.
(a) Misleading the Board
(i) Failure to Adhere to the Contracting Procedures
[64]
The overall failure of management was in not
advising the Board that it had derogated drastically from the Contracting
Procedures during the procurement process. The two areas of significant
deviation from the Contracting Procedures in terms of outcomes are firstly, the
drafting of an “RFS” procedure that was not a fair or competitive process; and secondly,
the concealment of minimum requirements and performance standards with the
result of unfairly favouring Smiths.
[65]
The RFS did not comply from its very conception
with any authorized procurement process under the Contracting Procedures. An
“RFS” was not included among the several authorized procurement processes in
the list of Open Procurement Processes. It was, as the applicant described it,
an “ad hoc” or concocted process to which the misdescriptive label of RFS was
attached. No explanation is found in the certified record explaining why the
management chose to craft its own process having no relation to any of those authorized
by the Contracting Procedures. The respondent argues that it complied with the
procedures throughout.
[66]
The RFS consisted of two distinct
steps. The first was a Request For Information (RFI). The purpose stated in the
Contracting Procedures for an RFI was to obtain information to be used in
advance of initiating a procurement process. A CATSA RFI therefore contemplates
a further procurement process for the purpose of awarding a procurement
contract. It does not contemplate that the contract would be awarded on the
basis of the information supplied to an RFI.
[67]
The second step in the RFS procedure was an un-documented
process to evaluate information and award the contract. Given the arbitrariness
of the procedure, the RFS contained numerous disclaimers to authorize its
conduct. These included specifying that no Contract A would arise from
presenting a submission to the RFS, that CATSA could ignore any requirement in
the RFS (in fact there were none), and that CATSA was not to be held to any
limitations that would prevent it from conducting the second step as a
non-competitive selection processes including obtaining information from
undisclosed third parties. It was clearly therefore an arbitrary, unbounded
process whereby the CATSA could select the supplier on the basis of
requirements and evaluation criteria known only by its officers.
[68]
The endgame of the second process was to award
a Standing Offer Contract, a copy of which was attached to the RFS. The Contracting
Procedures contain a procurement process entitled Request For Standing Offer
(RFSO) which is defined as an Open Procurement Process. An RFSO is a process
that is subject to the requirements of transparency, fairness and value for
money, in addition to the obligation to follow the generally accepted practices
set out in the procedures for open procurement processes.
(ii) Board’s Lack of Knowledge that Contracting Procedures
Not Followed
[69]
The only evidence before the Court describing the
information provided to the Board upon which it based its decision is contained
in management’s briefing note dated October 4, 2010. While CATSA was not
required to file an affidavit describing the documents presented to the Board and
what discussions occurred at the telephone conference meeting, the consequence
of not doing so is that the Court is limited to what it can consider in the way
of information upon which the contested decision was based.
[70]
The respondent at one point appeared to attempt
to argue that all materials in the certified record were before the Board. I do
not accept this. To begin with, this contradicts a statement made in counsel’s covering
letter dated July 22, 2011 providing the amended certified record, as to what
documents were specifically circulated to the Board, which reads as follows:
Finally, Mr. Monaghan
advises that the only documents specifically circulated to Board Members for
the Board review of the Contract Approval Request for the RFS in issue were the
documents found at pages 3-9/10 and p. 23 of the Certified Record [the
Contract Approval Request and Briefing Note, Board of Directors’ Resolution,
and cost comparison chart of Smiths and L3t]. The remaining documents in the Certified Record were identified
by Mr. Monaghan as documents that had previously been made available to the
Board in respect of a 2009 procurement of multi-view equipment and/or that he
anticipated that the Board might request to see as support for the contract
approval recommendation being made.
[71]
In addition, the certified record contains a
document not in existence at the time of the Board meeting, intended to
demonstrate that Smiths’ equipment had superior detection capabilities than
Rapiscan’s equipment. This obviously should not have been included in the
certified record, and I conclude that it could not achieve its intended
objective for any number of reasons.
[72]
The Court’s information underlying the Board’s
decision is therefore limited to management’s briefing note, comments of Mr. Martin
Corrigan who was a participant in the Board meeting made during cross
examination on his affidavit in the interlocutory injunction proceedings, and
the written decision and resolution that emanated from the Board meeting. To the
extent that the information provided to the Board was incorrect or that
information was omitted and not drawn to its attention, such errors or
shortcomings are attributed to the Board’s decision.
[73]
The respondent submits that it was clear that
the Board knew that the procurement process did not fall specifically within
the procedures described in the Contracting Policy by the fact that management
mentioned in its note that a Request For Submissions was the procurement process.
I find no basis to arrive at this conclusion merely because the term RFS was
used in the briefing note. There was no additional explanatory commentary that
might have elicited questions similar to that added in the minutes of the
Contract Review Committee stating that the Committee “approved to have an RFI (which
is somewhat in the nature of an RFP)”. Moreover, in the Procurement Strategy
Document the process was described as a Request for Information. The approval
of the Contract Review Committee of an RFI was confirmed in a formal resolution
adopted on the same date.
[74]
The cross-examination of Mr. Corrigan on his
affidavit at pages 218 to 224 of the transcript in the interlocutory injunction
proceedings is revelatory in respect of the confusion as to what manner of
procurement the RFS actually was. Not only did Mr. Corrigan not know how the
RFI came to be changed to an RFS, but counsel for the respondent intervened to suggest
that the process was an RFSO and pointed out that the RFS contained a standing
offer agreement. As an acknowledgment that the RFS was not part of CATSA’s documented
mandatory Contracting Procedures, Mr. Corrigan stated that the contracting
group did not review all of their policies and procedures and update those on
an annual basis.
[75]
More importantly, as to what was before the
Board, Mr. Corrigan indicated that he did not know how the process came to
carry the RFS label, nor how a contract for a standing offer came to be
incorporated into it. I am satisfied that none of this was drawn to the
attention of the Board, particularly as the Contracting Procedures require an
express exception if not followed.
[76]
There is no indication that the Board was aware
that management had conducted a procurement process that did not fall within
the definition of an open procurement process or come close to replicating the
detailed procedures for an open, transparent, competitive and fair procurement
process which are described in the Procedures. There is similarly no indication
that the Board was aware that the process had provided no statement of
requirements or evaluation criteria that related to the factors used to award
the contract, or that the RFS contained provisions exempting CATSA from any
duty of fair and equal treatment of suppliers and that it advised suppliers
that it would not be required to follow a competitive process and could award
the contract on any basis without limitation of its acquisition of information
from undisclosed sources.
[77]
Not having any of this information before it,
the Board was unable to exercise its oversight function. It was thereby placed
in a position where unknowingly it failed to consider relevant factors relating
to the procurement process. I conclude that the Board of Directors, mandated to
implement approved Contracting Policies and Procedures, upon considering these
factors would not have authorized the award of the contract to Smiths without management
having conducted a proper process in line with the Contracting Procedures.
[78]
I set out in detail management’s failure to
adhere to the mandatory Contracting Procedures.
(iii) No Duty of Fair and Equal Treatment
[79]
It has already been pointed out that the RFS
contained an exemption stating that no Contract A would be formed by any
submission response to the RFS. The contractual effect of this exemption would
be to eliminate any duty of fair and equal treatment owed to suppliers
responding to the RFS.
[80]
The elimination of any duty of fairness toward
suppliers bidding on the RFS is an indication of CATSA’s intention not to
conduct a truly competitive process. Competitive processes are by definition
ones that are conducted fairly, i.e. an unfair competition process is not
competitive. By exempting CATSA from any duty of fairness and the requirement
to conduct a competitive process, management violated its statutory and policy obligations
to promote fairness and competitiveness in CATSA’s procurement contracts.
(iv) Failure to state requirements or provide evaluation
criteria
[81]
In general terms of its failure to conduct a
fair and transparent competitive process, the main deficiency of the RFS was
its absence of requirements and selection criteria such that the suppliers
would know what they were bidding on or how they would be evaluated.
[82]
Paragraph 7.2 of Open Procurement requires that “generally
accepted practices” must be adopted. These include preparing a statement of
work [requirements] and evaluation criteria. Paragraph 5.3 requires evaluation
criteria to be established prior to seeking the applicable contract
approval. In this regard, the comments of the unidentified member of the
Contract Review Committee at the committee’s July 14, 2010 meeting were
prescient in pointing out that if they were not publishing rated requirements,
there would be a heavy onus to demonstrate that the process was conducted
fairly.
[83]
Significant breaches of ordinary contracting
fairness rules arose from the failure to include requirements or evaluation
criteria, as well as with respect to the application of concealed minimum
requirements and undeclared performance standards for the equipment. These
failures are described below.
(v) Undisclosed Minimum Requirements
[84]
Management acknowledged that it applied minimum
requirements to eliminate tendering parties. This is evident from the passage of
the briefing note already quoted above which for purposes of analysis I set out
again below:
Pricing of all
vendors [sic] submissions were analyzed. The price comparison
attached as Schedule ‘B’ addresses only pricing for L3 and Smiths since
only those vendors would meet the minimum requirements set out in
CATSA’s requirements (three views, TSA certified).
[Emphasis added]
[85]
As a starting point, I find that management
misled the Board when it stated that the minimum requirements were “set out” in
CATSA’s requirements. As already pointed out there were no requirements in the
RFS and certainly not any minimum requirement of three views.
[86]
The respondent attempted to argue that no
minimum requirements were established in the procurement process. Certainly
none were stated in the RFS. But it is clear from the briefing note quoted
above that minimum requirements were applied to eliminate suppliers from being
considered. Reveal was eliminated on the basis that its equipment was not TSA
certified. Rapiscan was eliminated on the basis that its equipment did not have
the minimum required three views.
[87]
I also conclude that the minimum requirement of
three views had been established in 2009. The briefing note to the Board for
that procurement process stated: “The x-ray [Smiths’ equipment] meets the
minimum requirement of at least 3 x-ray views …” This was also acknowledged by the
respondent’s counsel during cross-examination of Mr. Corrigan, where it was
agreed that Rapiscan could rely upon the 2009 briefing note. In any event, with
management having requested and received the White Paper just before the start
of the procurement process, and this report confirming in the minds of CATSA that
more views provided greater potential for enhanced detection capabilities, it
is obvious that the minimum requirement of three views had been established
prior to publishing the RFS.
[88]
It is also clear that management was aware that
Rapiscan would be tendering its 620DV-AT two-view model in the 2010 procurement
process. In the 2009 closed procurement process, management selected and compared
Rapiscan’s 620DV screener against Smiths’ aTIX equipment. Thus, without
Rapiscan even being aware that a comparison was being made of its equipment
with that of Smiths, CATSA fully expected that Rapiscan would be offering to
supply the same 620DV that its management had used for the concealed comparison
a year earlier. In addition, Mr. Corrigan acknowledged that CATSA was aware of
what equipment was available from the limited number of suppliers that made
pre-boarding scanning machines.
(vi) Three
Views Was Not a Proper Minimum Requirement
[89]
A minimum requirement cannot be a weighted
requirement. By definition, if a requirement must be weighed against another
criterion to determine its application, it cannot be a pass/fail requirement used
to eliminate a tendering party from further evaluation of its proposal.
[90]
The evidence indicates that the requirement of
three views was a weighted requirement and not a minimum requirement. Its
application could only be determined on the basis of comparing the possible
savings to be obtained from future upgrading of Smiths’ equipment against the
initial savings achieved by the less expensive Rapiscan equipment. This is
apparent from the rationale adopted by the Board justifying the purchase of
Smiths’ more expensive equipment in 2009:
AND WHEREAS, while
the Smiths product is higher in cost than the Rapiscan product, only the Smiths
product has the built-in technology capable of being upgraded to achieve
greater detection capabilities, with the potential to detect prohibited liquids
and gels and therefore the potential to achieve future improved security
effectiveness and cost efficiencies for CATSA;
[91]
Thus, not only was management not aware that the
minimum requirement had been concealed from Rapiscan, it was also not aware
that it was not a true minimum requirement and had been used improperly to
eliminate consideration of Rapiscan’s lower financial prices. Accordingly, the
decision of the Board was unreasonable because it was prevented from
considering whether it would achieve value for money in awarding Smiths the
contract for the screening equipment, thereby violating the direction of its
statutory mandate of section 8(5), as restated in the Contracting Policy and Contracting
Procedures, to promote value for money in contracting.
(vii) Bad Faith of CATSA
[92]
I accept Rapiscan’s submission that it would not
have bid against a requirement that it knew in advance it could not meet. By
concealing the minimum requirement of three views, in combination with offering
a specific invitation to Rapiscan to participate despite knowing that it would
bid the same product as was compared with Smiths equipment a year earlier, without
giving any warning that its equipment would not meet requirements, CATSA
knowingly induced Rapiscan to participate in a process in which it had no fair
chance of its submission being considered. Thus the process had the appearance
that all industry leaders had participated in a competitive procurement, when
management knew in advance that Rapiscan would be eliminated. In my view this
conduct constitutes bad faith on the part of CATSA.
[93]
Secondly, Rapiscan points out that because it
was eliminated at the minimum requirement stage, the Board was not provided with
an opportunity to consider the cost advantage from its bid. If the pricing
differential had been known to the Board it would have been required to
seriously consider the immediate cost advantage versus the future savings
argument of management. This would have entailed a diligent review of the
evidence supporting the position that Smiths was the highest performer and the
likelihood or not that Smiths’ equipment could be successfully upgraded in the
future.
[94]
In the circumstances, including CATSA’s
tendering history, it would appear to be a reasonable inference that the
minimum requirement was adopted to prevent the Board from carrying out a fair and
a proper evaluation by limiting its access to information on the significant
cost advantage offered by Rapiscan’s equipment. Whether or not that was the
intention, that was the result.
(viii) Unreasonable Dispensation of Smiths from TSA
Certification
[95]
The internal Evaluation Chart used by CATSA
offices summarizing the results of the RFS indicates that Smiths’ oversized
equipment (large tunnel) did not have TSA certification. This information was
not drawn to the attention of the Board. Additionally, the table of
requirements in the briefing note indicated “Yes” under the Smiths column
relating to being TSA certified. The briefing note furthermore stated that: “Only
the Smiths multi-view X-ray satisfied all the criteria above and Smiths rated
highest in each category”. This was obviously not true as Smiths’ large tunnel
equipment was not TSA certified.
[96]
In addition, no explanation was provided in the
certified record as to why Reveal was eliminated because its equipment was not
TSA certified and yet Smiths’ equipment was accepted. On its face, therefore,
the decision awarding the contract to Smiths is unreasonable for its lack of
justification and obvious preferential treatment of Smiths in being exempted
from a minimum requirement applied to eliminate another supplier. It would
appear that no bidder met the minimum requirement for large tunnel scanners.
[97]
In addition, Rapiscan complains quite rightly
that it had no idea of the quantities of the different types of equipment being
purchased, particularly the large tunnel scanners. As it turns out the latter
comprised a major portion of the RFS.
(ix) “Highest Performing Technology that Exists Today”
[98]
The minutes of the Board of Directors meeting of
October 4, 2010 describe the rationale for awarding the contract to Smiths in
the following paragraph:
In response to Board
members [sic] questions, the CEO indicated that Smiths technology was
currently the only technology that could meet the needs required now. He noted
that it is the highest performing technology that exists today with the
most potential for improvement.
[Emphasis added]
[99]
The RFS set no requirements for performance of
any kind, nor did it seek information on performance capabilities apart from
throughput and reliability, upon which Rapiscan and Smiths were both assessed
as “good”. In terms of detection or other capabilities, the equipment of both
suppliers for checkpoint screeners was TSA certified. As noted, the large tunnel
x-ray screeners were not TSA certified, which I would understand to mean that
this equipment did not meet performance requirements.
[100]
There is no evidence in the certified record,
including the RFS, indicating what the “highest performing technology that
existed today” refers to. One can only assume that the reference is to threat detection.
But if that is the case, there is no evidence in the certified record to
support this conclusion. The 2010 briefing note did not repeat the undocumented
statements in the 2009 briefing note to the Board that “Technical
representatives of both the TSA and the U.K. DFT have confirmed the minimum
number of x-ray views required to obtain high levels of detection while
maintaining low false alarm rates is three” [my emphasis], which seems highly
unlikely given that the two-view Rapiscan equipment was TSA certified. The 2009
contract was in any event awarded on the basis of potential upgrading only.
[101]
Management made a statement in the 2010 briefing
note that “Smiths rated highest in each category”, for the five categories
stated above. None of the five categories in question relate to threat detection,
unless reference was to TSA certification, in which case for checkpoint
equipment three of the four bidders met that requirement, and it was not rated
on a lowest to highest scale, the ratings allocated being “yes” or “no”.
[102]
As mentioned, the respondent attempted to
include a document produced subsequent to the decision in the certification
record, giving the results of a European testing process on machines of the two
suppliers, as circulated to Member States on October 13, 2010, to support its
conclusions that Smiths equipment had a higher detection capability than that
of Rapiscan. I am critical of the respondent for including the document in the
Certified Record. This tends to confirm the applicant’s argument that the
respondent did not have evidence at the time the award decision was made which confirmed
that Smiths’ equipment was the highest performing technology that existed and
that the respondent is inappropriately attempting to bolster its case.
[103]
The only other source for the claim that Smiths
technology was the highest performing technology that existed appears to be a
statement appearing on the front page of the internal White Paper dated
July 7, 2010. The relevant portion reads as follows:
It is shown that the accuracy
of a multi-view system increases with the number of views, which in turn
improves the performance of automated explosives and liquids detection software.
[Emphasis added]
[104]
This is not however, an accurate statement of
the report’s conclusions on the advantages of scanners with three and four
views as the state omits the word “potential” to which the report’s analysis
was entirely committed. Respondent’s counsel properly cited the conclusion of
the report in its memorandum, which is as follows:
Multi-view scanners
with three or four views will be able to increase accuracy of density
measurements by 2.25 times and 4 times, respectively … This helps in automated
detection of explosives from unique measurements … So the potential accuracy
of a three or four view scanner is higher than that of a dual view scanner, and
the advantages rapidly increase since the dependence is on the square of the
number of views.
[Emphasis added]
[105]
The report acknowledged that algorithms needed
to be developed to realize on this potential. This explains why it could only
speak to potential increases in accuracy in the future.
[106]
The conclusions of the report are based on
mathematical calculations; no actual performance evaluations of any screening
equipment was carried out or reported on in the report. While Rapiscan
challenges the report on a number of bases, the validity of the report is not
reviewable in this setting. Accordingly, there is sufficient justification to
support CATSA’s statement that greater potential for improvement may be
obtained with Smiths’ equipment. However, there is no information contained in
the certified record to support management’s advice to the Board that Smiths
was the “highest performing technology that exists today”.
[107]
This is an important conclusion because the Board’s
decision was justified by the two very short factual representations from
management on existing and future highest performance of Smiths’ equipment.
While I am satisfied that the justification relating to potential performance
is reasonable, I find no basis in the RFS or the materials upon which the
decision was said to be made that could support a conclusion that Smiths was
the highest performing technology that existed at the time of the Board’s
decision. I therefore conclude that the Board based its decision on an
erroneous finding of fact made by management in a perverse or capricious manner
and without regard to the material in front of it.
(b) Should Public Law Remedies Apply?
[108]
I am of the opinion that there are three
significant factors in this matter, which to use Justice Stratas’ words in Toronto
Port Authority, supra, at para 60, register an overall impression on
the Court to tip the balance to make this a public matter. They are, in order:
first, the need to protect the integrity of CATSA’s procurement process;
second, that there appears to be no alternative process to a public law remedy
which can achieve that end; and third, the fact that Rapiscan’s right to fair
and equal treatment in contract court has been eliminated or seriously impaired
by the RFS.
(i) Maintaining the Integrity of the Government Procurement
Process
[109]
I think that it is a matter of importance to the
public if a governmental decision-making body is misled or misinformed by its
staff on a significant factor or group of factors likely affecting the outcome
in a procurement process. To do so undermines the integrity of the government’s
tendering processes. Specifically in this matter, the oversight function of the
Board of CATSA was undermined and rendered ineffectual. This resulted in the
Board making a decision that I determined violated its statutorily mandated and
mandatory Contracting Procedures while inflicting obvious unfairness on the bidding
parties.
[110]
Just as maintaining the integrity of the
procurement process has led Canadian courts to create contract remedies using
the legal fiction of the Contract “A”, public law remedies may be necessary to
uphold the public interest and maintain good governance.
[111] These principles were most aptly stated by Binnie J in Canada (Attorney General)
v TeleZone Inc, 2010 SCC 62, [2010] 3 S.C.R. 585,
at paragraph 24 as follows::
[24] The
Attorney General correctly points to “the substantive differences between
public law and private law principles” (Factum, at para. 6). Judicial review
is directed at the legality, reasonableness, and fairness of the
procedures employed and actions taken by government decision makers. It is designed
to enforce the rule of law and adherence to the Constitution. Its overall
objective is good governance. These public purposes are fundamentally
different from those underlying contract and tort cases or causes of action
under the Civil Code of Québec, R.S.Q., c. C-1991, and their adjunct remedies,
which are primarily designed to right private wrongs with compensation or other
relief.
[Emphasis added]
[112]
Good governance requires remedies to ensure that
public officers who provide advice and information to decision-makers, upon
which decisions are made authorizing the award of procurement contracts,
provide accurate and complete information in order to ensure that their
processes are fair, open and transparent while providing value for money all in
accordance with the objectives of maintaining good government contracting
practices.
[113]
I do not understand that there is any argument
that undermining the integrity of the government’s procurement processes may
raise a valid public element to support resort to public law remedies,
depending on the circumstances. The Court in Irving Shipbuilding at paragraph
61 cited above, called for an exception permitting public law remedies for the
purpose of “maintaining the essential integrity of the [government] procurement
process”.
[114]
However, the Court restricted this exception in
the circumstances of the facts before it involving subcontractors seeking
access to public law remedies, reserving it for situations involving
“egregious” misconduct of government officials. The Court provided examples of
such misconduct which were tantamount to criminal or quasi-criminal activities
of “fraud, bribery, corruption or other kinds of grave misconduct” (Irving
Shipbuilding at para 62).
[115]
Because any conduct that significantly
undermines the integrity of the procurement process should normally give rise
to public law remedies where needed to address the problem, I conclude that the
very high threshold of misconduct referred to in Irving Shipbuilding
must have been directed at the particular situation involving subcontractors’
rights. I say this, not only because the importance of maintaining the
integrity of the process is an overriding precept of good government, but
because there were various other policy grounds cited by the Court to deny
subcontractors access to public law rights against public institutions.
[116]
These included concerns that recognizing
independent rights of contractors would have deleterious effects on the
contracting process itself which included: undermining the rights of bidders
for a procurement contract; the alarming possibility of a cascading array of
potential procedural rights holders; discouraging bidders from tendering;
undermining the efficiency of the tendering process; and frustrating the
parties’ expectations.
[117]
Inserting a public law remedy into Rapiscan’s
circumstances would not have any adverse effect on the contract process as
described in Irving Shipbuilding. Indeed, the purpose of the public law
remedy is to supplement these processes where contract remedies cannot do the
job in maintaining the integrity of governmental procurement processing.
[118]
Moreover, where both remedies are available, the
Supreme Court has indicated that it should not interfere with the litigant’s
choice of the procedure that best suits its purposes. See Canada (Attorney General) v TeleZone Inc, 2010 SCC 62, [2010] 3 S.C.R. 585 [TeleZone
Inc] at paragraph 19 as follows:
[19] If a claimant seeks to set
aside the order of a federal decision maker, it will have to proceed by
judicial review, as the Grenier court held. However, if the
claimant is content to let the order stand and instead seeks compensation for
alleged losses (as here), there is no principled reason why it should be forced
to detour to the Federal Court for the extra step of a judicial review
application (itself sometimes a costly undertaking) when that is not the relief
it seeks. Access to justice requires that the claimant be permitted to
pursue its chosen remedy directly and, to the greatest extent possible, without
procedural detours.
(ii) No Effective Alternative Remedy
[119]
The second factor supporting a public law remedy
in this matter is that contract remedies are not able, or are not as effective,
to deter the inappropriate conduct leading to improper decision-making. Contract
litigation generally fails to provide the same degree of transparency and
accountability to the internal processes that will ensure that decision-makers
are making fully informed decisions. It is axiomatic that contract remedies
work at the level of contract terms, which in turn determine the relevance of
issues before the contract court. This means that the legality and propriety of
the decision-making process, the focus of public law remedies, are generally
secondary concerns. Contract courts are not generally interested in the
internal machinations such as considering the circumstances that led to the
exemption terms being imposed on Rapiscan by CATSA’s request, although I am not
saying that this information could not come out in a contract dispute.
[120]
By focusing on the internal decision-making
process, the necessary transparency and informed analysis may be brought to
bear to deter improprieties such as management misleading the Board on the
nature of the procurement process and its outcomes. There is no suitable
alternate remedy in contract litigation to deal with an issue which is
essentially about governance and the conduct of public officials.
[121]
Moreover, the normally quick strike process of
judicial review meets the needs of the litigant who does not want to engage in recovering
damages, but as in this case, in setting the requirements for a fair process in
the future. To that extent, it is my view that TeleZone Inc adds another
factor to those enumerated in the Toronto Port Authority decision as to
the suitability of the different procedures to the claimant’s litigation needs.
(iii) Contracting Out of the Contract “A” Duty of Fair and
Equal Treatment
[122]
A unique aspect in this case involving the
absence of an alternative remedy arises where the misconduct of public
officials has had the effect of eliminating, or putting at an unnecessary
litigation risk, a contractual remedy based on fairness. This refers to the RFS
stipulating that no Contract A arises in the bidding process and thereby
denying any duty of fair and equal treatment owed to the bidding parties. The
Board, by unknowingly accepting a decision which had contractually hobbled any
duty of fair and equal treatment in the administration of its contracts,
contravened one of CATSA’s and the Canadian Government’s fundamental rules for
procurement processes, that of treating fairly and equally those with whom they
are purchasing goods and services.
[123]
The primary rationale advanced over the years to
exclude public law remedies in matters involving commercial procurement
contracts was the existence of an alternate contract remedy to the public law
duty of fairness, found in the implied terms of Contract A. This point is made
in a review of jurisprudence under the title of “The Adequate Alternative Remedy
Bar” in Anne C. McNeely, Canadian Law of Competitive Bidding and Procurement,
(Aurora, Ontario: Canada Law Book, 2010) at 83 et seq. The author’s
opening remarks on the subject are as follows: “Of the various grounds for
denying [public law] review or relief, an argument that the applicant for
review has an adequate alternative remedy is the one which is most commonly
litigated.”
[124]
Because the Board was misled by management to
believe that fairness was a component of the RFS, Rapiscan is caught in a Catch-22
of unfairness. If it seeks redress in the courts on the basis of contract, its
arguments based on a breach of the duty of fair and equal treatment are met
with the submission that by responding to the RFS Rapiscan has agreed that no
duty is owed. Conversely, when it shows up seeking a judicial review of CATSA’s
actions, it is told it must look to its contract remedies because of the
commercial context of a procurement contract.
[125]
I conclude that if the court is satisfied that
management significantly misled the Board, resulting in it unknowingly making
decisions that undermined the integrity of CATSA’s procurement process and
conflicted with its mandate, where no satisfactory remedy may be achieved, or
is at risk, under contract law, the matter is coloured with a public element
sufficient to bring it within the purview of public law.
[126]
Although not necessary, I further am of the view
that even were a satisfactory remedy for the applicant available in contract
law, a sufficient public law element exists whenever a statutory decision-maker
is significantly misled by those responsible for advising it, resulting in the suborning
and misalignment of the decision with the institution’s mandate and objectives.
(iv) Did the Board’s decision meet the standards of
legality, reasonableness and fairness required to meet the overall objective of
good governance?
[127]
Having accepted that public law remedies are
available to allow the court to rule on this matter, as stated above I consider
that the appropriate standard that I should apply is similar to that stated in
GDC Gatineau Development Corp v Canada (Minister of Public Works and Government
Services) , 2009 FC 1295 at
para 24; that an applicant must demonstrate that “the tendering
authority acted in an unfair, unreasonable or arbitrary manner, based its
decision on irrelevant considerations, or acted in bad faith.”
[128]
On the basis of the foregoing review of the
Board’s decision-making process, I conclude that its decision was unfair,
unreasonable, made without proper consideration of relevant factors and in bad
faith. I point out that the factor of basing a decision on irrelevant factors
includes the converse situation where the decision-maker fails to consider
relevant factors in deciding the matter. See for instance Donald JM Brown and
John M Evans, Judicial Review of Administrative Action in Canada,
loose-leaf (Toronto: Canvasback Publishing, 2009-) at 15-27: “Failure to take a
relevant consideration into account is as erroneous as the improper
consideration of an irrelevant one.”
[129]
My conclusion is, however, layered. The finding
that the decision by the Board was unfair, unreasonable, arbitrary or made in
bad faith is dependent upon the primary conclusion that management did not
provide the Board with accurate information upon which to base its decision. By
that circumstance, the Board failed to consider relevant factors. This in turn
resulted in a decision that was unfair, unreasonable, arbitrary and, in respect
of Rapiscan, taken in bad faith in respect of it being invited to participate
in the RFS.
[130]
Failing to consider relevant factors remains
however the essential basis for this order. It is related to the failure by
management to properly advise the Board, which in turn gives rise to the
essential public element that I conclude provides jurisdiction to the reviewing
Court despite the commercial contractual context of the procurement process.
While the Contracting Procedures do not provide the statutory context, they are
evidence due to their mandatory nature, which meant that the failure to bring
significant relevant factors to the attention of the Board was a matter that
should have altered the outcome of the decision.
[131]
To the extent that management’s conduct is
subsumed in the Board’s decision, the decision can be characterized as unfair,
unreasonable, arbitrary and made in bad faith. I believe this to be the case, because
management is ultimately accountable to the Board. But if not, the Board’s decision
is procedurally illegal for its failure to consider relevant factors, on
account of whatever reason and whether intentional or not. On that basis it
should be set aside or declared unlawful, as the case may be.
V. Remedy
[132]
Before issuing my order in this matter, so as to
ensure that my decision does not jeopardize CATSA’s operational requirements
and bearing in mind the applicant’s more limited remedy sought in its final
arguments, I will provide the parties with an opportunity to make further
submissions on the appropriate remedy.
[133]
In this regard, the parties are invited to
determine whether an appropriate remedy and a draft order may be prepared to
assist the Court in finalizing this matter.
[134]
The parties are also invited to make submissions
on costs. Given the outcome, the applicant may file written submissions on
costs not to exceed seven pages, plus limited relevant attachments where
necessary, within 20 days of issuance of these preliminary reasons, with the respondent
to file its submissions within 20 days thereafter, and a right of reply by the
applicant within 10 days thereafter.
JUDGMENT
THIS COURT’S JUDGMENT is that the application is granted.
"Peter Annis"