Docket: A-462-16
Citation:
2017 FCA 202
|
CORAM:
|
NEAR J.A.
GLEASON J.A.
WOODS J.A.
|
|
BETWEEN:
|
|
ATTORNEY
GENERAL OF CANADA
|
|
Applicant
|
|
and
|
|
SPRINGCREST
INC.
|
|
Respondent
|
REASONS
FOR JUDGMENT
NEAR J.A.
I.
Overview
[1]
The applicant, the Attorney General of Canada on
behalf of the Department of Public Works and Government Services (PWGSC),
submitted an application for judicial review of a decision of the Canadian
International Trade Tribunal (CITT) dated November 21, 2016. The CITT
determined that the complaint of the respondent, Springcrest Inc., that it was
impossible for certain suppliers to meet the timeline in a Request for Proposal
was valid.
II.
Background
[2]
PWGSC issued a Request for Proposal on behalf of
the Department of National Defence (DND) for seawater pumps for the Halifax
class frigates of the Royal Canadian Navy. PWGSC indicated that DND needed the
pumps urgently in order to keep all of its ships fully operational.
[3]
The Request for Proposal included a requirement
that the bid include a shock testing certificate for the pumps. The original
equipment manufacturer was exempt from providing a certificate if it supplied
the same motors as those previously certified. The respondent objected,
requesting that PWGSC remove the shock testing certificate requirement as it
was impossible for any other manufacturer to meet this requirement within the
timeline set out in the Request for Proposal. The Request for Proposal was
issued on May 17, 2016 and, at the time, the deadline for submitting a bid was
set for July 18, 2016 - 62 days later.
[4]
Consequently, the respondent filed a complaint
with the CITT.
III.
Decision of the CITT
[5]
The CITT considered two complaints raised by the
respondent: (1) whether PWGSC deliberately structured the Request for Proposal
in a discriminatory manner to favour a particular supplier or exclude others;
and (2) whether the requirement to provide shock testing certificates prior to
bid closing was impossible to meet for suppliers of equivalent products because
of the requisite timing of events in the solicitation process (Reasons at para.
52).
[6]
With respect to the first complaint, the
respondent complained that the shock testing certificate requirement was
discriminatory contrary to article 504(3)(b) of the Agreement on Internal
Trade, 18 July 1994, C. Gaz. (1995) I, 1323 (entered into force 1 July
1995) (AIT) and article 1007 of the North American Free Trade
Agreement Between the Government of Canada, the Government of Mexico and the
Government of the United States, 17 December 1992, Can TS 1994 No 2
(entered into force 1 January 1994). It argued that the terms of the Request
for Proposal were biased in favour of the original equipment manufacturer that
would not have to submit a shock testing certificate if offering the same
motors that it had already supplied.
[7]
Paragraph 504(3)(b) of the AIT reads:
|
3. Except as
otherwise provided in this Chapter, measures that are inconsistent with
paragraphs 1 and 2 include, but are not limited to, the following:
|
3. Sauf disposition contraire du présent
chapitre, sont comprises parmi les mesures incompatibles avec les paragraphes
1 et 2 :
|
|
…
|
[…]
|
|
504(3)(b) the biasing of technical
specifications in favour of, or against, particular goods or services,
including those goods or services included in construction contracts, or in
favour of, or against, the suppliers of such goods or services for the
purpose of avoiding the obligations of this Chapter;
|
504(3)(b) la rédaction des spécifications
techniques de façon soit à favoriser ou à défavoriser des produits ou
services donnés, y compris des produits ou services inclus dans des marchés
de construction, soit à favoriser ou à défavoriser des fournisseurs de tels
produits ou services, en vue de se soustraire aux obligations prévues par le
présent chapitre;
|
[8]
In response, PWGSC argued that the shock testing
certificate requirement was a legitimate operational requirement and thus, was
not discriminatory. It argued that the frigate pumps were needed urgently for
ships of the Royal Canadian Navy.
[9]
The CITT found that the first complaint was not
valid. It “accept[ed] that DND had legitimate
operational requirements when it sought to secure delivery of the pumps without
undue delay” (Reasons at para. 54) and that PWGSC did not deliberately
exclude suppliers of equivalent products:
[55] …Springcrest
did not present the Tribunal with evidence that PWGSC deliberately structured
the terms of the RFP to exclude suppliers of equivalent products and/or favour
the OEM [original equipment manufacturer] supplier. Instead, the evidence
suggests that the need to procure the pumps as quickly as possible caused PWGSC
to inadvertently structure the technical specifications in a way that
effectively made it impossible for some suppliers to meet… (Reasons at para.
55)
[Emphasis in original]
[10]
With respect to the second complaint, the
respondent complained that the timeline was impossible for certain suppliers to
meet contrary to paragraph 504(3)(c) of the AIT. It takes approximately one
year to manufacture the equipment and to provide a shock testing certificate
and there were, at that time, 62 days between when the Request for Proposal was
issued and bid closing (Reasons at paras. 58–59).
[11]
Paragraph 504(3)(c) reads:
|
3. Except as
otherwise provided in this Chapter, measures that are inconsistent with
paragraphs 1 and 2 include, but are not limited to, the following:
|
3. Sauf disposition contraire du présent
chapitre, sont comprises parmi les mesures incompatibles avec les paragraphes
1 et 2 :
|
|
…
|
[…]
|
|
(c) the
timing of events in the tender process so as to prevent suppliers from
submitting bids;
|
c) l'établissement du calendrier du
processus d'appel d'offres de façon à empêcher les fournisseurs de présenter
des soumissions;
|
[12]
In response, PWGSC again argued that it did not
breach paragraph 504(3)(c) of the AIT because of its legitimate operational
requirements.
[13]
The CITT, however, found that the second
complaint was valid. It explained that intention is irrelevant in considering a
potential breach of paragraph 504(3)(c):
[60] Even if PWGSC did not deliberately
intend for the requirement for suppliers of
equivalent products to submit shock testing certificates prior to bid closing
to have a discriminatory effect, in the interests of ensuring fair competition,
it should still have provided sufficient time for the suppliers of equivalent
products to manufacture the pumps and then obtain those certificates in order
for them to be able to compete on a level playing field against OEM [original
equipment manufacturer] suppliers. PWGSC did not do so. As such, the Tribunal
finds that PWGSC violated Article 504(3)(c) of the AIT, which prohibits
the timing of events in the solicitation process so as to prevent suppliers
from submitting bids. Unlike Article 504(3)(b), there is no need to find
that the government institution acted deliberately to exclude suppliers in
order to find a violation of Article 504(3)(c). In that way, the Tribunal
finds this ground of Springcrest’s complaint valid. (Reasons at para. 60).
[Emphasis added]
[14]
The CITT further elaborated that PWGSC could
have invoked another provision that would have exempted the procurement from
procedural obligations:
[61] With respect to PWGSC’s argument regarding
DND’s legitimate operational requirements, the Tribunal notes that there are
other provisions of the trade agreements that could be invoked to exempt the
procurement from the procedural obligations of the agreements to serve a
legitimate objective, such as public safety and security. However, PWGSC did
not argue that its discriminatory conduct was justified on the basis of any of
these exceptions. (Reasons at para. 61).
[15]
As a remedy, the CITT recommended that PWGSC
cancel the existing solicitation and issue a new one that should either allow a
supplier of equivalent products sufficient time to provide a shock testing
certificate or remove the requirement (Reasons at para. 78).
[16]
Following the CITT’s decision, Canada advised
the CITT that it would not implement the CITT’s recommendations and would
continue with its existing Request for Proposal in accordance with subsection
13(a) of the Canadian International Trade Tribunal Procurement Inquiry
Regulations, SOR/93-602.
[17]
The Application for Judicial Review was issued
on December 19, 2016. The respondent advised this Court that it would not
participate in the proceeding in a letter dated March 3, 2017.
IV.
Issues
[18]
I would characterize the issue as follows: was
the CITT’s determination that the Request for Proposal requirement that
suppliers of equivalent products provide a valid shock testing certificate at
close of bidding violated paragraph 504(3)(c) of the AIT reasonable?
V.
Analysis
A.
Standard of Review
[19]
The applicant acknowledges that the standard of
review in this matter is reasonableness. I agree. In this case, the CITT is
interpreting not only agreements that are closely related to its functions, but
agreements that “fall squarely in its area of
expertise” (CGI Information Systems and Management Consultants Inc.
v. Canada Post Corp., 2015 FCA 272 at para 42, [2015] F.C.J. No. 1400 (QL));
Siemens Westinghouse Inc. v. Canada (Minister of Public Works and Government
Services), 2001 FCA 241 at para. 21, [2002] 1 F.C.R. 292. This principle
was most recently affirmed by this Court in relation to the expertise of the
CITT in procurement disputes in Francis H.V.A.C. Services Ltd. v. Canada
(Public Works and Government Services), 2017 FCA 165; [2017] F.C.J. No. 793
at paras. 18, 20.
[20]
In assessing reasonableness, we look to
the principles laid out in Dunsmuir v. New Brunswick, 2008 SCC 9 at
para. 47, [2008] 1 S.C.R. 190 (Dunsmuir), namely that “reasonableness is concerned mostly with the existence of
justification, transparency and intelligibility within the decision making
process” and that “it is also concerned with
whether the decision falls within a range of possible, acceptable outcomes
which are defensible in respect of the facts and law.”
B.
Was the CITT’s determination that the Request
for Proposal requirement that suppliers of equivalent products provide a valid
shock testing certificate at close of bidding violated paragraph 504(3)(c) of
the AIT reasonable?
[21]
The CITT found that the respondent’s complaint
under paragraph 504(3)(c) was valid because the timeline and requirements in
the Request for Proposal made it impossible for suppliers of equivalent
products to submit a bid. At the time of the respondent’s complaint, the
Request for Proposal allowed only 62 days for a process that both parties
confirmed could take approximately one year (Reasons at paras. 58–59). The CITT
found that this timeline was a breach of paragraph 504(3)(c) regardless of
whether PWGSC intended to prevent suppliers from submitting bids.
[22]
The CITT explained that intention is not
required to find a violation of paragraph 504(3)(c) regardless of the intention
requirement in paragraph 504(3)(b). The CITT’s explanation is quoted above at
paragraph 13 of these Reasons but is worth repeating:
[60] Even if PWGSC did not deliberately
intend for the requirement for suppliers of
equivalent products to submit shock testing certificates prior to bid closing
to have a discriminatory effect, in the interests of ensuring fair competition,
it should still have provided sufficient time for the suppliers of equivalent
products to manufacture the pumps and then obtain those certificates in order
for them to be able to compete on a level playing field against OEM suppliers.
PWGSC did not do so. As such, the Tribunal finds that PWGSC violated Article
504(3)(c) of the AIT, which prohibits the timing of events in the
solicitation process so as to prevent suppliers from submitting bids. Unlike
Article 504(3)(b), there is no need to find that the government institution
acted deliberately to exclude suppliers in order to find a violation of Article
504(3)(c). In that way, the Tribunal finds this ground of Springcrest’s
complaint valid. (Reasons at para. 60).
[Emphasis added]
[23]
Under paragraph 504(3)(b), the CITT found that a
legitimate operational requirement caused PWGSC to structure the Request for
Proposal to exclude certain suppliers “inadvertently”
(Reasons at para. 55). PWGSC could not violate paragraph 504(3)(b) unless it
did so deliberately. However, whether PWGSC violated paragraph 504(3)(c)
intentionally or inadvertently is immaterial. In my view, regardless of any
legitimate operational requirement, the fact remained that it was objectively
impossible for suppliers of equivalent products to meet the timeline. Further,
the CITT explained at paragraph 61 that, with respect to paragraph 504(3)(c), “other provisions of the trade agreement … could be invoked
to exempt the procurement from the procedural obligations of the agreements to
serve a legitimate objective…”. The finding of the CITT in this regard
is reasonable based on the material before it.
[24]
The applicant argued that paragraph 504(3)(c)
applies to the process of the procurement, including timelines, whereas
paragraph 504(3)(b) only applies to the technical requirements of the bids. I
disagree. There is nothing in the broad language of paragraph 504(3)(c) that
suggests that it is limited to only process issues and not intended to apply to
matters related to technical requirements. In my view, the CITT acted
reasonably in finding that there was no such limitation.
VI.
Conclusion
[25]
For the foregoing reasons, I would dismiss the
application for judicial review. In the circumstances, no costs will be
awarded.
"David G. Near"