Review of complaint: Acquisition of Project Evaluation Services by the Department of Foreign Affairs, Trade and Development

January 31, 2022

On this page

The complaint

1. On August 4, 2021, the Office of the Procurement Ombudsman (OPO) received a written complaint from a supplier (the Complainant) regarding a contract awarded by the Department of Foreign Affairs, Trade and Development (DFATD). The contract was for consultant services to perform a summative evaluation of the Canada-Ukraine Trade and Investment Support (CUTIS) Project by assessing the achievement, relevance and sustainability of the project results. The contract, valued at a maximum of $97,339 (applicable taxes extra), was awarded on August 3, 2021.

2. The Complainant contacted OPO, stating it believed DFATD’s Contract Division and the Embassy of Canada in Ukraine: (1) unfairly rejected the Complainant’s bid in response to DFATD’s request for proposal (RFP); (2) breached its duty of fairness; and (3) violated several articles of the Canadian Free Trade Agreement (CFTA).

3. This complaint raised the following issues:

  • Did DFATD structure the solicitation to disqualify the Complainant?
  • Did DFATD conduct the solicitation process properly?
  • Did DFATD evaluate the Complainant’s bid properly? and
  • Did DFATD provide the Complainant with an adequate debriefing?

4. On August 6, 2021, OPO confirmed the complaint met the requirements of the Procurement Ombudsman Regulations (the Regulations) and it was considered filed.

Mandate

5. This review of complaint was conducted under the authority of paragraph 22.1(3)(b) of the Department of Public Works and Government Services Act and sections 7 to 14 of the Regulations.

6. Pursuant to subsection 9(2) of the Regulations, the Procurement Ombudsman requested DFATD to provide all departmental records associated with the procurement and the award of the contract in question, as well as DFATD’s procurement policies and guidelines in effect at the time of the solicitation. The Procurement Ombudsman also requested the Complainant provide additional information not submitted as part of the complaint.

7. The findings in this report are based on the records provided by the Complainant and DFATD, as well as relevant publicly available information. The failure by either the Complainant or DFATD to disclose any relevant records or information could impact the findings of this report.

Chronology and background

8. The RFP in question, which was launched in March 2021, was the second solicitation for the same requirement. The original solicitation had been launched in December 2020 and the Complainant had been the only evaluated bidder. Its bid was deemed non-compliant to mandatory evaluation criterion M2.1 which stated (bolded for emphasis) “The proposed Evaluation Team Leader must be an Evaluator of international development projects at senior level”.

9. The Complainant stated that the first RFP did not define what was meant by the term “international development”. DFATD claimed the definition stemmed from the Organization for Economic Co-operation and Development (OECD) and that the RFP’s Terms of Reference included the obligation for the bidder to abide by the OECD/Development Assistance Committee (DAC) Quality Standards for Development Evaluation. According to the Complainant, when it received a verbal debriefing, DFATD stated the nature of the Complainant’s proposed resource’s experience was not of “international assistance”, stating “assistance” experience was implied as being required.

10. The requirement was retendered in March 2021, and the retendered RFP included a new section, entitled “Definitions”, which detailed the term “international development”, among other terms.

11. On March 26, 2021, DFATD published a Notice of Proposed Procurement in the Kyiv Post and, on March 29, 2021, also posted it on the Embassy of Canada in Ukraine Facebook and Twitter pages. Between March 29 and April 1, 2021, DFATD also e-mailed links to the RFP to 5 other organizations for them to disseminate to potential suppliers. The level of effort for the work was estimated to be 101 days over an estimated period of 5 months, split between 2 or 3 individual resources; a team leader and team member and an optional 2nd team member, at an estimated cost not to exceed $99,000, taxes included. Bidders were required to meet 3 mandatory criteria and score a minimum of 48/80 points for 8 rated requirements. Depending on when, or if, suppliers corresponded with DFATD during the solicitation process, they were informed their bids were due by either April 25 or May 2, 2021.

12. DFATD received 4 bids on the retendered RFP, including the Complainant’s.

  • On May 21, 2021, DFATD’s contracting officer forwarded 3 bids, not including the Complainant’s, to the DFATD Selection Team to complete the evaluation process for the rated criteria.
  • On June 11, 2021, a consensus technical evaluation meeting was held.
  • On July 7, 2021, DFATD contacted the top-ranked bidder and entered into contract negotiations with that bidder.
  • On July 28, 2021, the Complainant contacted DFATD, asking for an update.
  • On July 29, 2021, DFATD advised the Complainant it had been disqualified for failing to meet the same mandatory criterion, M2.1, that it failed to meet the first time the requirement was tendered.
  • On July 30, 2021, in response to the Complainant’s request for additional information, DFATD provided the Complainant with details regarding the award of the contract.
  • The contract was awarded on August 3, 2021.

13. OPO received the Complainant’s complaint on August 4, 2021, and it was considered filed on August 6, 2021.

Analysis of issues and findings

Issue 1: Did Department of Foreign Affairs, Trade and Development structure the solicitation to disqualify the Complainant?

14. The Complainant stated that during its debriefing from the first solicitation, it was informed it was disqualified because the experience being sought by DFATD was for “international development evaluators” but that the Complainant’s proposed resource’s experience was just that of a regular evaluator. The Complainant also claimed, during that same debriefing, DFATD stated it was actually looking for evaluators with “international assistance experience” which, the Complainant noted, was not what the first RFP requested. The Complainant claimed DFATD then created obstacles in the second solicitation, through the addition of the definitions in the solicitation.

15. The Complainant submitted it felt DFATD breached its duty of fairness and that DFATD never took the Complainant’s bid seriously, as it had already selected its preferred supplier, the eventual contract awardee. The Complainant claimed DFATD substantially altered the second RFP, requiring the Complainant to substantially change its bid to accommodate the new language, thereby forcing the Complainant to incur greater costs. The Complainant also claimed DFATD required unnecessary and non-essential experience, however it did not provide any further explanation regarding this additional allegation.

16. OPO provided DFATD with a copy of the 156-page complaint when the review was launched. DFATD did not respond directly to the allegations made in the complaint but rather provided an overall explanation of how it had evaluated the Complainant’s bid.

17. At the time the contract in question was awarded, the Treasury Board Contracting Policy (TBCP) was the authoritative policy for government contracting activities and was applicable to federal departments and agencies, with few exceptions. It contains policy requirements and references applicable regulations, policies and requirements for bidding and contract award. It is the responsibility of departments and agencies, including DFATD, to follow the TBCP to ensure contracting and procurement activities are conducted properly. Section 10.7.1 requires:

Equal opportunity for all contractors. In accordance with the policy statement to reflect fairness in spending public funds and the requirements under the trade agreements, the method of procurement used for a particular acquisition must, within the limits of practicality, give all qualified firms an equal opportunity for access to government business. For all procurements, … all parties must be given an equal opportunity to access government business. …

18. The criterion at issue, M2, had 2 components: the first (M2.1) relating to the experience of the proposed Team Leader; and the second (M2.2) relating to the proposed Team Member:

M2. Experience

  1. The proposed Evaluation Team Leader must be an Evaluator of international development projects at senior level.
  2. The proposed Team Member must have experience and expertise in providing strategic analysis on trade and investment promotion in Ukraine.

19. The RFP included guidance to bidders for how they were to present their bid:

Guidance to Bidders:

Using Form B-1 and Form B-2, the Bidder shall provide a Curriculum Vitae (CV) for each individual proposed to provide the services. CVs must include the information required to demonstrate that the proposed individual(s) comply with each of the mandatory evaluation criteria below. The maximum length of the CV is six (6) pages.

Note: If the Bidder does not meet ALL of the mandatory criteria its proposal will automatically be rejected, and will NOT further be evaluated.

20. The RFP also included a new section 18, entitled “Definitions”, which introduced 6 definitions, 2 of which are relevant to this complaint:

18. Definitions

For the purpose of this RFP, the following definitions apply to the requirements:

“International Development” means the objective of promoting sustainable development in developing countries in order to reduce poverty and contribute to a more secure, equitable and prosperous world. The list of official development assistance (ODA) is available at the following website: DAC List of ODA Recipients.

“Development Evaluation” is the systematic and objective assessment of an on-going or completed development intervention, its design, implementation and results. In the development context, evaluation refers to the process of determining the worth or significance of a development intervention. (OECD/DAC (2010) Quality Standards for Development Evaluation, OECD, Paris). The guidelines and references can be found at: Quality Standards for Development Evaluation .

Analysis of issue 1

21. OPO recognizes the similarities between the first and second solicitations: (1) the requirement, that is, an evaluation of the CUTIS project, was the same; (2) DFATD used the same solicitation number for both RFPs; and, (3) the Complainant proposed the same lead resource in each of its proposals. However, despite the close link between the two RFPs, OPO’s review can only cover the contract awarded through the second solicitation process, that is, the March 2021 RFP. As Section 7 of the Procurement Ombudsman Regulations requires a contract to have been awarded before the Procurement Ombudsman can initiate a review of the complaint, this review focusses solely on the second solicitation where a contract was awarded.

22. During the solicitation period, no supplier questioned the definitions nor sought any type of explanation or clarification regarding this issue. Given the Complainant’s history with DFATD concerning the evaluation of its proposal in response to the first RFP and this particular criterion (M2), the Complainant should have clarified this issue prior to deciding whether it was going to submit a bid in response to, essentially, the same requirement. Jurisprudence from the Canadian International Trade Tribunal, a procurement review body which, among other functions, hears procurement complaints about federal government opportunities covered by trade agreements, states bidders bear the onus to seek clarification of matters considered ambiguous or uncertain and, as a general rule, bidders should not make assumptions or presumptions. By proposing the same lead resource whose experience did not meet this requirement on the first solicitation, and not seeking clarification of the requirement, the complainant risked again being found non-compliant which was ultimately the end result.

23. While there may have been an issue in the first solicitation regarding how mandatory criteria M2.1 was structured and assessed, OPO was unable to review this matter because, as noted above in paragraph 21, a contract was not issued as a result of the first solicitation. OPO considers the additional definitions added to the second solicitation to have been related to the work being requested by DFATD, that is, the evaluation of development projects. There is no indication DFATD compromised its requirement by adding extraneous details in an effort to direct the solicitation away from operational requirements. The additional clarity of having these definitions benefitted both DFATD and potential suppliers. DFATD benefitted by providing suppliers with a more detailed description of the requirements, and evaluators with a more precise manner of evaluating the bids, which should ultimately lead to a winning bidder with the skills required to meet the goals of the contract—the evaluation of the CUTIS project. Suppliers also benefitted from the precision regarding the required services, and were therefore able to better structure their bids and increase their chances of obtaining the contract. OPO does not consider there to be any indication DFATD was attempting to limit the possibility of the Complainant submitting a bid through the addition of these definitions.

Finding: Issue 1

24. In regards to issue 1, DFATD followed the TBCP requirement of giving all parties an equal opportunity to access government business. OPO does not find DFATD structured the solicitation to disqualify the Complainant’s bid.

Issue 2: Did Department of Foreign Affairs, Trade and Development conduct the solicitation process properly?

25. The Complainant stated DFATD, by virtue of not publishing the RFP on any of the government electronic tendering service (GETS) sites, for example, buyandsell.gc.ca, failed to create open, transparent and non-discriminatory access to all bidders. The Complainant also claimed DFATD did not process its bid or award the contract in a timely manner, noting the time between its bid submission and when DFATD advised it of the results of the evaluation process, as well as how long it took DFATD to answer questions about that evaluation.

26. The Complainant expanded on the last element by questioning whether DFATD breached its duty of fairness by:

  • failing to notify the Complainant that its bid had been rejected and moving forward with selecting the contract awardee
  • avoiding communication with the Complainant regarding the debrief
  • delaying all requests for debriefs and a fuller explanation

27. The Complainant also stated that further “Contract A” obligations arose out of the CUTIS RFP document because its instructions and terms of reference do not contain any language or an explicit disclaimer saying that no contractual obligations arise from the RFP or that DFATD may reject any and all bids, reissue a new RFP or end this RFP process at any time, at its sole discretion.

28. As noted above, DFATD’s submission to OPO in response to the complaint was limited to explaining how it had evaluated the Complainant’s bid. While DFATD did provide OPO with copies of its relevant procurement policies, DFATD did not address individual aspects of how it had managed this particular solicitation process.

29. Section 10.7 of TBCP states:

10.7.1 Equal opportunity for all contractors. ... For all procurements, …, all parties must be given an equal opportunity to access government business. Therefore, contracting authorities should ensure that potential contractors are identified. Whenever projects are advertised, the area of coverage should not be so narrow that it inhibits free competition…

10.7.2 Contracting authorities should note that when a combination of solicitation processes is used together, it is essential that they

  1. commence and close on the same dates;
  2. provide potential suppliers with the same information; and
  3. impose identical obligations on these suppliers.

10.7.10 The approved national electronic bidding and information service is the Government Electronic Tendering System (GETS). GETS affords supplier subscribers access to government procurement opportunities. To advertise bid opportunities electronically, contracting authorities may give public notice by means of:

  1. the Government Electronic Tendering System; or
  2. such other departmental procurement methods as may be approved by the Treasury Board.

30. DFATD’s Contracting Guide for Services in Missions in Support of International Development Assistance (Mission Contracting Guide) states:

4.2.4.2 Competitive Contracting

The competitive process aims to get the best value for Canadians while enhancing access, competition and fairness. Missions are encouraged to use competitive contracting processes wherever possible. For the purposes of this Guide, competitive contracting is a process where:

  • a solicitation process has been open to a reasonable and representative number of consultants (minimum of 5); and
  • proposals are evaluated and suppliers selected in a fair and transparent manner (technically and financially).

To satisfy the requirements of competitive contracting, Missions can undertake one of the following two tendering approaches depending upon the circumstances of the particular procurement.

  1. Open Tendering (preferred)

    The procurement opportunity is advertised in local media (that is, newspapers and/or websites), donor fora, Mission website or other appropriate media that will reach a large number of eligible and qualified consultants.

  2. Selective Tendering

    Selective tendering consists of direct invitation to submit proposals to a limited number of potential bidders without undergoing open advertisement…

Analysis of issue 2

31. The Complainant alleged DFATD did not create an open, fair and transparent solicitation process because the RFP was not posted on GETS. According to information contained in e-mails provided as part of DFATD’s submission, the RFP was made available to suppliers via a number of alternative approaches.

32. DFATD received 4 bids and received questions from 2 other suppliers which did not end up submitting a bid. While this second solicitation process was more successful than the first solicitation process, which appeared to only garner a single bid, DFATD’s approach did not meet the requirements of TBCP 10.7.2 which states, when “…a combination of solicitation processes is used together, it is essential that they:

  1. commence and close on the same dates;
  2. provide potential suppliers with the same information; and
  3. impose identical obligations on these suppliers.”

33. DFATD used several different advertising platforms to notify potential suppliers of the opportunity:

  • On March 26, 2021, it advertised in the public press, the Kyiv Post, with a link to the Google Docs version of the RFP and a due date for the receipt of bids of April 25, 2021.
  • It solicited by electronic means on the Embassy of Canada in Ukraine Facebook and Twitter pages. DFATD posted on each platform 3 times—March 29, April 15 and April 20. Each posting provided a link to the Google Docs version of the RFP with a due date of April 25, until the April 20 postings when it was changed to May 2.
  • It used a source list to send the link to the Google Docs version of the RFP to 5 other organizations for them to disseminate to other suppliers. OPO notes there was no explanation as to how or why those 5 were chosen. There is also no record of what 4 of these 5 organizations did with the link nor which suppliers any of the 5 contacted:
    • Julianmurrayconsulting - received the link from DFATD on March 29
    • developmentaid.org - received the link from DFATD on March 29 - it advised DFATD the link to the RFP “…has been published on DevelopmentAid and is immediately available to all the paid members of our platform…”
    • europeanevaluation.org - received the link from DFATD on April 1
    • community.betterevaluation.org - received the link from DFATD on April 1
    • evaleurasia.org - received the link from DFATD on April 1

34. Once the RFP was publicly available, DFATD was asked questions by 4 suppliers. DFATD answered those questions directly to the supplier who asked the question but, because GETS was not used, there was no common location where these questions and answers could be shared with all suppliers or any updates made to the RFP. As an example of not sharing the same information with potential suppliers, on April 20, 2021, DFATD advised 1 supplier it would not extend the due date for the receipt of bids but, 7 hours later, it advised another supplier it would extend the due date. The supplier who was advised an extension would be granted also asked for, and received, copies of all questions and answers to that time. This was initiated by that supplier, as opposed to DFATD, and appears to be the only time a supplier was provided with answers to questions it did not ask. DFATD did update the Google Docs RFP to change the bid closing date, however, unless a supplier checked the link after April 20, it would not necessarily have been aware of the extension.

35. DFATD breached its responsibilities under TBCP section 10.7.2 in that, depending on how suppliers became aware of the CUTIS evaluation requirement, different suppliers were: advised of the requirement on different days; provided different information about the solicitation via the question and answer process; and potentially were unaware of the amended bid closing date. Had GETS been used, although not mandatory, it would have been the common point of contact to ensure all suppliers had access to the same information at the same time.

36. The Complainant also alleged DFATD did not process its bid in a timely manner by: (a) failing to notify the Complainant its bid had been rejected and that DFATD was moving forward with selecting the contract awardee; (b) not answering questions about the bid in a timely manner; (c) avoiding communication with the Complainant regarding its debriefing; and (d) delaying all requests for debriefs and for a fuller explanation of the evaluation.

37. The RFP contained terms and conditions governing some of the allegations related to this issue:

  • Section 7.4: A proposal must remain valid and open for acceptance for a period of ninety (90) days after the closing date of the RFP, or any extension to this period.
  • Section 16.1: After completing negotiations and signing the contract with the successful Bidder, DFATD will communicate the results of the evaluation to unsuccessful Bidders.

38. Given the inclusion of section 7.4 in the RFP, all bidders would have been aware of the 90-day period. The Complainant initially contacted DFATD regarding its evaluation on July 27, 2021, or what was “Day 87” from the due date for the receipt of bids. On July 7, 2021, DFATD had completed its evaluation and had contacted the highest-rated bidder, to begin contract negotiations. In accordance with section 16.1 of the RFP, all bidders should have been aware that unsuccessful bidders would only be advised of the evaluation results once the contract was negotiated and awarded to the successful bidder.

39. Given sections 7.4 and 16.1 of the RFP, DFATD was not required to advise the unsuccessful bidders that it was moving forward to negotiate a contract with the successful bidder or to communicate the evaluation results while it was conducting negotiations with the successful bidder.

40. As shown in the chronology, below, with exception to the Complainant’s last request for information, which was made 4 days before it submitted its complaint to OPO, each time the Complainant contacted DFATD about the evaluation of its bid, DFATD responded to the Complainant within a 1 to 2 day period.

  • On July 27 and 28, 2021, the Complainant asked DFATD for an update, noting the amount of time that had passed since it had submitted its bid
  • On July 29, 2021, DFATD advised the Complainant its proposed Team Leader had not met mandatory criterion M2.1. That same day, DFATD also advised the other 2 unsuccessful bidders of their results.
  • On July 29, 2021, the Complainant requested a debriefing
  • On July 30, 2021, the Complainant asked for a response to its request for a debriefing
  • On July 30, 2021, DFATD provided the Complainant with information about the contract to be awarded, but nothing further about the actual evaluation of the Complainant’s bid
  • On July 30, 2021, the Complainant asked for more information
  • On August 3, 2021, the Complainant submitted its complaint to OPO, which was considered received on August 4, 2021 and filed on August 6, 2021

41. The records indicate that DFATD was answering the Complainant’s questions in a timely manner. DFATD was not avoiding communication with the Complainant regarding its debriefing, nor was it delaying requests for a fuller explanation of the evaluation of the Complainant’s bid. OPO will, however, address the quality of the information DFATD provided to the Complainant under Issue 4 below.

42. The Complainant also alleged DFATD breached the “Contract A” obligations arising out of the CUTIS RFP because those instructions and terms of reference did not contain any language or an explicit disclaimer, saying that no contractual obligations arise from the RFP or that DFATD may reject any and all bids, reissue a new RFP or end this RFP process at any time, at its sole discretion.

43. OPO notes the RFP included the following clauses:

6.2 Proposals, or any withdrawal, substitution and modification, will only be accepted by DFATD if they are received at the address indicated on the cover page of this RFP by the closing date and time indicated on the cover page of this RFP.

13.1 DFATD reserves the right to:

  1. reject any or all proposals received in response to the RFP;
  2. enter into negotiations with Bidders on any or all aspects of their proposals;
  3. accept any proposal in whole or in part without negotiations;
  4. cancel the RFP at any time;
  5. reissue the RFP;
  6. if no compliant proposals are received and the requirement is not substantially modified, reissue the RFP by inviting only the Bidders who responded initially to resubmit proposals within a period designated by DFATD; and
  7. negotiate with the sole compliant Bidder to ensure best value to DFATD

44. OPO considers RFP section 13 to have created reserved rights for DFATD which the Complainant alleges DFATD did not have, that is, DFATD could reject any and all proposals, cancel the RFP and reissue a new RFP. In a “Contract A - Contract B” dynamic, however, the existence of such reserved rights is not sufficient on its own to allow DFATD to exercise these reserved rights in a way which would be considered inconsistent with the common law duty of fairness.

45. Therefore, OPO must determine if the common law “Contract A” duties have been created between DFATD and the Complainant. It is important to note that, as established by the Supreme Court of Canada in MJB Enterprises Ltd. V. Defence Construction (1951) Ltd.footnote 1 an Invitation to Tender, that is, in this case the March 2021 RFP, does not always automatically result in “Contract A”; it depends on the intent of the parties.

46. The key indicators of the purchaser’s, in this case DFATD's, intention to create a “Contract A” relationship with each compliant bidder are:

  • requiring that bidders be irrevocably bound to their tenders, often for a predetermined amount of time; and
  • other factors demonstrating the binding nature of the relationship, such as bid security, a bid bond or letter of credit which would be forfeited if the bidder is selected, but fails to honour its bid.

OPO finds Article 7.4 of the RFP, which required the proposal be open for acceptance for a period of 90 days, created at least one indicium of DFATD’s intention to create a binding relationship with bidders.

47. However, it must also be noted that only those bidders who are compliant with the mandatory criteria are owed these common law duties. Accordingly, unless OPO can conclusively state the Complainant submitted a compliant bid, which it cannot, the Complainant cannot rely on “Contract A” common law duties as part of its claim against DFATD.

48. That being said, DFATD should carefully consider its intentions when drafting solicitation documents to avoid creating “Contract A” obligations in situations when this is not the desired outcome. It is unclear whether DFATD intended to create binding “Contract A” obligations with compliant bidders, but the inclusion of terms such as Article 7.4 (excerpted below) can create unnecessary confusion and lead to a finding of intent.

7.4 A proposal must remain valid and open for acceptance for a period of ninety (90) days after the closing date of the RFP, or any extension to this period.

Finding: Issue 2

49. DFATD’s methodology of advertising the requirement using Twitter, Google Docs, Facebook and secondary-conduit organizations instead of GETS, inhibited the ability to ensure all suppliers were treated equally. Some suppliers were provided information through the question and answer period while others were not, and not all bidders were advised of the extension to the due date for the receipt of bids. A better process would have been for DFATD to combine its strategy of posting on various social media platforms with a GETS posting, or some other common access point, to maximize visibility and coordination of the solicitation. DFATD would then have been able to contact all interested suppliers regarding any updates or changes to the RFP.

50. DFATD should improve the openness of its solicitation process to meet applicable Treasury Board requirements to ensure bidders are treated fairly. By using a combination of solicitation processes that did not commence and close on the same dates or provide potential suppliers with the same information, DFATD failed to ensure bidders were treated fairly. DFATD’s actions in this regard had an overall negative impact on the fairness of the process for the Complainant and for all other bidders and prospective bidders.

51. Lastly, DFATD did not owe the Complainant implied common law duties created by “Contract A” as OPO could not conclusively find that the Complainant submitted a compliant bid. That being said, DFATD should carefully consider its intentions when drafting solicitation documents to avoid creating Contract A obligations in situations where this is not the desired outcome.

Issue 3: Did Department of Foreign Affairs, Trade and Development evaluate the Complainant’s bid properly?

52. The Complainant stated the evaluation grid did not contain any criteria associated with evaluating “international aid or assistance” experience, but there was a criterion for evaluating “international development” experience. It argued DFATD effectively usurped the “international development” criterion to circumvent or ignore the explicit CUTIS RFP instructions and terms of reference; conducted the assessment using the undefined term “aid”; and then considered those evaluation findings and conclusions as if they were representing the Complainant’s “international development” experience. The Complainant stated, by evaluating the bids as if the stated requirement for “international development” did not exist, DFATD effectively trapped/ lured the Complainant into bidding something that would meet the requirement, only to disqualify it for having given DFATD the exact preferred solution it had asked for.

53. The Complainant stated “international assistance” was not used in the CUTIS RFP. It provided OPO with two examples of other RFPs issued by DFATD in which that term was found. This, the Complainant claimed, indicated DFATD knew what it was doing by not inserting the term into the CUTIS RFP, and that, therefore, bidders did not require that type of experience to bid on the CUTIS RFP. The Complainant further submitted, had the “aid” aspect of experience been the intention, it should have said so clearly in black and white and, given it wasn’t included, it only “…introduced a hitherto unheard-of latent ambiguity to the RFP process, which did nothing but add confusion to the process”.

54. The Complainant stated DFATD obviously thinks of “international assistance” when they talk or write about “international development” and implicitly equate the two terms, but stated DFATD did not provide explicit definitions of either “international development” or “international assistance” in the instructions and terms of reference portion of the CUTIS RFP. As such, the Complainant claims the DFATD RFP fails the plain language test.

55. The Complainant stated DFATD’s obligation, by issuing the CUTIS RFP, was to evaluate its bid according to the commitments that were set out within the RFP but that DFATD did not adhere to its own statement. Specifically, the Complainant stated DFATD did not use the same evaluation grid in its evaluation as was found in the instructions in the RFP, and that DFATD did not inform the Complainant in writing about the rejection of its bid, and rejected the bid without considering if the Complainant was qualified to do the work.

56. In its submission to OPO, DFATD stated all 4 bids were assessed on May 21, 2021, and, at that time, DFATD determined the Complainant’s technical proposal did not meet mandatory criterion M2.1 which stated “[t]he proposed Evaluation Team Leader must be an Evaluator of international development projects at senior level.” DFATD submitted its determination was based on the Complainant’s failure to demonstrate its proposed Team Leader had experience conducting a “development evaluation” as described in paragraph 18 - “Definitions” - of the RFP. Specifically, DFATD stated the proposed Team Leader’s Curriculum Vitae did not demonstrate experience conducting evaluations of a development intervention/project as defined by the Organisation for Economic Co-operation and Development /Development Assistance Committee (OECD/DAC), which had also been included in paragraph 18 of the RFP.

57. Section 10.7.27 and 12.3.1 of the TBCP state as follows:

10.7.27: Competing firms should be told the measurement criteria and the weighting assigned to them. ... The issue arises from the manner in which evaluation factors are to be used to determine the successful bid. The courts have ruled that the factors and their weighting must be established beforehand and adhered to strictly. They are to be recorded along with the requirements of the contract and included in the bid solicitation. The principle of applying bid criteria or requirements equally to all bidders is part of Canadian contract law and is applicable to both the public as well as the private sectors. Fairness to all prospective contractors and transparency in the award process are imperative.

12.3.1: Procurement files shall be established and structured to facilitate management oversight with a complete audit trail that contains contracting details related to relevant communications and decisions including the identification of involved officials and contracting approval authorities.

58. Subsection 4.2.4.2 b. of DFATD’s Mission Contracting Guide states, in part:

…The assessment of the mandatory procedural requirements, the mandatory criteria and the financial evaluation do not require the participation of the full evaluation team. One designated person, usually the Chief Evaluator, can carry these out.

Analysis of Issue 3

59. OPO must consider two elements related to this issue:

  • What experience did mandatory criterion M2.1 require, and
  • if DFATD properly considered the contents of the Complainant’s proposal.
What experience did mandatory criterion M2.1 require?

60. In considering the wording of mandatory evaluation criterion M2.1 and the Guidance for Bidders found in the RFP, bidders were required to fill out form B-1 to provide information regarding 2 assignments to demonstrate the proposed Team Leader had experience as “…an Evaluator of international development projects at senior level.” The criterion, at face value, requires experience related to evaluating “international development projects” without any reference to either “assistance” or “aid”. Form B-1 required the bidder to provide information about 2 assignments which required information about the “Evaluated Project Name and nature of the project (that is, International Development)” [OPO’s emphasis]. The use of “i.e.”, which means “that is” and, in the context of this complaint, means DFATD was looking for information about “international development” projects without any reference to either “assistance” or “aid”.

61. However, as noted above, section 18 of the RFP included 6 definitions which were to apply to the requirements; 2 of which—“International Development” and “Development Evaluation”—apply directly to mandatory criterion M2.1 and, by extension, Form B-1:

“International Development” means the objective of promoting sustainable development in developing countries in order to reduce poverty and contribute to a more secure, equitable and prosperous world. The list of official development assistance (ODA) is available at the following website: DAC List of ODA Recipients.

The linked OECD site describes the OECD’s Development Assistance Committee’s list of official development assistance (ODA) eligibility and recipients. DFATD could not have reasonably expected suppliers to click on every link on that webpage, and any links on all subsequent pages, in an attempt to decipher what the criterion was requesting.

62. Therefore, by reading the part of the OECD definition found in section 18 of the RFP into the DFATD criterion, OPO considers the requirement was for bidders to fill out form B-1 to demonstrate the proposed Team Leader had experience as “…an Evaluator of international development projects which had the objective of promoting sustainable development in developing countries in order to reduce poverty and contribute to a more secure, equitable and prosperous world at senior level.”

63. The second element of this mandatory criterion, and the element for which DFATD stated it disqualified the Complainant’s bid, was that of being an “Evaluator … at senior level” of such projects. Once again, there was a definition in Section 18 which applied:

“Development Evaluation” is the systematic and objective assessment of an on-going or completed development intervention, its design, implementation and results. In the development context, evaluation refers to the process of determining the worth or significance of a development intervention. (OECD/DAC (2010) Quality Standards for Development Evaluation, OECD, Paris). The guidelines and references can be found at: Quality Standards for Development Evaluation.

64. This link points to a 24-page publication “Quality Standards for Development Evaluation” however, the additional wording found in the definition in section 18 is adequate in that it requires the proposed Team leader to, at senior level, have conducted a “…systematic and objective assessment of an on-going or completed development intervention, its design, implementation and results. In the development context, evaluation refers to the process of determining the worth or significance of a development intervention.”

65. In combining the two expanded definitions, OPO believes DFATD wanted bidders to demonstrate their proposed Team Leader, at senior level, had experience in “conducting a systematic and objective assessment of design, implementation and results of an on-going or completed development projects which had the objective of promoting sustainable development in developing countries in order to reduce poverty and contribute to a more secure, equitable and prosperous world. In the development context, evaluation refers to the process of determining the worth or significance of a development intervention”.

66. DFATD could have been more clear about the nature of the experience it sought from the proposed Team Leader. The inclusion of the definitions shone light on what experience was required, however, those definitions should have included the term “assistance” to remove any ambiguity. As noted above, potential bidders equally are responsible to seek clarification regarding any ambiguous terms and, in this case, the Complainant chose not to do so, to their own detriment.

Did Department of Foreign Affairs, Trade and Development properly consider what was in the Complainant’s proposal?

67. The Complainant’s bid was e-mailed to DFATD’s contracting officer (CO) on April 27, 2021. In DFATD’s submission to OPO, it stated “[o]n May 21, 2021, the Embassy of Canada in Ukraine assessed all bids received in response to the solicitation process. This assessment process concluded that the Complainant’s bid (File number …) did not meet the second mandatory experience criteria (M2).” There was nothing in DFATD’s submission indicating anyone other than the CO had been in possession of, or had otherwise reviewed, the 4 proposals until May 21, 2021, when the CO sent the other 3 bids to the Selection Team for further assessment.

68. According to subsection 4.2.4.2 b. of DFATD’s Mission Contracting Guide:

…The assessment of the mandatory procedural requirements, the mandatory criteria and the financial evaluation do not require the participation of the full evaluation team. One designated person, usually the Chief Evaluator, can carry these out.

69. According to DFATD’s Assessment Report for this file, the Chief Evaluator was one of the 3 Selection Team members to whom the CO had forwarded the 3 proposals on May 21, 2021. OPO therefore concludes it was not the Chief Evaluator who had assessed the mandatory criteria aspects of the 4 proposals, and that the CO had determined the Complainant’s bid failed to meet mandatory criterion M2.1 and, therefore, did not forward that bid to the Selection Team for further evaluation.

70. There is nothing in DFATD’s Mission Contracting Guide which states the evaluation of mandatory criteria in solicitations MUST be done by the Chief Evaluator so this, on its own, does not indicate DFATD did not comply with this Guide by having the CO conduct this facet of the evaluation.

71. The CUTIS RFP was structured such that the rated criteria were used to assess the proposed resources’ depth of experience. The proposed Team Leader’s experience was assessed on the basis of 3 sub-criteria: R2.1, R2.2 and R2.3.

Evaluation sub-criteria for the CUTIS RFP
Criterion Points

R2.1 Team Leader’s demonstrated cumulative experience in trade and investment promotion, capacity building of local actors for trade and investment promotion (up to a maximum of 10 points)

  • Less than 36 months - 0 points
  • 36 to less than 96 months - 5 points
  • 96+ months - 10 points
Maximum of 10

R2.2 Team Leader’s experience with project evaluation mandates that are similar to this evaluation request and that includes the following components: (maximum up to 15 points)

International development project evaluation assignment carried out:

  • In a developing country and/or a country in transition in sectors other than mandated by this evaluation request and other than in Ukraine: 0 points
  • In sectors similar to this evaluation mandate, other than in Ukraine: 3 points.
  • In the same sectors as this evaluation mandate, other than in Ukraine: 6 points
  • In the same sectors as this evaluation mandate, in Ukraine, (1-2 projects): 10 points
  • As a Team Leader, in the same sectors as this evaluation mandate, in Ukraine, (3+projects): 15 points
Maximum of 15

R2.3 Team Leader’s demonstrated experience providing the following services (up to 2 points per each element below, up to a maximum of 10 points) concerning international technical assistance projects:

  • Conducting reviews and providing technical advice
  • Project Monitoring
  • Identifying risks and recommending risk mitigation strategies
  • Contributing to sector analysis for international development donor working groups
  • Formal presentations to diverse groups that include international development donors and government representatives
Maximum of 10

72. According to DFATD’s Consolidated Scoring Grid, of the 3 bids which had been forwarded to the Selection Team, one of the proposed Team Leaders scored 0 points for both R2.1 and R2.2. The most telling issue is the “0” points awarded for R2.2, which indicates the Selection Team determined the proposed Team Leader only had experience “[i]n a developing country and/or a country in transition in sectors other than mandated by this evaluation request and other than in Ukraine”.

73. It is unclear, based on DFATD’s disclosure to OPO, why, in one case, the Complainant was disqualified for “… failure to demonstrate its proposed Team Leader had experience conducting a ‘development evaluation’”, whereas in another case a proposed Team Leader passed criterion M2.1 but the Selection Team then determined all the project evaluation experience was “…in sectors other than mandated by this evaluation request …”.

74. In this circumstance, there were limited evaluation notes to substantiate DFATD’s decision to disqualify the Complainant’s submission at the mandatory criteria evaluation stage. Taking into account DFATD’s Mission Contracting Guide, DFATD was not required to have the full evaluation team review compliance with mandatory criteria, nor was DFATD required to have the Chief Evaluator carry out the compliance assessment; however, as a result of the decision not to do so, it took on unnecessary risk.

75. Given the first solicitation for this requirement resulted in only one evaluated bid which was found non-compliant, and given the ambiguities that existed with a mandatory criterion on the first solicitation, it would have been prudent for DFATD to ensure a more robust evaluation process had been used to determine compliance which, at a minimum, should have included the Chief Evaluator. Furthermore, due to the lack of evaluation notes, it is not clear to OPO if all bidders were treated fairly at the mandatory criteria compliance check phase. By not including the Chief Evaluator or the Selection Team in the mandatory criteria compliance check process, and not keeping sufficient records to support the decisions taken, OPO cannot definitively conclude whether DFATD rightfully determined the Complainant’s bid to be non-compliant.

Finding: Issue 3

76. Given the first solicitation resulted in only one evaluated bid, which DFATD found non-compliant, and given the ambiguities that existed with a mandatory criterion on the first solicitation, DFATD should have included the Chief Evaluator or the entire Selection Team in the mandatory criteria compliance check process for the second solicitation. By not keeping sufficient records to support decisions taken, OPO cannot definitively conclude whether DFATD rightfully determined the Complainant’s bid to be non-compliant. However, the facts equally do not justify a finding that the Complainant’s bid should have been determined to be compliant. Therefore the finding is that the procedures followed by DFATD produced an unnecessary uncertainty around the result.

Issue 4: Did Department of Foreign Affairs, Trade and Development provide the Complainant with an adequate debriefing?

77. The Complainant stated DFATD purposely avoided communicating with it regarding its debriefing and breached its duty of fairness by lying to the Complainant. The Complainant further stated, even when DFATD did respond, that response was lacking information and DFATD refused to provide a fuller explanation.

78. The Complainant noted, in DFATD’s original debriefing e-mail, there was a checkmark in the “Met” column next to the other aspect of mandatory criterion M2—the experience and expertise of the other resource being evaluated, the proposed Team Member. The Complainant submitted DFATD always maintained it does not continue to evaluate bids after one of the factors was not met. However, the Complainant argued, since DFATD did continue with the evaluation when it did not stop at the Team Leader criterion (M2.1) and also evaluated the Team Member criterion (M2.2), DFATD opened the door to provide a more extensive debrief of its bid, that is, DFATD should tell the Complainant how it fared on all other evaluation-grid criteria.

79. The Complainant stated that when DFATD makes a statement or produces a document with instructions and terms of reference, it is only reasonable to expect it to follow its own document; and that a citizen can rely on that document and reasonably anticipate, foresee and rely on government’s actions related to the document.

80. Other than providing OPO with a copy of its “Guide to Debriefing Bidders in support of International Development Assistance”, DFATD did not address this issue.

81. Paragraph 10.8.21 of the TBCP states:

Debriefings should be provided to unsuccessful bidders on request and should normally include an outline of the factors and criteria used in the evaluation, while respecting each bidder’s right to the confidentiality of specific information.

82. According to DFATD’s Guide to Debriefing Bidders in support of International Development Assistance, the following information related to a Bidder’s proposal can be disclosed:

Information related to the proposal of the Bidder being debriefed

  1. The total marks obtained for the overall Technical evaluation;
  2. The marks obtained for each of the technical components (Experience, Methodology and Personnel) contained in the published evaluation grid;
  3. The marks obtained for each of the technical sub-components contained in the published evaluation grid (for example under Experience, Methodology and Personnel), where deemed appropriate;
  4. The mark obtained for the Financial component;
  5. The mark obtained for the aboriginal supplier incentive (if applicable);
  6. The significant strengths and weaknesses of the proposal; and
  7. Other pertinent information concerning their proposal.

83. The RFP also addressed debriefings:

16. Notification/Debriefing of Unsuccessful Bidders
16.1 After completing negotiations and signing the contract with the successful Bidder, DFATD will communicate the results of the evaluation to unsuccessful Bidders. Bidders may then submit a written request to DFATD requesting a debriefing on the strengths and weaknesses of their own proposal.

Analysis of Issue 4

84. In accordance with the TBCP, while debriefings should be provided to unsuccessful bidders upon request, there is no mandatory requirement for departments to do so. In this instance, the inclusion of language in the RFP inviting bidders to request a debriefing further raised expectations that a debriefing would, on request, be provided about “…the strengths and weaknesses of their own proposal.”

85. DFATD did not provide a debriefing on the strengths and weaknesses of the Complainant’s proposal because the proposal was not evaluated but, instead, sent two e-mails to the Complainant on July 29 and 30, 2021:

The first re-stated mandatory criterion M2 with a checkmark under the words “Not Met” for the proposed Team Leader, and under “Met” for the proposed Team Member.

Excerpt from DFATD evaluation of Complainant’s bid
M2. Experience Met Not met
1. The proposed Evaluation Team Leader must be an Evaluator of international developments projects at a senior level. Check marked
2. The proposed Team Member must have experience and expertise in providing strategic analysis on trade and investment promotion in Ukraine. Check marked
  • Consequently, your proposal was declared non-compliant and is therefore rejected.
  • Consequently, your proposal was declared non-compliant and is therefore rejected. Should you require further information regarding the evaluation of your proposal you may submit a written request to: kyiv-da@international.gc.ca

The second provided information about the contract and the contract awardee, but nothing about the Complainant’s proposal.

86. The main function of a debriefing is to provide transparency and an explanation as to the reasons for not selecting an unsuccessful bid. It is then hoped the unsuccessful bidder will take this information and be better positioned to be successful in future competitive opportunities. The debriefing DFATD provided to the Complainant did not accomplish this. DFATD provided the Complainant with no useable information about why its proposal was disqualified.

87. In addition, DFATD’s evaluation results of the Complainant’s proposal have been portrayed differently in different contexts:

  • To the Complainant, DFATD indicated that only 1 of the 2 mandatory requirements of M2 was not met, and provided the checkmarks noted above regarding the proposed Team Leader (Not Met) and proposed Team Member (Met)
  • In its internal RFP Assessment report, DFATD wrote:

    One bid was screened out as failing to meet both of the two mandatory requirements on experience.(emphasis by OPO)

  • To OPO, DFATD stated:

    …This assessment process concluded that the Complainant’s bid (File number …) did not meet the second mandatory experience criteria (M2).

    In particular, criterion M2.1 stipulated that “The proposed Evaluation Team Leader must be an Evaluator of international development projects at senior level.” The evaluation of Complainant’s technical proposal determined that the Complainant did not demonstrate that the proposed Evaluation Team Leader met the requirements for criterion M2.1

88. In short, due to inconsistencies in the DFATD documentation, OPO does not know if one, or both, of the Complainant’s proposed resources were disqualified for failing to meet their respective parts of mandatory criterion M2. If both were deemed to have failed, then DFATD has misrepresented the evaluation results to both the Complainant and OPO. If only the proposed Team Leader failed, then the DFATD internal report is incorrect.

89. Based on what DFATD provided to the Complainant on July 29, 2021, and in its internal RFP Assessment report, it appears the DFATD CO, prior to deciding not to forward the Complainant’s bid to the Selection Team, had also reviewed the Complainant’s proposed Team Member (M2.2) even though the proposed Team Leader (M2.1) had already been disqualified.

Finding: Issue 4

90. DFATD was not required by the TBCP or the terms of the RFP to provide a detailed debrief on the determination of non-compliance of the Complainant’s bid. That being said, DFATD, through its own express language in the RFP and subsequent communications with the Complainant, created an expectation that further information regarding the evaluation of the proposal would be provided upon request. By not providing detailed information to the Complainant on why its proposal was deemed non-compliant, the Complainant’s legitimate questions were left unanswered.

91. DFATD must, at a minimum, maintain accurate and consistent records detailing why bidders are found non-compliant and should, as a general practice, provide bidders more detailed explanations when determinations of non-compliance are made to enhance understanding, demonstrate a commitment to fairness and potentially avoid complaints.

Conclusion

92. Regarding Issue 1, the Procurement Ombudsman did not find that DFATD structured the solicitation to exclude the Complainant. The Ombudsman considers the addition of the definitions in the second RFP to have been an acceptable manner of DFATD better explaining the services it required. There is nothing to indicate these new definitions were somehow constructed to reduce the Complainant’s chances of being awarded the contract.

93. Regarding Issue 2, the Procurement Ombudsman found that DFATD did not conduct the solicitation process properly. DFATD employed a combination of solicitation processes that did not meet its obligations under the TBCP. This had an overall negative impact on the fairness of the process for all bidders and prospective bidders and may have affected the Complainant’s ability to submit a compliant bid. DFATD should have combined its strategy of posting the solicitation on various social media platforms with a GETS posting, or some other common access point, to maximize visibility and coordination of the solicitation. Lastly, the Ombudsman finds that “Contract A” common law duties were not established between DFATD and the Complainant.

94. Regarding Issue 3, the Procurement Ombudsman cannot definitively conclude whether DFATD evaluated the Complainant’s bid properly or whether the Complainant’s bid should have been deemed compliant or non-compliant. By not keeping sufficient records to document the decision taken, and not forwarding the Complainant’s bid to the Selection Team, DFATD failed to meet TBCP section 10.7.27 and 12.3.1 which state, in part: “…[f]airness to all prospective contractors and transparency in the award process are imperative”.

95. Regarding Issue 4, the Procurement Ombudsman found that DFATD did not provide the Complainant with an adequate debriefing. DFATD must, at a minimum, maintain accurate and consistent records detailing why bidders are found non-compliant and should, as a general practice, provide bidders more detailed explanations when determinations of non-compliance are made to enhance understanding, demonstrate a commitment to fairness and potentially avoid complaints.

96. Given the above, the Procurement Ombudsman recommends DFATD compensate the Complainant for half of the costs incurred in preparing its proposal. The Complainant expended significant efforts to respond to the CUTIS RFP, with the expectation of participating in a fair process where its proposal would be properly evaluated by DFATD. As described above, DFATD did not fulfill its obligations to the Complainant and should therefore pay compensation to the Complainant. The Complainant equally had an obligation to seek clarification of any ambiguous terms in the solicitation. For reasons not explained in its complaint, the Complainant chose not to seek clarification regarding mandatory criterion M2 from DFATD, even after having been disqualified on this same criterion in a previous solicitation. The Ombudsman must reinforce that suppliers have an obligation to seek clarification regarding any ambiguities or anything about which they are unsure in the solicitation. Given the Complainant did not do so, it must share the responsibility for submitting a bid which was ultimately disqualified.

97. Accordingly, the Procurement Ombudsman has reduced the recommended compensation amount to 50 percent of the costs the Complainant incurred in preparing its proposal.

Compensation

98. In order to recommend the payment of compensation to the Complainant, subsection 13(2) of the Regulations requires the following:

If a competitive process was held, the complainant must have submitted a bid in respect of the contract to which the complaint relates, unless it was prevented from doing so because of the actions of the contracting department.

99. As a competitive process was held and the Complainant submitted a bid, the Ombudsman may recommend payment of compensation in accordance with subsection 13(1) of the Regulations.

100. At OPO’s request, the Complainant provided the costs it incurred in preparing its bid to respond to the March 2021 RFP, in the amount of $9,267.20.

Recommendation

101. In accordance with sub-paragraph 13(1)(b) of the Regulations, the Procurement Ombudsman recommends DFATD pay compensation to the Complainant in an amount equal to 50 percent of its costs for submitting its bid. The Procurement Ombudsman recommends DFATD pay $4,633.60.

Date modified: