Evidence of meeting #103 for Public Accounts in the 44th Parliament, 1st Session. (The original version is on Parliament’s site, as are the minutes.) The winning word was contracts.

A video is available from Parliament.

On the agenda

MPs speaking

Also speaking

Andrew Hayes  Deputy Auditor General, Office of the Auditor General
Alexander Jeglic  Procurement Ombudsman, Office of the Procurement Ombudsman

3:40 p.m.

Conservative

The Chair Conservative John Williamson

Good afternoon, everyone.

I call the meeting to order.

Welcome to meeting number 103 of the House of Commons Standing Committee on Public Accounts.

Today's meeting is taking place in a hybrid format, pursuant to the Standing Orders. Members are attending in person in the room and remotely using the Zoom application.

As a reminder, all comments should be addressed through the chair.

Pursuant to Standing Order 108(3)(g), the committee is resuming its consideration of the Auditor General's 2024 report 1, entitled “ArriveCAN,” which was sent to the committee on Monday, February 12, 2024.

I would like to welcome our witnesses.

From the Office of the Auditor General, we have Andrew Hayes, deputy auditor general, and Lucie Després, director. It's good to see you both again.

From the Office of the Procurement Ombudsman, we have Alexander Jeglic, procurement ombudsman, and Derek Mersereau, acting director, inquiries, quality assurance and risk management.

Mr. Hayes and Mr. Jeglic, you will each be given a maximum of five minutes for your opening remarks, after which we will proceed to rounds of questions.

Mr. Hayes, as is custom, you'll begin first, please.

3:40 p.m.

Andrew Hayes Deputy Auditor General, Office of the Auditor General

Mr. Chair, thank you for again inviting us to discuss our audit report on ArriveCAN.

I would like to acknowledge that this meeting is taking place on the traditional unceded territory of the Algonquin Anishinabe people.

Joining me today is Lucie Després, who was the director on the audit.

This audit examined whether the Canada Border Services Agency, the Public Health Agency of Canada and Public Services and Procurement Canada managed all aspects of the ArriveCAN application in a way that delivered value for money. I'll focus my remarks today on our findings related to the contracting practices.

We found many shortcomings in the Canada Border Services Agency's management of contracts. Essential information was missing from awarded contracts, such as clear deliverables and the qualifications required of workers. When we looked at invoices approved by the CBSA, details about the work performed and who did the work were often missing. This contributed to our conclusion that the best value for money wasn't achieved.

In our examination, we saw little documentation to support how and why the Canada Border Services Agency initially awarded GC Strategies the ArriveCAN contract through a non-competitive process. Only one potential contractor submitted a proposal, and that proposal did not come from GC Strategies.

Also concerning, we found evidence that GC Strategies was involved in the development of requirements that were used when the agency later moved to a competitive process to award a $25-million contract for work on the ArriveCAN app. The requirements were very specific and narrow. This gave GC Strategies an advantage that other potential bidders did not have.

Although the procurement ombudsman's review and our audit did not have the same scope, we have similar findings and recommendations as they relate to documenting the assessments and the decisions made in the awarding of contracts. We both found that basic contracting rules were simply not followed.

This concludes my opening statement. We would be pleased to answer any questions the committee may have.

Thank you.

3:45 p.m.

Conservative

The Chair Conservative John Williamson

Thank you very much.

I'll turn to Mr. Jeglic.

Mr. Jeglic, you have the floor for five minutes, please.

3:45 p.m.

Alexander Jeglic Procurement Ombudsman, Office of the Procurement Ombudsman

Perfect. Thank you.

I'd like to begin by acknowledging that the land from which I am joining you is the traditional unceded territory of the Algonquin Anishinabe people.

Mr. Chair, committee members, thank you for inviting me here today.

My name is Alexander Jeglic. I appreciate the opportunity to appear before this committee to shed a light on the findings of my office's recent report on procurement practices of federal departments pertaining to contracts associated with ArriveCAN.

With me today is Derek Mersereau, acting director of inquiries, quality assurance and risk management.

I'd also like to acknowledge my esteemed colleagues from the Office of the Auditor General, who have undertaken a review of this topic and shared the results of their findings in recent weeks.

My office is independent from other federal organizations, including Public Services and Procurement Canada.

I submit an annual report to the Minister of Public Services and Procurement Canada, but the minister has no influence over my reports or reviews, and all my activities are concluded at arm's length from PSPC and other federal organizations.

Specifically, our legislative mandate has three components.

First, we review complaints from Canadian suppliers about the awarding of federal contracts below $33,400 for goods and $133,800 for services.

The second component of our mandate consists of reviewing complaints respecting the administration of contracts, regardless of dollar value.

Third is alternative dispute resolution services that Canadian businesses and departments can utilize to resolve contractual disputes. The process is voluntary, and my office's certified mediators assist parties in resolving disputes in a cost-effective and timely manner without resorting to litigation. There are no dollar-value thresholds associated with our mediation services.

Fourth, we review the procurement practices of federal departments to assess fairness, openness, transparency and consistency with laws, policies and guidelines, which led to my review of the ArriveCAN-related contracts.

On November 14, 2022, the House of Commons Standing Committee on Government Operations and Estimates, OGGO, adopted a motion recommending that my office conduct a review to assess whether contracts awarded by departments in relation to the ArriveCAN application were issued in a fair, open and transparent manner, and whether contracts awarded on a non-competitive basis were issued in compliance with the Financial Administration Act, its regulations and applicable policies and procedures.

Once my office was able to establish reasonable grounds, as per our regulatory requirements, the review was launched in January 2023. As per its legislated deadline, my office completed the review of ArriveCAN contracts on January 12, 2024.

The report was published online on the Office of the Procurement Ombudsman's website on January 29, 2024.

My office completed a review of 41 competitive and non-competitive procurement processes and resulting contracts, contract amendments and task authorizations or service orders, under which work was performed for the creation, implementation and maintenance of ArriveCAN. The review does not include subcontracts, as these are beyond the legal authorities of my position.

CBSA was the client department for all 41 contracts. These contracts were established for CBSA by PSPC, Shared Services Canada and CBSA under its own contracting authority.

Regarding competitive procurement practices leading to the awarding of contracts, all 23 solicitations reviewed were issued under a PSPC supply arrangement. Overall, solicitation documents were clear and contained information potential bidders required to prepare a responsive bid. For the most part, solicitations, solicitation amendments and responses to questions from potential bidders were appropriately communicated, and bids were evaluated and contracts awarded in accordance with solicitation documents. However, mandatory criteria used in one solicitation, leading to the awarding of a $25-million contract, were overly restrictive and favoured an existing CBSA supplier.

My office has identified issues related to the achievement of best value in many procurements. For 10 of the 23 competitive procurements reviewed, the use of overly restrictive median bands in the financial evaluation of bids stifled price competition and resulted in rejection of some otherwise high-quality bids.

In roughly 76% of applicable contracts, resources proposed in the winning bid did not perform any work on the contract. This is known as a bait and switch. When TAs, or task authorizations, were issued under these contracts, the supplier offered up other resources, but not the individuals who had been proposed in order to win the contract.

Files for non-competitive contracts included written justification for awarding a contract through a sole-source process based on the exceptions to competition provided by the government contracts regulations. Reasons were cited for not competing these contracts: They were necessary due to the need being a pressing emergency or due to only one supplier being capable of performing the work.

Insufficient records maintained by Shared Services Canada raised questions as to whether certain service orders under the GC Cloud Framework Agreement followed appropriate procurement practices. There was no documented procurement strategy for work associated with ArriveCAN, and multiple service orders issued to one supplier were treated as separate, unrelated requirements despite the fact that all were associated with ArriveCAN.

A majority of the files reviewed were for professional services contracts through which work was authorized under a TA. Overall, documentation of TAs used for ArriveCAN was complete and, for the most part, properly authorized. However, 20 of the 143 TAs reviewed did not include specific tasks, including descriptions of the activities to be performed.

Resources authorized to work on a contract with TAs must be assessed by the business owner before a TA is issued to ensure the individual meets evaluation criteria for the resource category, as specified in the contract. There were no assessments for more than 30 resources named for ArriveCAN-related TAs.

Overall, amendments to the contracts reviewed were appropriate and in line with the contracting policy.

As the client department, CBSA was responsible for the proactive publication or public disclosure of contract information on the Open Government website for the contracts reviewed. Information was not proactively published for 17 of 41, or 41%, of contracts reviewed. In these 17 cases, the original contract or one or more contract amendments were not available on the Open Government website. This result runs counter to broader government commitments to transparency and strengthened accountability within the public sector.

3:50 p.m.

Conservative

The Chair Conservative John Williamson

Mr. Jeglic, I'll have to stop you there, but I'm sure you'll get lots of follow-up questions. I appreciate it. I gave you a little extra time.

We're turning now to Mrs. Block.

You have the floor for six minutes.

3:50 p.m.

Conservative

Kelly Block Conservative Carlton Trail—Eagle Creek, SK

Thank you very much, Mr. Chair.

Thank you to our witnesses for joining us today.

I'm not a regular member of the public accounts committee. Rather, I serve on the government operations and estimates committee and had the opportunity to hear from both of you in the very recent past.

After your appearance at the government operations and estimates committee, Mr. Jeglic, the Auditor General tabled her report. In it, she found that GC Strategies was involved in the development of the criteria for the contract, which you termed in your report—and mentioned again today—as “overly restrictive and favoured this existing CBSA supplier”.

Two weeks ago, I sent your office a letter regarding this new discovery in the Auditor General's report related to the $25.3-million contract awarded to GC Strategies back in May 2022. As I indicated in my letter, I wanted your office and you to investigate these findings and verify who allowed this private contractor to sit at the table and develop the criteria for a contract they were obviously going to win.

Will you undertake to investigate these findings and table the results with this committee?

3:50 p.m.

Procurement Ombudsman, Office of the Procurement Ombudsman

Alexander Jeglic

Thank you for the question and the letter.

In addition to your letter, there was a commitment made to the OGGO chair that we would follow up after looking at bait and switch more broadly. These are ongoing discussions within the office.

As I have mentioned at committee, one of the factors we must consider is reasonable grounds and who is best situated, ultimately, to conduct the review. I must admit we were troubled by that additional disclosure made in the OAG report, and we're trying to determine whether we're best positioned to conduct a secondary analysis or whether there are other authorities better placed to do that analysis.

However, we will certainly respond to your letter in due course. Again, I appreciate the fact that you followed up.

3:55 p.m.

Conservative

Kelly Block Conservative Carlton Trail—Eagle Creek, SK

You're welcome.

What we heard for the first time at committee, from you, was the whole idea of bait and switch when it comes to task authorizations—identified resources being switched out. Of course, we've been given the reasoning: At times, given the timeline of a project, an RFP is put out and the project begins, and some resources may not be available. However, in your report, you noted that 76% of resources did no work identified in those task authorizations.

Was there an audit done? Should there be an audit done to determine whether these resources were at the same skill level, were higher or were lower?

3:55 p.m.

Procurement Ombudsman, Office of the Procurement Ombudsman

Alexander Jeglic

That's essentially what I alluded to in the first answer. That is absolutely something we're considering doing—not just specific to ArriveCAN, but on a much broader scale—to determine how prevalent the practice is.

As I mentioned at the OGGO committee, the fact that it has a name is indicative that it's a troubling practice. I have to admit that upon reconsideration, I'm even more troubled by the 76%. It's something I'd happily discuss in further answers.

3:55 p.m.

Conservative

Kelly Block Conservative Carlton Trail—Eagle Creek, SK

Thank you very much.

In your report, you also described the alarming lack of documentation across the ArriveCAN contracts. Was there a specific department responsible for documentation that failed to collect and file it, or was this a problem across the departments mentioned, namely the CBSA, PSPC and PHAC?

3:55 p.m.

Procurement Ombudsman, Office of the Procurement Ombudsman

Alexander Jeglic

A fair answer is that there were documentation issues across all. We've recently conducted procurement practice reviews of all three of those departments and seen prevalent documentation issues that extend beyond ArriveCAN. As a result, we will be following up.

I'll mention again at this committee that we follow up on all of our reports two years after to determine whether, in fact, the recommendations were implemented. We made a recommendation to the CBSA in relation to documentation practices, which we intend to follow up on shortly. That will address the CBSA. Again, PSPC and Shared Services, equally, have recommendations made associated with documentation practices, which we intend to follow up on.

3:55 p.m.

Conservative

The Chair Conservative John Williamson

You have one minute.

3:55 p.m.

Conservative

Kelly Block Conservative Carlton Trail—Eagle Creek, SK

Great.

Following up on the recommendations, we have obviously heard departments rightly say they accept the recommendations that have been made by the procurement ombudsman and the Auditor General to make improvements to those processes. I think we've even seen some answers to those recommendations.

Have you seen anything put in place that will actually ensure that what happened with ArriveCAN never happens again?

3:55 p.m.

Procurement Ombudsman, Office of the Procurement Ombudsman

Alexander Jeglic

I think I'll piggyback on the last question around documentation, because that's the first issue that needs to be addressed immediately. I have witnessed some direct implications of the ArriveCAN recommendations, meaning witnesses appearing before this committee and other committees speaking to their commitment to make changes immediately that are already having an impact.

I will say I'm impressed by the seriousness with which the recommendations are being taken. It seems like the actions are effective. However, time will tell.

3:55 p.m.

Conservative

The Chair Conservative John Williamson

Thank you very much. That is your time.

We're going now to Mr.—

3:55 p.m.

Liberal

Jean Yip Liberal Scarborough—Agincourt, ON

Chair, I have a point of order.

4 p.m.

Conservative

The Chair Conservative John Williamson

What's the point of order?

4 p.m.

Liberal

Jean Yip Liberal Scarborough—Agincourt, ON

On the notice of meeting, there's time allocated for the different sections. It would be helpful for the committee to know how the time is being used.

4 p.m.

Conservative

The Chair Conservative John Williamson

The intention is to run this for approximately two hours. Should we finish early for any reason, we will then go to the line-by-line, but it is not the chair's prerogative or plan to keep us here beyond the allocated two hours.

4 p.m.

Liberal

Jean Yip Liberal Scarborough—Agincourt, ON

How long will the first section run?

4 p.m.

Conservative

The Chair Conservative John Williamson

We were going to do four rounds, which is customary. Is that good? Okay.

We'll turn now to Mr. Chen.

You have the floor for up to six minutes, please.

4 p.m.

Liberal

Shaun Chen Liberal Scarborough North, ON

Thank you.

Procurement Ombudsman, paragraph 29 of your report—you have alluded to this today—reads, “In 76% of the applicable contracts, some or all of the resources proposed by the successful supplier did not perform any work on the contract.” To get some further clarity on this finding, changes were made to the resources in 76% of the contracts between the time of the contract being awarded and the task authorization. Is this allowed in the rules for certain cases, yes or no?

4 p.m.

Procurement Ombudsman, Office of the Procurement Ombudsman

Alexander Jeglic

Yes and no.

4 p.m.

Liberal

Shaun Chen Liberal Scarborough North, ON

Yes and no. Okay.

I'm hearing that in some cases—exceptional cases, perhaps—it is possible. Is the main issue you have with this that this type of situation happens far too frequently?

4 p.m.

Procurement Ombudsman, Office of the Procurement Ombudsman

Alexander Jeglic

I'll give you a general answer and then I'll give you an ArriveCAN-specific answer.

The general answer is yes, the frequency with which this happens is a problem. Also, you have to look at the specifics in this circumstance, which is why I find it offensive. It's because the structure of the evaluation criteria was heavily weighted towards the technical component. There was a 70% premium based on the technical component, which was primarily an assessment of the resources. Ultimately, some or all of the resources didn't perform tasks. Essentially, there are criteria with which you're selecting the preferred proponent to deliver on the services, but they're being selected for a reason that they don't ultimately deliver on. That's troubling.

We talked about this in the best value section, but it has a cascading impact. It starts with the seventy-thirty selection methodology, which diminishes the value of price. I'll refer to it as bait and switch. Then you have the bait and switch. The resources on which you're ultimately selecting the preferred proponent are switched out of the process. Then you have this “median bands” issue on the already limited 30% price. That really restricts the value of the price component. As a result, you're selecting the preferred proponent based on criteria that are not playing out in material fact. That's what makes it so offensive.