:
I call this meeting to order.
Welcome to our century meeting, meeting number 100, of the House of Commons Standing Committee on Government Operations and Estimates.
Pursuant to Standing Order 108(2) and the motion adopted by the committee on Monday, October 17, 2022, the committee is meeting on the study of the ArriveCan application.
I remind you, please, to not put your earpieces next to the microphones as this causes feedback and potential injury.
It's 5:40 p.m. I think we have the full two hours of resources, so we're going to get going.
Welcome back, Ombudsman Jeglic. It's wonderful to have you. You are a friend of OGGO and it's wonderful to have you with us.
Mr. Mersereau, welcome to OGGO for the first time.
The floor is yours, sir.
:
Perfect. Thank you very much.
I'd like to begin by acknowledging that the land on which we gather is the traditional unceded territory of the Algonquin Anishinabe people.
Thank you, Chair and members of the committee, for inviting me here today.
I appreciate the opportunity to appear before this committee to shed light on my findings in my office's recent report on the procurement practices of federal departments pertaining to contracts associated with ArriveCAN.
My name is Alex Jeglic. I've been the procurement ombud for just under six years.
[Translation]
I thank the clerk and the committee for inviting me to appear as a witness on the ArrivCAN file.
[English]
With me today is Derek Mersereau, the team lead for the ArriveCAN report and acting director of inquiries, quality assurance and risk management.
[Translation]
The Office of the Procurement Ombud is independent from other federal organizations, including Public Services and Procurement Canada.
Here are the specifics of our mandate.
First, we review complaints from Canadian suppliers about the award of federal contracts below $33,400 for goods and below $133,800 for services.
Second, we review complaints respecting the administration of a contract, regardless of dollar value.
[English]
Third is to review the procurement practices of federal departments to assess their fairness, openness and transparency, and consistency with laws, policies and guidelines, which is why we're here today.
On November 14, 2022, the House of Commons Standing Committee on Government Operations and Estimates adopted a motion recommending the conduct of a review by my office 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 our legislated deadline, my office completed the review of ArriveCAN contracts on January 12, 2024. The report was published online on OPO's website, our office'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 the ombud.
CBSA, the Canada Border Services Agency, was the client department for all 42 contracts. These contracts were established for CBSA by Public Services and Procurement Canada, by Shared Services Canada and by CBSA under its own contracting authority.
Regarding competitive procurement practices leading to the award 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 award of a $24-million contract were overly restrictive and favoured an existing CBSA supplier.
My office also identified issues relating 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 the 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 also known as....
:
When TAs 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 the contract through a sole-source process on the exceptions to competition provided by the government contracts regulations.
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. 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 for ArriveCAN under a TA. Overall, the documentation of TAs used for ArriveCAN was complete and for the most part was properly authorized. However, 20 TAs of the 143 reviewed did not include the 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 that the individual meets criteria for the resource category, as specified in the contract. There were no assessments for more than 30 resources who were named on ArriveCAN-related TAs.
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 contracts reviewed. That's 41%. This result runs counter to broader government commitments to transparency and strengthened accountability within the public sector.
As discussed throughout our report, we found practices for awarding competitive and non-competitive contracts, for issuing TAs and service orders, and for proactive publication of contract information that were inconsistent with government policy and that threatened the fairness, openness and transparency of government procurement. I have made 13 recommendations to address the issues identified with procurement practices associated with the ArriveCAN application.
[Translation]
Thank you for your attention.
[English]
I would also like to thank this committee for shining the light on these important procurement issues. It is from a commitment to fair, open and transparent public purchasing that we must improve Canada's procurement system. Systemic reviews and audits are imperative to the proper functioning of the Government of Canada's purchasing powers and the work of committees, such as OGGO, that play an important role in holding both the government and businesses accountable.
[Translation]
My office remains available to collaborate with committee members.
[English]
I would be pleased to answer your questions.
Thank you.
:
Thank you very much, Mr. Chair.
I join my colleagues in welcoming you here today. Thank you so much for joining us.
I also want to thank you for the work you've done in this report. Even though we asked for it, I know that you took some time and further confirmed that it was work that was very necessary. As you can well imagine, the procurement processes are very complex, but I think what your report did was confirm for many of us around this table that there was misconduct in regard to some of the processes, or the not following of processes, as we understood it. I think your report has confirmed our suspicions in that regard.
I will follow up later around the task authorizations, because I think that's a very important issue, but I first want to point out what you mentioned on page 18 of your report. You mentioned in point 61 what I think is a very bizarre issue. It's that there is no written record of GC Strategies being contacted to submit a bid for their initial ArriveCAN contract. You say in your report, “The only record of communication between the Crown and the supplier prior to signing of the Contract was an email from the supplier with quoted rates for various IT professional resource categories.”
I guess what I'm wondering is this: Can you tell us whether this means GC Strategies was directly contacted in an unofficial manner to submit a bid for ArriveCAN?
:
I'll also add one additional characteristic.
Typically, when contracts are directed, as the one you're pointing out, there is, as we mention in the report, less transparency around the process due to the nature of the directed process. It is, however, highly unusual to receive a proposal without any request to receive one, unless it's an unsolicited proposal, which this didn't seem to be.
Derek.
:
Thank you for being here today.
I very much appreciate the report. It's extremely helpful in terms of what you've produced as an ombudsman, what you've reviewed and what this committee has been trying to ascertain.
The recommendations are all very reasonable and actionable. I think the appendix of your report, on page 31, references the various departments that are in fact implementing or in the process of implementing some of those very recommendations they saw and you have rightly put forward.
Your findings point to concerns with regard to a lapsing of the processes for handling IT services contracts. There is no allegation, however, of corruption, as far as I can tell from what I've read, and there's certainly no suggestion that there was political interference. Some are working hard, I think, to misconstrue one of your findings—namely that, in 76% of the contracts examined, resources were part of the original bid and then ultimately they used different suppliers, or there were swaps, as you cited in your opening statement.
Some may try to say that means that people paid under those contracts didn't actually do the work, when, in fact, I think that's categorically false, because only people who carry out the work were actually paid. I just want to get clarity on this finding, on where those resources of 76% of contracts were between the time of the contract award and then the task authorization—that lapse.
I have three questions in particular, and I'm hoping I have time.
One, this is allowed under the rules for certain cases; however, the issue you seem to have brought forward, obviously, is that it's maybe happening too frequently. Is that correct?
:
As we mentioned in our opening statement, this concept around procurement circles is typically called “bait and switch”. It's a known occurrence. However, there is a significant problem with it, and that problem is as follows.
When you're bidding...and here, the selection methodology was 70:30, indicating that it was 70% technical and 30% price, meaning that the technical component is incredibly important, and the technical component is built up predominantly by the resources. When they are bidding, they provide for resources that ultimately are going to receive the highest technical score possible, so they might be awarded a contract based on technical resources that never perform any work.
Then, unfortunately, in the way the process worked in these instances, the resources that were provided did not have to meet the same merit criteria that the original resources did. Therefore, it would have a significant impact on fairness. While it's not the issue that's being reported outside of this committee, it's still a very significant and concerning finding.
:
Yes. Again, I'll try to explain this as basically as I can, because I know that not everyone is a procurement expert.
Essentially, the resources that are submitted in the proposal should be carried forward into the contract and ultimately form part of subsequent TAs. Unfortunately, what happened was that, in the solicitation documents, the resources that were evaluated were never actually captured in the contract. Therefore, when the TA was submitted, it was the supplier themselves that could ultimately replace that resource. As opposed to having to meet the criteria that they met with the original resources bid, they were just required to meet the minimum: the mandatory criteria plus the rated criteria minimums.
Again, I know this is a bit difficult to understand, but it is a significant—
Thank you to both of our witnesses for being here.
I want to extend our gratitude for your work and your report. It was my colleague who brought forward the original motion to study this matter, and I want to thank our colleagues around the table for supporting that. I think this should be an issue of great concern to all Canadians. The revelations you highlighted in your report point to a lot of concerns.
I'm new to this study. I wasn't privy to all the testimony about ArriveCAN prior to this, so I thought I would start at the 10,000-foot level and ask you this: After having looked at this procurement process, how concerned should Canadians be about the way ArriveCAN was procured, in your opinion?
:
Thank you for the question.
I think how I answered a previous question about the emergency context is an important umbrella to remember. ArriveCAN was put together during a very difficult time in Canada's history and the world's history. That being said, there are certainly best practices in emergency procurement, and many of those were not followed.
The best example I can give—I know I said I'm going to talk about this very often, and I will—is documentation. Yes, decisions were required in a very brief amount of time, but that does not mean that documentation should not exist on those decisions. It's very difficult to determine that something was done fairly—and therefore, it raises suspicions as to whether it was not done fairly—when documentation doesn't exist. One of the biggest issues that I found with all of the ArriveCAN documentation we reviewed was the sheer lack of documentation in many instances.
That being said, one excellent practice that we saw was.... In emergency procurement, one of the best practices that one can do is to go to existing suppliers that are known commodities and that have been qualified, as opposed to going to new suppliers that you have no pre-existing history with. That's because they've already been vetted, so it removes some of the concerns associated with emergency procurement.
To directly answer your question, yes, I was concerned by the findings, and I think the recommendations reflect that concern. I believe the report is very factually accurate and devoid of any inflation.
:
Thank you very much, Chair.
Thank you to our witnesses for being here today.
I'm going to continue with this theme of bait and switch. Of course, for clarification, this is where a vendor provides a proposal with specific contractors, is awarded the contract and then, after being awarded the contract, uses other individuals not specified within the proposal that was submitted and that the contract was awarded on to complete the work.
As you pointed out in your report, in 76% of the contracts, the resources proposed to work on the contract did no actual work on the contract.
Do you see this as a form of fraud on behalf of the vendor that submitted the proposal?
This was alluded to earlier. There is now evidence that the chief information officer at the time, Minh Doan, who has appeared before this committee and who we are attempting to get back, deleted emails in regard to the procurement of this app. Although the reasoning behind it is not clear, he tried to explain publicly to the press, or I should say the press garnered information that he attempted to explain that it was in the transfer of files from his laptop to a new system.
Do you think that this deletion of information could have possibly led to the incomplete information record that we have at this time?
Welcome, Mr. Jeglic. It's good to see you here. Thank you for the work you've done—over Christmas and the new year, it looks like—to be able to put this solid recommendation in. I think the way you characterized the report and the work you've done was a fair statement. It was factual and balanced, and it was about recommendations.
During the course of at least the last 10 or 20 minutes, there have been a lot of responses, and I want to get one thing clear to start. Was any money paid for any work that was not done? Put the whole bait and switch and all of those things aside. Was there any money paid to any contractor or any company for work that was not done?
:
Let's go back to the concept of bait and switch. I come from a management consulting background. I'm very familiar with bait and switch, not that I've ever practised it or the organization I worked with practised it, but I want to bring a perspective that I'd like your feedback on.
Traditionally, when you look at a very valuable contract, naturally, you put your A team forward, and it is the A team that does the presentation. However, it's also understood that the A team is part of a very scarce set of resources, and, if the client takes longer than anticipated to make that decision, often both the consulting firm and the client are put in a position where, given the length of time it has taken to be able to come up with a final decision, those resources might not be available. I can tell you that on a number of projects I did the presentation. I was there, but I had to go to another client because the existing client was taking way too long.
I'm not in any way taking away from the great work you've done and the fact that this practice exists, but during your review process, did you look at any type of timeline that this happened in, or were you focused on the frequency of it?
One of the contracts with GC Strategies identified in the report and valued at $13.9 million was awarded under the national security exemption, requiring the company to have what's called “Designated Organization Screening...with approved Document Safeguarding at the level of Protected B.” Now, I don't know what all of that means, but it sounds like it's a level of security clearance that's required for them to have the contract.
Now, in your report, you say that GC Strategies “did not meet [this] requirement when it was awarded the contract.” Then, 14 months later, the requirements of the contract were changed, and all of a sudden GC Strategies did meet the requirements.
There were 14 months that went by where you had a contractor that didn't meet the security requirements of a contract. What kind of documentation did they have access to during those 14 months? What level of risk did it place our country in, having a contractor that was not properly screened working on an IT project that, obviously, is an important one and involves all sorts of classified information? What's the level of risk there?
:
Thank you, Chair. I'm so grateful that we have here today the watchdog responsible for government contracting.
Thank you for producing an excellent report on the ArriveCAN scandal. I'm a father of five children, and I've changed a lot of diapers over the years. None of them stink as much as the contracting system you're describing in this report.
I want to start with the issue of minimum prices. When Canadians are trying to buy things, they try to find the best price they can without compromising quality. Right now, so many Canadians are struggling and working overtime to hunt for those low prices.
Paragraphs 24 to 28 of your report describe a system for government purchasing that, incredibly, is intentionally designed to reward more costly bids and cut out lower bids. We have a procurement system that is designed to penalize the businesses that offer government lower prices. It's not by accident. It's how the system is designed. You say, “This methodology disincentivized bidders from proposing competitive rates.”
To create a process that directly punishes suppliers for offering low prices suggests that the person designing the system is either completely insane, or is intentionally looking for opportunities to funnel as much money to a preferred supplier as possible.
Is there any possible justification for this system being designed this way?
:
It's a fair question. Perhaps, it was an attempt to address another known failing. There are examples where there are low bidders who bid so low that they can't actually perform the work, but they need to ultimately have an opportunity to provide government services so that they can build up their resume and ultimately have experiences in subsequent opportunities. They bid below profit margins.
As a result, what's happened to the government in many instances is that suppliers are not able to ultimately fulfill the services, because it's no longer profitable for them, or, alternatively, they decline the work. They are awarded the contract based on the price, but when it comes time to deliver on the work, they don't do the work, so there's a significant amount of time loss.
To address your question in terms of the price bands, though, I think what happened here is that there was a deviation in the price band. As a result of the deviation, a clause that should have affected the ability to justify a low price wasn't available.
:
Can I just dig in on that? The system you're describing, though, is based on something in relation to median price. It's not based on any objective evaluation. In some cases you could say this is obviously a price that's suspiciously low for whatever reason. You can imagine if that happens.
However, if it's based on median price, and if I'm bidding, I have to worry—and it's within the narrow band that you described—that if I offer the best price, and it happens to be just a little bit lower than what everybody else is offering, I'm going to be penalized for being able to provide the best product at the lowest price.
I have to be increasing my price in order to ensure that I don't fall below. I have no awareness of what prices the other suppliers are putting in. That creates a system, since it's based on median price, in which everybody is going to be bidding higher than they would otherwise, because they're afraid of falling below. If you have five people bidding, and you want to make sure you're not too far below where everybody else is, you're going to bid higher. The basic economics tells us that everybody is then going to be driving up the price.
That's just going to exert significant continuous upward pressure on the price, given how this is designed. It seems so obviously crazy, and it seems like it's an excuse, not a reason. It seems there would be plenty of other ways of solving the problem that you suggest.
We've done a few that I would describe as “ad hoc”. They weren't part of our systemic plans.
That being said, our bandwidth is limited. Again, I don't want to make a plea to this committee, but I will say there's a lot of important work that needs to be done and I'm not sure that I have the resources to do that work.
Thankfully, for this work and the work of McKinsey, we were granted the funds to do so. However, in future years as we plan for new procurement practice reviews in other areas where we think we could be highly beneficial to the procurement landscape, I'm not sure that we have the resources to do so.
There are a lot of eyes on this particular issue. There's a lot of scrutiny on this issue. You have an Auditor General report. You have, obviously, the procurement ombudsman report that you submitted. CBSA is doing their internal audit. RCMP is investigating a related issue. Then, of course, you have the OGGO committee looking at this issue. There are a lot of eyes on this particular issue.
Can you talk a little bit about your experience working with CBSA and PSPC, which are the subjects of this review—and Shared Services as well? Can you tell us a little bit about your experience over the last year? How forthcoming have they been in providing information and in making your work go more smoothly? Can you speak a little bit about your engagement with all of those government departments?
:
I'll let Derek answer the second part of this.
I just wanted to say that we do follow a pretty standardized process when it comes to these reviews. Those departments that were subject to the review would have been provided preliminary observations, at which point they would have been given an opportunity to speak to any observations that we had seen based on a file-by-file analysis.
After receiving any additional documentation, corrections, etc., we would then go to that first draft. We would provide them a first draft of the report with a 20 working-day review period so they could analyze the text of the draft and they could provide, again, additional feedback and precision. Again, that's where we want to land—a factually accurate position—so, if there were additional documents that they could provide, which did happen in many instances, then we would take those into consideration prior to finalizing the report. Then there's a final 10-day review period.
There would have been interactions between us and the departments that were subjected to the review during those touchpoints.
Derek was the one who really managed the relationships, so I'll let him speak to how cordial or not those relationships were.
:
Early in the process, Alexander wrote to the deputy heads of those departments, who identified a point of contact, usually a member of their senior management team. Then we held initial meetings with them—what we refer to as our “kickoff meetings”. From there, we extended our document request to each of the departments.
I will say that we received good support from each of the three involved in this particular review. We had some back-and-forth, of course, because they provide initial documents. Oftentimes, we had questions about them. They were quite responsive in providing those responses. That was through the early stages.
Then, as the procurement ombudsman was just describing, as we got to the stages later in the review when we had results, we again had meetings with them if they had questions about the preliminary observations. They would provide the responses, which we considered as we were developing the draft report, which eventually led to the final report the committee received.
:
Obviously, the allegations are very concerning, particularly from a procurement standpoint. You will have noticed in our annual report that one of the things we identify is not having the right to compel documentation. It's a particular frustration point for me. I have to admit that, when I watch these committee proceedings, I'm a bit envious of how you compel documentation.
I would describe the authorities we have as lesser than those of a Canadian citizen. If they make an access to information request, at least it's protected under the Access to Information Act and there are specific guidelines that need to be followed. With our request, there are no such guidelines, so we're acting on the goodwill of the parties to provide us with the documentation. Where there is a lack of documentation, I'm never 100% clear on whether it's the result of our inability to compel documentation or a purposeful exclusion. That's when I ask, “At what point do we start making negative inferences and stop just talking about documentation?”
Like I said, you'll hear “documentation” come up several times this evening, because it is one of the largest irritants I have, currently—not just with ArriveCAN but also in general—when it comes to performing the work we need to do.
I'm going back to 76% of the listed resources in successful bids doing no work on the ArriveCAN contracts.
I'm thinking this means that companies were winning bids based on the resources their subcontractors claimed they would provide if they won the contract. Then, when the time came to do the work, the companies that won switched their subcontractors.
I have questions in regard to that.
When these switches occurred, were there ever any reassessments of the capabilities of the new resources, or a renegotiation of the prices based on different resources? Is there any documentation on that? Was there ever a change in price when resources were substituted?
:
Thank you for the question.
There is a process set up through the task authorization process. Under these professional services contracts, as we stated earlier, no one was named in the contract. Anyone who was included in the bid wasn't named directly in the contract. They were only authorized to perform the work once they were added to a task authorization. Anyone who wasn't previously evaluated as part of the bid evaluation would have been evaluated at the time the task authorization was issued.
Whenever we saw documents, there were some missing. When those documents were on file, we were able to identify that, yes, the individuals who were put forward as replacements for those included in the bid met the minimum requirements for those positions.
There was no renegotiation of rates, to answer your other question.
Thank you to our guests for joining us today.
You know, I'm always surprised at how much I learn. I know that our chair calls this “the mighty OGGO”. We learn a lot here about our systems and their many layers.
I want to go along the same line of questioning in order to understand this a little bit more. You talked about the practice of swapping that's commonly known around procurement. Obviously, it's systemic. Do you know how long this has been going on? Do you believe this has become a normalized practice, where certain people outside the departments are being relied upon to headhunt for them and find these things? Again, has it become a normalized practice?
:
Thank you very much, Mr. Chair.
I'm astounded that, during the pandemic, we were told it was important to have affordable PPE. The only supplies available came from China.
Now we're realizing that the mean and the median saddled us with the highest price, not the best one. During the pandemic, Canadian companies could have supplied that equipment, but it cost too much.
I love logic, but I'm not seeing a lot of it here.
I want to talk a bit more about criteria. In your report, you said that some of the criteria were too restrictive.
When overly restrictive criteria are used, is that basically a back-door way to award a contract without a meaningful tendering process? An RFP looks good, but if the criteria are too restrictive, it's all the same thing. It's six of one and half a dozen of the other.
:
Thank you for the question.
In fact, yes, in all of our systemic reviews we do follow up two years after. You heard me explaining the process for the five-year review, where we reviewed the 17 largest departments in terms of value and volume. We're now in the process of following up on those. We issue a report card at the end evaluating whether in fact they were compliant with the recommendations. It is a pretty easy tool to see.
For ArriveCAN, again we don't anticipate doing anything different. Two years from the date of completion, we will follow up with all three departments and ensure that we are able to assess compliance to the recommendations.
Thank you, gentlemen. Thank you for your report, and thank you for your transparency on this extremely important issue.
I want to just circle back a little bit. There are a couple of comments you prefaced earlier today that we have to focus on: that this was during the pandemic and we had to move very quickly on this particular app.
However, you'd agree with me that, notwithstanding the pandemic, the spending on this app does not give the government licence to fleece the taxpayer. Would you agree with that comment?
You laugh. Right...? No prime minister should be doing that.
:
I think the answer is more complex than the time likely allows.
I will say that a number of structural changes are required. The complexity of the procurement animal is so great that entities do exist only to help other firms comply with the set of regulations.
I've said this before, but I'll say it again: Even someone who has an incredible amount of experience in procurement still finds it incredibly difficult to navigate. I think you can talk to any player in the system, whether it be a buyer, a supplier or a subcontractor. I mean, we heard from subcontractors at this committee who expressed why they use individuals to bid on their behalf. It's because they don't want to participate in the process. As long as that mentality exists, it's very difficult to go directly to those individuals.
Derek, I'm not sure if you want to add.
You'll notice that there is a section of the report that deals specifically with value for money. It does speak to the bands questions that we were being asked. We kind of focused in this review on looking at value for money.
That's where the 76% comes in. Did we receive value in terms of the resources that we wanted to allocate? Also, when we were looking at the price component, did we receive the best pricing possible?
I think there were some structural elements here that didn't lead us to get the best result from a procurement standpoint.
:
What do you think the amount should have been? How do you know?
Because of the circumstances that we were under, this was an anomaly. You've admitted that this was a unique circumstance facing the government and facing all of us.
We had a challenge in trying to get the right people in a short period of time, so identified individuals were pre-approved and used for the circumstances. We don't have in-house talent to make it happen, so we had to go outside to get these contractors to assemble, react, perform and deliver a product that was used effectively and efficiently across Canada. It enabled us to protect border activity and border security. Contrary to what some may think, we saved lives as a result.
How do you assess that value?
:
Thank you very much, Chair.
I just want to make two very clear clarifications, not only for this committee, Mr. Chair, but for Canadians who are watching currently.
The first item is that GC Strategies was not even formed until 2015.
GC Strategies was not formed until 2015 and, therefore, it is impossible that the previous administration could have worked with GC Strategies. Therefore, it is in fact is not true that the previous government utilized GC Strategies, about which we are finding out a lot of very interesting information through testimony in this committee, as well as through the good work of Mr. Mersereau and Mr. Jeglic. That's the first clarification I want to make for this committee and for Canadians, Mr. Chair.
The second clarification I would like to make is that PHAC, the national organization that oversees the health of Canadians, actually publicly indicated that this horrific application that cost Canadians $54 million did not save a single life. What it did was unfairly burden and imprison several Canadians as a result of terrible oversight and mismanagement from this government.
It's unfortunate as well, Mr. Chair, because we see this consistently in committee and in the House of Commons with accusations of the current government—even from the , we saw this again today—trying to lay the blame for the so many different problems that we face in this nation at this time on the previous government, when the current government has been in place for eight years.
To be clear, Mr. Chair, I would like to clarify—
:
The relevancy, for Canadians who are watching, is that we are in this committee and government operations is seized consistently with getting the truth for Canadians. Again we see members of the government trying to confuse Canadians with misfacts and misinformation here today specifically regarding the application saving lives and the federal government under Prime Minister Harper using GC Strategies, which was simply not the case.
Now, Mr. Chair, with the remaining time that I have, I will continue on my questions.
In your report, you state that out of the 23 competitive contracts reviewed, you did not see instances where point-rated criteria unfairly restricted competition. We've now seen evidence that, in other contracts, GC Strategies manipulated their resources information in order to meet the point criteria. I think that's important, because it's consistent with the bait and switch conversation that we've had throughout this meeting here today.
Was this type of misconduct something that would have been covered within your view?
:
Thank you. I believe that's called plagiarism in most institutions.
I'll continue on in that vein.
It's mentioned that security clearances were switched on a contract because the CBSA wanted to work with a specific resource that did not fulfill the proper security requirements. How often are departments able to simply lower security requirements to suit their own wants and needs over the security of all Canadians?
My other colleague mentioned the national security exception, but here I'm referring specifically to the security clearances that were switched—again, we're seeing the bait and switch—on a contract because the CBSA apparently wanted to work with a specific vendor.
:
Thank you very much, Mr. Chair.
I would begin by stating that the ArriveCAN app was downloaded 60 million times in the year that it was in operation. It allowed commerce to continue, trade to continue, billions of dollars of trade across the Ambassador Bridge in my community—not only parts for machines or for cars but also medicine, which was absolutely important. We heard around this table about how, without the ArriveCAN app, trade and the exchange of vital goods would have ground to a halt across the Ambassador Bridge, so I want to take issue with the comment that was made by my counterpart across the way.
I have a simple question for you, Mr. Jeglic. Did you find corruption in your analysis?
Again, thank you to both gentlemen for your time here this evening and your work on this important report.
The last issue I want to raise is this situation that you've documented whereby proponents are essentially taking the mandatory criteria in the procurement documents, copying it and then pasting it to reflect their own expertise and experience. I'm familiar with this in some hiring processes too, where there are certain keywords that the employer is looking for in the job interview, and as long as you say those keywords—it doesn't even matter what order they're in—they tick a box, and then the empirical score goes up and you have a greater chance of getting hired.
How did the empirical rating process that you looked into treat this blatant gaming of the system?
Thank you again to the witnesses. This really is some of the craziest stuff we've ever heard at this committee, and that's saying something because we've heard some pretty wild things at this committee.
I do want to say that you were asked questions by Mr. Kusmierczyk about corruption. Obviously, you're not prosecutors or police officers, but I think it's very clear that activities like doctoring résumés in order to get contracts would constitute fraud. It would constitute criminal activity, and it would definitely constitute corruption. It's interesting that Liberals want to weasel out of that. I won't press you on that point, because I understand it's not your area of expertise.
I want to ask about the so-called experience criteria. The way the system is structured as you describe it is that people who bid for many of these contracts have to have done work for the Government of Canada before. You might have a better product. You might have more experience working with other clients, other governments or other private sector clients, but if you don't have the direct experience of working for the federal government, then you get cut out on that basis. This means you have a system where you have to be an insider to get the work. The same insider contractors get recycled over and over again by virtue of the fact that the rules specifically require you to be an insider. This severely narrows the band of who can bid to specific existing insider companies.
How is this remotely defensible?
:
They're saying they've accepted them. We'll have a chance to see whether they actually follow through on them later on.
If I can just circle back again quickly to the issue of the missing records, you have no way of knowing why those records are missing. It could be because somebody deleted those records. It could be because they were never submitted. It could be because conversations happened in an informal setting or over the phone, but should have happened in another way.
Your report highlights the fact that, as part of the ArriveCAN procurement, there seems to be a bizarre pattern of missing records. You don't know why that is, but you're underlining the fact that this is strange and unusual. Is that fair?
For those Canadians who are watching this today, I wanted to make sure that I clarified the statement that my colleague PS Charles Sousa made. I think the reference that PS Charles Sousa made was to Mr. Kristian Firth—going back to a previous government—having and receiving contracts, not GC Strategies.
Having said that, let's go back to.... One thing that you brought up, Mr. Jeglic, was the concept of best value, and you broke it down into two categories: one was technical, and the other was a financial or dollar value.
In your testimony, you talked about how there seems to be a rigorous process at the earliest stages of the evaluation, but somehow that process runs into a lot of systematic non-compliance when it comes to the task authorization, when, at that point, we are locking in the resources.
If that's the case, what skill set...? Which body verifies before the task authorization is done? Is it the department, or is it PSPC?
Gentlemen, thank you for staying late. I sincerely appreciate it.
Mr. Jeglic, I appreciate all your support of OGGO.
Mr. Mersereau, thank you for joining us.
I want to thank our clerks, our analysts and our support staff for sticking around late as well.
Before you go, I have a couple of quick questions for you. We talked about the bait and switch, and you were alluding to that perhaps being a larger problem. What would be required to launch a more formal study on this practice? Would it perhaps be a simple motion from this committee? Do you have the resources for it and do we have the need for it?
:
Perhaps you could get back to us in writing. I'm sure if there was a need, then this committee could provide you with a motion.
With respect to your other comment about your difficulty in getting documents from other departments, I would encourage you, if you're getting stonewalled, to perhaps write to the chair of the mighty OGGO with some requirements. Perhaps this committee could assist you in ordering the production of such documents.
Thank you for your time. It was a wonderful meeting.
To everyone who has helped out and stayed late, I appreciate it very much.
We are adjourned.