Public Procurement 2024

Last Updated April 09, 2024

Romania

Law and Practice

Authors



Oglindă & Partners is a boutique Romanian law firm specialising in public procurement, international arbitration and construction law. Its lawyers co-ordinated the first emergency arbitrator procedure in Romania. In the last 20 years, they have been involved as lawyers or arbitrators in over 300 arbitration cases before Romanian and foreign arbitral institutions such as the ICC, VIAC, LCIA, SCC and SHAC. The public procurement team, based in Bucharest, is composed of four members and led by Eugen Sarbu. With eight years of experience in the field, this team of public procurement experts offers assistance to private and public entities throughout all stages of the award procedure, from drafting tenders to clarification and evaluation. The team has extensive experience and know-how in representing domestic and international bidders to challenge and defend procurement decisions before the Romanian Council and courts of law.

Overview of Procurement Legislation in Romania

In Romania, public procurement is governed by a three-tiered regulatory framework. When it comes to the primary legislation, the most significant laws are:

  • Law No 98/2016 on Public Procurement;
  • Law No 99/2016 on Sector Procurement; and
  • Law No 101/2016 on Remedies for the Award of Public Procurement Contracts, Sector Contracts, Work Concessions, and Service Concession Contracts, as well as the Organisation and Functioning of the National Council for the Settlement of Complaints.

Additionally, other legal provisions must be considered due to the specific nature of the Romanian legal system. For example, public contracts typically involve public funding, so foreign participants in Romanian public procurement procedures must also comply with Romanian Budgetary Law No 500/2002 regarding public finances and Budgetary Law for Local Authorities No 273/2006 regarding local public finances. Concerning Law No 101/2016, its provisions should be supplemented by those of the Law on Administrative Litigation No 554/2004, the Law on the Civil Procedure Code No 134/2010, and the Law on the Civil Code No 287/2009, insofar as the provisions of the latter are not inconsistent.

Secondary legislation governs the implementation of laws and includes government decisions designed to develop and guide the specific steps required to apply the rules established in the laws:

  • G.D. No 394/2016 for the approval of methodological norms for the application of the provisions regarding the award of sectoral contracts/framework agreements of Law No 99/2016 on Sector Procurement; and
  • G.D. No 395/2016 for the approval of methodological norms for the application of the provisions regarding the award of public procurement contracts/framework agreements of Law No 98/2016 on Public Procurement.

Tertiary legislation consists of instructions issued by public authorities and institutions authorised to publish guidance on recurring issues, such as the required documents to demonstrate similar experience or subsidiary methodology for price adjustment in public contracts (if the contract does not contain an adjustment formula).

The Role of Jurisprudence in the Romanian Legal System

The role of jurisprudence in the Romanian legal system is also noteworthy. Although it is not generally considered a source of law, certain types of decisions are mandatory for national courts and administrative jurisdictions:

  • decisions of the Court of Justice of the European Union, which establish obligatory directions in the field of public procurement;
  • decisions of the High Court of Cassation and Justice of Romania made in appeals in the interest of the law and preliminary rulings on questions of law; these decisions provide interpretation and guidance on the applicable legal framework, and their effects are binding; and
  • decisions of the Constitutional Court of Romania, which examine the compatibility of legal provisions with the country’s constitution; compliance with these decisions is also mandatory.

In conclusion, In Romania, the legislation regulating public procurement can be divided into three layers:

  • primary legislation, which mainly includes the three laws issued by the Parliament (Law No 98/2016 on Public Procurement, Law No 99/2016 on Sector Procurement, and Law No 101/2016 on Remedies), as well as mandatory case law;
  • secondary legislation, consisting of governmental decisions that provide guidance on the applicability of public procurement procedure laws (G.D. No 395/2016 and G.D. No 394/2016); and
  • tertiary legislation, which includes guidelines issued by the National Agency for Public Procurement in Romania (Agenția Națională pentru Achiziții Publice, or ANAP), which are mandatory for contracting authorities.

The entities subject to procurement regulation in Romania are:

  • contracting authorities, as defined in Article 4 of Law No 98/2016;
  • legal entities that are not contracting authorities but are treated as such when they enter into contracts falling under the definition provided by Article 6 of Law No 98/2016; and
  • economic operators.

Contracting Authorities

Under Law No 98/2016, a contracting authority is defined as:

  • central or local authorities and public institutions, as well as their subordinate structures that have been granted competencies in the field of public procurement;
  • other bodies governed by public law that are established to meet non-commercial or non-industrial needs of general interest, have legal personality, and are mostly funded by public funds; for a body governed by public law to be considered a contracting authority, it must not operate under normal market conditions, seek to obtain a profit or bear the losses resulting from its activity; and
  • associations comprising at least one of the entities mentioned above.

Non-contracting Authorities

A non-contracting authority must apply public procurement regulation when awarding contracts for works and services if the following conditions are met cumulatively:

  • over 50% of the value of the contract comes from public funds;
  • the estimated value of the contract, excluding VAT, is equal to or greater than the threshold for works contracts (RON27,334,460), or for services contracts (RON1,090,812); and
  • the contract relates to one of the following activities: civil engineering works or construction works for hospitals, facilities for sports, recreational activities, buildings of primary and secondary educational institutions, university buildings, and administrative buildings.

Economic Operators

Finally, an economic operator is any natural or legal person, public or private, or group or association of such persons that lawfully offers the execution of works and/or construction, supply of products, or provision of services, including any temporary association formed between two or more of these entities.

In Romania, the following types of contracts are subject to procurement regulation:

  • procurements related to national defence and security, which are subject to a more sophisticated legal framework; this framework includes Law No 195/2012 on the Award of Certain Public Procurement Contracts in the Fields of Defence and Security, as well as various governmental decisions and ministerial orders;
  • sector/utility procurements regulated by Law No 99/2016; this includes products, services, or works in fields such as electrical energy, water, transportation, ports and airports, and postal services; and
  • classic procurements and organising competitions that exceed the legal thresholds, where the value of each exceeds the legal thresholds.

These thresholds are different for works and services contracts. For works contracts, the following apply:

  • over 50% of the value of the contract must be financed or subsidised directly or indirectly by a public authority;
  • the estimated value of the contract (excluding VAT) is equal to or greater than RON27,334,460 (equivalent to EUR5,493,800); and
  • the contract relates to civil engineering works, construction work for hospitals, facilities intended for sports, recreation and leisure, schools, and university works or buildings used for administrative purposes.

For services contracts, the following apply:

  • over 50% of the value of the contract must be financed or subsidised directly or indirectly by a public authority;
  • the estimated value of the contract (excluding VAT) is equal to or greater than RON1,090,812 (equivalent to EUR219,200); and
  • the contract is linked to a works contract.

According to Romanian legal provisions, entities can participate in public procurement contracts if they are established in:

  • member states of the European Union;
  • member states of the European Economic Area (EEA);
  • third countries that have joined the World Trade Organization (WTO);
  • third countries that are in the process of accession to the European Union; or
  • third countries that have not joined the WTO, but have signed other international agreements requiring the European Union to grant free access to their market in the field of public procurement.

When the estimated value of a contract is equal to or greater than the legal thresholds, contracting authorities are required to publish a notice in the Official Journal of the European Union.

The general principles presented in Article 2 of Law No 98/2016 establish key obligations for both contracting authorities and economic operators, aimed at promoting non-discrimination, equal treatment, mutual recognition, transparency, proportionality, and assuming responsibilities. These obligations are crucial for ensuring integrity, effectiveness of public funds, society’s access to high-quality public services, and competitiveness in the private market.

Contracting authorities’ key obligations are related to allocation of the necessary funds for the procurement process and contract execution before starting the procedure. They are also required to publish a contract notice, act with transparency and allow all interested operators to engage in the bidding process. Another important obligation is to draft qualification and awarding criteria in a transparent and equitable manner that satisfies public interest while avoiding unlawful advantages or arbitrary evaluation. To ensure compliance with these obligations, avoiding conflicts of interest is also a key requirement.

To ensure compliance with fundamental principles, Law No 98/2016 requires contracting authorities to fulfil publication and transparency obligations throughout all phases of the procurement process. This includes publishing the Prior Information Notice and the Award Documentation.

All notices must be published in the Electronic System for Public Procurements (Sistemul Electronic de Achiziții Publice, or SEAP), a public electronic system where participants can access information on public procurement procedures. Contracting authorities must also publish a notice in the Official Journal of the European Union when the estimated value of the contract is equal to or greater than the legal thresholds.

The Prior Information Notice includes information such as the type of procedure (eg, simplified procedure, open procedure or solution contest), type of contract (eg, works or services), procedure status (eg, in progress or cancelled), a draft contract (eg, public procurement contract or framework agreement), Common Procurement Vocabulary (CPV) code, contracting authority, and time limit for submitting tenders. This notice is accompanied by the Award Documentation.

The Award Documentation serves as a guidebook for every economic operator interested in participating in a public procurement procedure in Romania. It is published in SEAP so that all economic operators have equal access to it and can prepare their tenders accordingly. It establishes the main technical and financial requirements of the contract.

The Award Documentation is typically divided into two parts: a technical part and a financial part. The technical part includes specifications, the technical project of execution, the time schedule based on activities, and lists of materials and equipment. The financial part includes the financial conditions that must be met by the tenders, which must be correlated with the technical specifications described in the technical tender.

The Award Documentation also includes procedural rules and relevant information, such as standard forms and templates of documents to be presented by tenderers.

When a contracting authority wishes to purchase products, services, or works with a high degree of technical complexity, whether financial or contractual, or in areas with rapid technological progress, it has the right to organise a market consultation before initiating the award procedure by publishing a Consultation Notice on SEAP.

The authority may invite independent experts, other public authorities, or economic operators to help prepare for the purchase by providing information about the object of the contract and informing economic operators about purchase plans and requirements. This includes:

  • potential technical, financial, or contractual solutions for meeting the needs of the contracting authority;
  • aspects related to the contracting strategy, including batch division; and
  • the possibility of requesting alternative offers.

The contracting authority may use or implement suggestions received during consultations, provided that doing so does not distort competition or violate principles of non-discrimination and transparency.

The contracting authority is required to publish the outcome of the market consultation process on SEAP, but no later than the launch of the award procedure.

If a candidate related to the procurement procedure has provided suggestions to the contracting authority in relation to the preparation of the procedure, including during consultations, the authority must take necessary measures to ensure that the participation of the respective candidate does not distort competition.

Romanian law establishes the following types of procedures that can be used for public procurements:

  • open procedure;
  • restricted procedure;
  • competitive procedure with negotiation;
  • competitive dialogue;
  • innovation partnership;
  • negotiated procedure without prior publication;
  • solutions contest;
  • procedure applicable to social and other specific services; and
  • simplified procedure.

The contracting authority chooses the type of award procedure based on the criteria established by the law, such as:

  • the estimated value of the purchase;
  • the complexity of the contract/framework agreement to be awarded; and
  • the fulfilment of specific conditions provided by the law for each type of procedure.

If the estimated value of the purchase is equal to or greater than the legal thresholds, the contracting authority awards public procurement contracts by applying the open or restricted procedure.

The open procedure is generally suitable for less complex investments characterised by routine frequency, while the restricted procedure is suitable for more complex and non-routine purchases. The restricted procedure also involves an additional step during which the number of candidates is narrowed down based on clear selection criteria. The restricted procedure may be used when the contracting authority believes it will benefit from limiting the number of tenderers.

Under the law, the contracting authority has the right to directly purchase products or services if the estimated value of the purchase, excluding VAT, is less than RON270,120 (equivalent to EUR54,300), and to directly purchase works if the estimated value of the purchase, excluding VAT, is less than RON900,400 (equivalent to EUR180,900).

Even though this procedure does not fall under the European directives, the national legislature must ensure that the principles of non-discrimination, equal treatment and transparency are applied.

In the case of direct purchases, the contracting authority has the following obligations:

  • to use the electronic catalogue provided by SEAP or to publish an advertisement on its website or on SEAP, accompanied by a description of the products, services or works to be purchased, for purchases whose estimated value is more than RON200,000 (equivalent to EUR40,200), excluding VAT, for products and services, and RON560,000 (equivalent to EUR112,500), excluding VAT, for works; and
  • to consult at least three economic operators for purchases whose estimated value is more than RON140,000 (equivalent to EUR28,000), excluding VAT, for products and services, and RON300,000 (equivalent to EUR60,300), excluding VAT, for works, but less than or equal to the values mentioned above.

Besides obligations, the contracting authority has the following rights:

  • to purchase on the basis of a single tender if the estimated value of the purchase is less than or equal to RON140,000 (equivalent to EUR28,000), excluding VAT, for products and services, and RON300,000 (equivalent to EUR60,300), excluding VAT, for works; and
  • to pay directly, on the basis of the legal commitment, without prior acceptance of a tender, if the estimated value of the purchase is less than RON9,000 (equivalent to EUR1,800), excluding VAT.

Law No 98/2016 establishes a general rule for publication and transparency in all phases of public procurement procedures. Contracting authorities are required to publish the following notices in SEAP, where they can be accessed by all participants:

  • prior intention notices (before starting the procedure) within 30 days of the end of each trimester;
  • contract notices (to invite economic operators to participate in the procedure) 35 days before the deadline for submission of tenders; and
  • contract award notices (regarding the results of the procurement procedure) within three days of the awarding decision to each candidate, while the final report is to be published within three days in SEAP.

Contracting authorities must also publish a notice in the Official Journal of the European Union if the estimated value of the contract/framework agreement is equal to or greater than the thresholds of RON27,334,460 (equivalent to EUR5,493,800) for works contracts and RON1,090,812 (equivalent to EUR219,200) for services contracts.

During the procedure, certain documents are published in SEAP to ensure transparency, including:

  • the Award Documentation which is published for all economic operators to consult and prepare their tenders under conditions of equality;
  • clarifications and answers thereto, which can include changes to the tendering conditions or explanations;
  • errata notices, containing corrections of any mistakes that may have slipped into the documentation; and
  • the Final Report of the Procedure, which announces the winner of the procedure; its publication marks the beginning of the seven or ten-day term for parties to file a complaint against the result of the procedure.

Any decisions rendered by jurisdictional bodies regarding complaints against the result of the procedure are also published, with the names of the parties anonymised.

Open Procedure

Following the publication of the contract notice, tenderers have 35 days to submit their tenders. If the tenders are submitted electronically, the time limit can be reduced to 30 days, or 15 days in emergency situations.

Restricted Procedure

In the case of a restricted procedure, which involves two stages, the time limits are as follows:

First stage

  • 30 days to submit a request for participation from the publication of the contract notice; or
  • ten days from the date of the contract notice if a prior information notice was published between 35 days and 12 months before the contract notice.

Second stage

Where only the selected candidates are going to participate and submit their tender:

  • the tender must be submitted within 30 days from the invitation to participate; or
  • 25 days if the tender is submitted electronically.

Emergency situations

In emergency situations, the time limits are 15 days from the contract notice for the first stage, and ten days from the invitation to participate for the second stage.

Simplified Procedure

The minimum period between the date of submission of the notice of participation and the time limit for submission of tenders is as follows:

  • ten days for contracts for services or products;
  • six days for contracts for low-complexity products; and
  • 15 days for works contracts.

Emergency situations

In emergency situations, the time limit can be reduced to six days for services or products, and nine days for works.

Competitive Procedure With Negotiation

First stage

  • 30 days to submit a request for participation from the publication of the contract notice in the Official Journal of the European Union; or
  • ten days from the date of the contract notice if a prior information notice was published between 35 days and 12 months before the contract notice.

Second stage

The selected participants have 30 days from the date of submission of the invitation to participate, which can be reduced to 25 days if the tender is submitted electronically.

Emergency situations

In emergency situations, the time limit can be reduced to 15 days for the submission of requests to participate, while for the submission of initial tenders, it can be reduced to a period of ten days from the date of transmission of the invitation to participate in the second stage of the procedure.

Competitive Dialogue and Innovation Partnership

The time limit is 30 days from the date of submission of the notice of participation in the Official Journal of the European Union.

The qualification process arises in any award procedure, while the selection process only takes place when it is necessary to limit the number of qualified candidates. Therefore, the selection process is only necessary in the case of multi-stage award procedures; ie, restricted procedures, competitive negotiation, competitive dialogue and innovation partnership.

The qualification criteria verify if the tenderers have the concrete ability to perform the contract.

Selection criteria are designed to sort the qualified economic operators and select those with the best economic and financial, technical, and/or professional capacity. The selection, qualification, and award criteria must be linked to the requirements of the Award Documentation and must reflect the nature and complexity of the public procurement contract.

Contracting authorities often look at similar experience as a criterion for qualification or selection, as it allows them to assess whether economic operators have successfully completed tasks similar to those required by the contract. However, it is essential to differentiate between similar and identical experience. Requiring tenderers to have experience in exactly the same type of contract would be excessively restrictive and violate the principle of proportionality in public procurement procedures.

Under Romanian public procurement regulation, the contracting authority has the right to restrict participation in the awarding procedure when it comes to restricted procedure, competitive procedure with negotiation, competitive dialogue and innovation partnership.

In these cases, the contracting authority has the right to limit the pool of candidates who meet the qualification and selection criteria to a select number who will be invited to submit initial tenders, provided that a certain minimum number of candidates sufficient to ensure effective competition is ensured. The legislature has determined that a minimum number of five candidates is sufficient to ensure effective competition in restricted procedures, while a minimum number of three candidates is sufficient in competitive procedures with negotiation, competitive dialogue procedures and innovation partnership procedures.

The evaluation phase of a procurement process involves the qualification and selection processes, where the fulfilment of criteria previously established by the contracting authority is evaluated.

The grounds for exclusion, qualification criteria, selection criteria, and award criteria all play important roles in this phase. The grounds for exclusion serve to establish who should be excluded from the award procedure. The qualification criteria serve to establish who has the capacity to execute the contract. The selection criteria work in conjunction with the qualification criteria to identify those who have the necessary capacity and should submit offers in the next phase. Finally, the award criteria serve to answer the crucial question of which economic operator will fulfil the procurement objectives in the most efficient way.

The evaluation factors established by the Award Documentation must include objective award criteria that ensure proportionality on two levels:

  • firstly, in relation to the advantage conferred on the contracting authority by awarding the contract to a particular bidder; and
  • secondly, satisfying the interest of the successful tenderer by providing a framework to enable the efficient execution of the public procurement contract and the operator to collect the economic benefits that motivated it to bid for that contract.

The latter is often overlooked by contracting authorities, who justify their decisions only based on the satisfaction of the public interest. This argument is, in principle, correct – the public interest plays an important role in any public procurement procedure and its satisfaction is the mediated purpose of any procedure. However, it is equally true that the relationship established by the public procurement contract must be a balanced one, based on the principle of contractual co-operation and promoting the effective and successful execution of the contract. Frequently, the need for control is prioritised, at the expense of equity, potentially resulting in excessive burdens placed on the contractor during the negotiation of the contract model.

The award criteria listed in Article 187 of Law No 98/2016 include:

  • best price-quality ratio;
  • best cost-quality ratio;
  • lowest cost; and
  • lowest price.

The general nature of these terms provides contracting authorities with a wide range of options when defining the award criteria. For example, when using the best ratio of quality to price as the award criterion, the meaning of “quality” can vary depending on the specific contract. It could refer to the duration of the project, the use of specific materials, or the relevant experience of the tenderer, among other factors.

The contracting authority shall exclude from the contract award procedure any economic operator that:

  • has infringed mandatory environmental, social and labour regulations laid down by legislation adopted at the EU, national or conventional level;
  • is in insolvency proceedings or is being wound up, is under court supervision or has ceased trading;
  • has committed serious professional misconduct which calls into question its integrity;
  • has entered into agreements with other economic operators which aim to distort competition;
  • is subject to a conflict of interest in connection with or in relation to the procedure in question;
  • has caused a distortion of competition resulting from its previous participation in the preparation of the award procedure;
  • has been in serious or repeated breach of its principal obligations under a public contract;
  • has been guilty of misrepresentation in the information supplied at the request of the contracting authority; or
  • has attempted to unlawfully influence the contracting authority’s decision-making process;
  • has obtained confidential information; or
  • has negligently supplied incorrect information.

With regard to almost all of these grounds for exclusion, the law provides that the contracting authority is obliged to request clarifications and the economic operator may submit any type of documentation proving that it has the capacity to perform the future contract and that it has regained its credibility on the market by implementing concrete measures to remedy the causes that led to the above situations.

Law No 98/2016 lays down general provisions for publication and transparency regarding the evaluation methodology, which cannot be modified after publication in SEAP.

The evaluation methodology allows the contracting authority to request clarifications from tenderers during the evaluation process.

These clarifications may concern small omissions, arithmetical errors, unclear formulations, or other related matters. However, it is important to note that the purpose of the clarification procedure is only to provide details on elements already present in the tenders, and does not permit modification or addition to the tenders.

The contracting authority must inform both the selected and the rejected bidders of the outcome of the selection process. The Authority must communicate the results to each candidate within three days of the issuing of the decision.

In the communication, the contracting authority must inform each rejected candidate about the concrete reasons for the rejection.

Following the general rule on communication, the written notice of rejection must be transmitted electronically or, in exceptional cases, by other means.

The contracting authority must send to the successful tenderer, within three days from the issuing of the decision, a communication on the acceptance of its tender, stating its agreement to conclude the public procurement contract/framework agreement.

The authority shall issue its decision through the Final Procedure Report. The report must be drafted within a period not exceeding:

  • 60 days from the time limit for submission of tenders, in the case of an open procedure, restricted procedure, innovation partnership and solution contest;
  • 20 days from the time limit for submission of tenders, in the case of the simplified procedure and the negotiated procedure without prior publication; or
  • 100 days from the time limit for submission of tenders, in the case of competitive dialog and competitive procedure with negotiation.

There is no such obligation under Romanian public procurement law.

Under Law No 101/2016, the legal waiting period for the conclusion of the contract should be at least:

  • 11 days from the day following the submission of the Contract Award Decision to the interested parties if the estimated value of the public procurement procedure is higher than the thresholds; and
  • eight days when the estimated value is less than the legal thresholds.

Law No 101/2016 regulates the remedies and the procedure for challenging an award in public procurement, in accordance with the European Directive 89/665/EEC.

The Romanian legislature provides two ways of access to justice:

  • the administrative-jurisdictional procedure before the National Council for Solving Complaints (Consiliul Național de Soluționare a Contestațiilor, or CNSC); and
  • the judicial procedure before national courts of law.

The economic operator is free to choose the most suitable procedure from the two options. The main difference between the two relates to costs:

  • The CNSC is free of charge, but requires the establishment of a security.
  • The national courts do not require security, but there is a legal fee of 2% of the estimated value of the contract, but not more than RON100,000,000 (equivalent to EUR20,000,000).

Remedies That may be Granted by the Contracting Authority

Once the contracting authority has received the complaint, it may take any remedial action deemed necessary within three days (eg, cancelling and redoing an evaluation report in which a tenderer’s score was wrongly calculated, or revoking a rejection decision).

If an objector believes that the remedies adopted by the authority fully address their concerns, they should submit a request for waiver of the complaint. This will result in no further action being taken on the complaint, and the authority will no longer need to provide its viewpoint on the matter.

However, if the remedies only partially address the issues raised, the objector may submit a request to the CNSC and the authority to express their views on a partial waiver of the complaint. This means that the CNSC will continue to examine and decide on the remaining aspects of the complaint.

Remedies That may be Ordered by the CNSC

First of all, it is important to note that under the sanction of absolute nullity, the contracting authority is entitled to conclude the contract only after the communication of the solution by the CNSC.

The CNSC will first rule on the exceptions raised and then examine the complaint in terms of its legality and merits.

If the CNSC admits the complaint, it may order:

  • annulment of the contested act in whole or in part;
  • remedial measures to restore legality, in which case the CNSC will clearly indicate the limits of the remedial measures to be taken by the authority and the time limit within which the authority is to comply with the CNSC’s decision; or
  • annulment of the award procedure when it is not possible to remedy it.

There are two statutory exceptions:

  • when the objector requests the adoption of remedies, and the CNSC considers that they are not sufficient to restore legality and orders the annulment of the award procedure; and
  • when the CNSC observes that, in addition to the acts challenged by the objector, there were other acts that violated the public procurement regulation and acts that were not referred to in the complaint; in this case, it will refer the matter to ANAP and the Court of Auditors under Article 26(4) of Law No 101/2016.

If, after the CNSC’s decision on remedies, the authority finds that it cannot comply with the CNSC’s decision without affecting the principles laid down in the public procurement regulation, it is legally obliged to cancel the award procedure.

In the event of a dispute, the CNSC has the power to suspend the award procedure. To do so, three conditions must be met:

  • there must be a well-founded case;
  • the suspension must be aimed at preventing damage; and
  • the damage must be imminent.

If the CNSC grants the request for suspension, the award procedure is provisionally suspended, and no further steps can be taken until the complaint is resolved.

It is important to note that the CNSC can only suspend the award procedure at the request of an interested party. The contracting authority is required to provide its viewpoint on the request and may also order the suspension of the award procedure upon its own motion.

The CNSC must make its decision within three days of the suspension request, and the decision can be appealed within five days of the decision before the Court of Appeal.

Anyone who believes that their rights or legitimate interests have been affected by a contracting authority’s act may file a complaint. According to Law No 101/2016(3)(1)(f), a person may be considered injured if they are an economic operator with an interest in an award procedure and have suffered or risk suffering prejudice due to an act of the contracting authority that can produce legal effects or the failure to resolve a request concerning an award procedure within the legal timeframe.

To be considered an injured party, two conditions must be met: interest and prejudice. As a result, third-party supporters, subcontractors, or suppliers cannot challenge the authority’s decisions instead of the tenderer because they do not have a direct interest in the case’s resolution.

If the tenderer is an association, any member of the association may challenge the awarding authority’s decision.

The time limits for challenging an illegal act of the authority are set by Article 8 of Law No 101/2016:

  • If the estimated value of the procurement procedure is equal to or greater than the thresholds requiring contract notices to be published in the Official Journal of the European Union per the public procurement regulation, the time limit is ten days.
  • If the estimated value is below these thresholds, the time limit is seven days.

According to the ANAP Activity Report, the average length of proceedings relating to a procurement claim was 29 days before the CNSC and 34 days before national courts.

According to the CNSC Annual Report, in 2022, 3,247 claims were brought before the CNSC.

No legal fee is required. The cost is based on a security to be deposited in a Romanian bank account. The amount of the security varies based on the estimated value of the contract:

  • 2% of the estimated value of the contract, when the value is lower than the thresholds, but no more than RON35,000 (equivalent to EUR7,000) for complaints submitted up to the deadline for submission of tenders, and no more than RON88,000 (equivalent to EUR17,700) for complaints submitted after the deadline for submission of tenders; or
  • 2% of the estimated value of the contract, when the value is equal to or greater than the thresholds, but no more than RON220,000 (equivalent to EUR44,200) for complaints submitted up to the deadline for submission of tenders, and RON2,000,000 (equivalent to EUR402,000) for complaints submitted after the deadline for submission of tenders.       

The law allows for amendments to a public procurement contract without the need for a new procurement procedure in any of the following situations:

  • if there is a revision clause in the initial Award Documentation, which can also include price adjustments;
  • if new services or works not included in the initial Award Documentation became necessary in the context of the project, provided that they do not exceed 50% of the initial value of the contract;
  • if the amendment was unforeseeable by a diligent contracting authority, provided that it does not change the general character of the contract and does not exceed 50% of the initial value of the contract;
  • if the original contractor can be replaced with another contractor, as provided for in the revision clause in the Award Documentation, or with one of its subcontractors (the original contractor is automatically substituted by its legal successor); also, the original contractor can be substituted by one of its subcontractors, who assumes the contractor’s rights and obligations under the public procurement contract; or
  • if the amendment is needed, but it is not substantial; an amendment is considered to be not substantial if it meets the following conditions:
    1. the amendment does not affect the fulfilment of the qualification or selection criteria regarding the application of the award criteria;
    2. the amendment does not modify the price of the public procurement contract;
    3. the amendment is absolutely necessary for the finalisation of the project; and
    4. the amendment does not modify the purpose of the public procurement contract.

When any of these situations arise, the contracting authority and the contractor can agree on an amendment of the contract through, for example, an addendum that establishes the modifications in detail.

Apart from the special cases of termination of public procurement contracts detailed in 5.3 Prerogatives of the Awarding Authority, Law No 98/2016 does not establish the grounds on which contracts can be terminated, as the provisions of common termination grounds regulated by Romanian Civil Code apply (eg, performance of the contract, expiry of the term, fulfilment or, as the case may be, non-fulfilment of a condition, fortuitous impossibility of performance, etc).

Under Romanian public procurement regulation, contracting authorities have a number of special prerogatives, given the public nature of the contract.

Firstly, the contracting authority has the right to unilaterally terminate the contract in one of the following situations:

  • if the contract is modified and the conditions for amending a public procurement contract without a new public procurement procedure are not met;
  • the contractor is, at the time of the award of the contract, in one of the situations which would have led to its exclusion from the award procedure, as detailed in 2.11 Exclusion of Tenders; or
  • the contract should not have been awarded to that contractor due to a serious infringement of obligations of the relevant European legislation and established by a decision of the Court of Justice of the European Union.

Secondly, the contracting authority has the right to declare a tender non-compliant, and to eliminate the economic operator from the awarding procedure, if the tender contains proposals to amend the contractual terms which the contracting authority has laid down in the award documentation, which are clearly disadvantageous to the authority, and the tenderer, despite having been informed of the situation, does not agree to waive those terms.

Lastly, the contracting authority has the right to issue documents, including during the contract period, every 90 days after the contract has been signed, which shall record at least the status of the contract and, where appropriate, any delays/deficiencies in the implementation of the contract, as well as any damage caused by the contractor’s fault. These interim documents shall have the same effect as the documents issued on completion of the contract.

In a recent case filed before the CNSC, the Council stated that the obligation of transparency prohibits the contracting authority from rejecting a tender that complies with the requirements of the documentation on grounds that were not provided for in the documentation. The CNSC also noted that even if specific activities under the contract require certain licenses or personnel qualifications, the contracting authority must explicitly request such evidence during the tender submission stage. Failure to do so means the successful tenderer must fulfil these requirements during contract execution, not at the tender stage.

An important recent decision ruled that imposing selection or qualification criteria that have a restrictive effect, such as requiring members of the team of specialists or project managers to have three years of professional experience in the public sector, is illegal. This is because it may unfairly benefit certain candidates and limit competition in the procurement process (in the case examined, two of the three tenders submitted were rejected as unacceptable).

Through a mandatory decision, the Romanian High Court of Cassation and Justice established that when reevaluation is required, the contracting authority should only consider the criteria that led to disqualification and not any additional criteria, as long as the evidence submitted shows that they have already been considered.

Another important recent decision has established that it is not legal for a contracting authority to request clarifications in order to bring changes to the selection or qualification criteria, or to artificially create additional conditions.

A draft law under consideration proposes to include the workforce of an economic operator as an evaluation factor in assessing award criteria for public procurement contracts. This consideration would be in addition to the existing criteria, which encompass technical advantages, aesthetic and functional characteristics, accessibility, the organisation, qualifications, and experience of staff appointed for contract execution, as well as after-sales services, technical assistance, and delivery conditions. The explanatory statement of the draft law highlights that its primary objective is to broaden access to the award procedure for economic operators. Particularly, it aims to assist those operators who possess the necessary workforce to perform the contract but currently do not meet the criteria to submit a tender.

Public procurement regulation undergoes frequent amendments, with the most common changes relating to adjustments of the value thresholds to account for factors such as inflation and exchange rates. Additionally, time limits and costs associated with appeals are also subject to frequent legislative changes.

Recent amendments to the public procurement regulation include increasing the value of the thresholds regulated by Article 7 of Law 98/2016, from RON26,093,012 (equivalent to EUR5,308,000) to RON27,334,460 (equivalent to EUR5,493,800) for works contracts and from RON1,042,363 (equivalent to EUR212,100) to RON1,090,812 (equivalent to EUR219,200) for products and services contracts.

Oglindă & Partners

17th Mantuleasa Street
2nd District
Bucharest
Romania

+4 037 147 09 03

+4 037 160 30 23

office@oglindalawyers.ro www.oglindalawyers.ro
Author Business Card

Trends and Developments


Authors



Popovici Nițu Stoica & Asociații is a leading independent Romanian law firm. Established in 1995 as one of the first incorporated partnerships, the firm brings together strong local talent, with exceptional credentials, outstanding track records and distinguished careers in law, business and academia. The Bucharest office is staffed by a team of 70 skilled lawyers and tax advisers. Traditionally focused on the private sector and foreign investment projects, Popovici Nițu Stoica & Asociații is widely recognised by both industry observers and peers as a leading transactional law firm among market leaders. The firm has consistently participated in the majority of M&A transactions in Romania across a diverse range of industries, including energy, healthcare, retail, IT, financial services, telecoms and real estate.

Overview of the Previous Year

Following a year of intense legislative activity in 2022, 2023 saw continued progress on reforms and revisions initiated in the previous year. This accelerated pace was driven by the need to meet milestones and goals set out in Romania’s National Recovery and Resilience Plan (NRRP).

On 12 June 2023, the Romanian government approved the National Strategy for Public Procurement for 2023-2027 (the “Strategy”). This document, having undergone public consultation in March 2023, was approved with its structural and conceptual framework largely unchanged from what was outlined in our 2023 Trends article.

While some important PNRR milestones, also defined as strategic directions within the Strategy, have been reached, there is a clear lack of co-ordination in their implementation. Additionally, delays have surfaced that will need to be addressed in 2024.

Furthermore, the European Commission has raised potential infringement issues with some of the more controversial legal amendments introduced in 2022. These concerns will need to be resolved, with the formal notice procedure expected to conclude in 2024.

Finally, 2023 saw a renewed interest in implementing Public-Private Partnership (PPP) projects. This was evidenced by the development of new guidelines and the adoption of legal amendments. Full implementation of these changes is anticipated in 2024.

National Public Procurement Strategy

Upon its adoption, the Strategy reaffirmed several key directions that were previously highlighted in our 2023 Trends article. These include:

  • expanding strategic public procurement (promoting green, innovative and social procurement);
  • enhancing the professionalism of procurement staff by setting high performance standards for procurement officials;
  • increasing procurement transparency;
  • stimulating the digital transformation of the procurement process; and
  • creating centralised purchasing units (CPUs) at the local level.

Throughout 2023, Romania has begun taking initial steps to realise some of these objectives, laying the groundwork for future trends that are likely to emerge in 2024 and beyond. The main milestones within the Strategy, their implementation and potential trends to be seen in 2024 are analysed below.

Strategic procurement: aimed at increasing the use of sustainable (green), inclusive and innovative procurement

As highlighted in our 2023 Trends article, the Strategy prioritises strategic procurement practices. This approach aims to leverage a wide range of underutilised tools within national and European public procurement legislation to achieve greater sustainability and innovation. The Strategy specifically focuses on expanding the use of green and innovative procurement, as well as social contracts, by integrating them into strategic procurement planning.

To this end, during 2023, the National Agency for Public Procurement (Agenția Națională pentru Achiziții Publice, or ANAP) took the first steps towards implementing green procurement. They launched public consultations on a set of ecological criteria for 11 products, including computers, paper, furniture, medical equipment, and vehicles.

These criteria were officially approved on 4 January 2024 through an ANAP President Order, establishing the first minimum ecological criteria that contracting authorities must consider in such procurements. Subsequently, Government Emergency Ordinance 3/2024 repealed Law No 69/2016 on green public procurement in light of the Strategy’s implementation.

As a result, 2024 marks the beginning of public procurement under these new green procurement rules. While the full impact will likely unfold in the coming years, concerns have already been raised regarding their implementation during the initial two months. Some contracting authorities seem to be misinterpreting or misapplying the new ecological criteria.

Progress in inclusive and innovative procurement, however, remains stagnant. Despite proposals initiated in 2022 and 2023, there have been no significant advancements in 2023, and no clear trends are yet visible for 2024. This slow progress toward strategic procurement might also be attributed to delays in implementing milestones outlined in the NRRP and the Strategy, particularly those related to professionalising public procurement personnel (discussed below).

Given these circumstances, significant advances in strategic procurement adoption are unlikely in 2024. However, the proper implementation and management of the new green procurement rules could pave the way for achieving this goal in the future.

Expanding centralised procurement

The Strategy aims to broaden the scope of centralised procurement, particularly in the health, education, transport and digitalisation sectors, in line with the directions envisaged for strategic procurements.

As anticipated in our 2023 Trends article, given that these sectors are also NRRP priorities, 2023 witnessed rapid developments, at least in terms of establishing the institutional framework for centralised procurement.

During 2023, four centralised procurement units have been implemented in the Cluj Napoca, Brasov, and Bihor municipalities, as well as the Bucharest District 6 municipality. ANAP has granted support for the establishment of these units, including the development of operational procedures, workflows, and training for the newly established units.

The creation of these units appears to be a pilot project with two objectives: to encourage this type of procurement and to test the feasibility of centralised purchasing. We expect new guidelines and directions regarding centralised procurement to emerge in 2024, especially concerning the types of products and services best suited for this approach.

Digitalisation of the public procurement portal: improving transparency, monitoring, supervision and control functions of the public procurement system

The Strategy aims at improving the functionality of the public procurement portal (SEAP) by:

  • defining an adequate level of data sharing to be implemented within the system for improved transparency; and
  • ensuring better data collection from all institutions involved in public procurement processes, including reports from courts and other control bodies, and integrating this data within SEAP.

2023 witnessed the first steps toward this ambitious and long-overdue initiative. While progress has been reported, it has been slower than anticipated.

Specifically, data collection and interoperability with other systems reached 85% completion in December 2023, according to ANAP. The technical solution has been built, tested, and is ready for integration into SEAP. However, the remaining 15% requires collaboration from various institutions managing the data to be integrated (eg, the National Fiscal Agency, the National Council for Solving Complaints, the Ministry of Internal Affairs, the National Integrity Agency, and the Commerce Register).

Previous collaboration efforts between Romanian public institutions for data integration have yielded limited results or faced lengthy and cumbersome processes. However, since SEAP’s interconnectivity and interoperability with other databases is a critical milestone for NRRP implementation, 2024 could yield more progress in this regard.

Regarding overall improvements to SEAP’s functionalities, the target completion date is the first quarter of 2025. The first 15% of the milestone, representing the initial software requirements specifications, was achieved in 2023. If there are no further delays in 2024, an improved version of the system might be launched in 2025.

Upgrading SEAP is essential for the entire Romanian public procurement system to achieve the Strategy’s goals. A more robust SEAP will serve as an indispensable tool for ensuring transparency and monitoring the effectiveness of procurement processes.

Professionalising public procurement personnel

Professionalising public procurement personnel has been a strategic priority since at least 2015. The Strategy reiterates this goal, and initial steps were taken toward achieving it in 2023.

However, the ANAP report on NRRP implementation at the end of 2023 indicates a delay in the milestone related to professionalisation of procurement personnel. This delay is attributed to a lack of funding, and the revised completion timeframe is now the first and second quarters of 2024.

These delays could create imbalances within the Strategy and NRRP implementation. The structural changes being introduced may not be effectively absorbed by contracting authorities, who remain unprepared for complex procurement processes. Failure to make rapid progress on personnel professionalisation could hinder the Strategy’s core objective – the drive toward strategic procurement.

Commission Infringement Letter

On 18 October 2023, the European Commission initiated, through a letter of formal notice (INFR(2023)2114), infringement procedures against Romania for non-compliance of its national rules with EU legislation on public procurement.

Although the full content of notice INFR(2023)2114 is not accessible, it seems that the Commission’s notice focused on legal amendments introduced in 2022 that allowed wider use of negotiated procedures without prior publication, as well as the amendment of public procurement and sectorial procurement contracts.

Romania was granted two months to address these concerns. The deadline was initially 18 December 2023 (with additional issues raised by the Commission in the meantime), and subsequently extended to 18 February 2024.

On 19 February 2024, ANAP published on its website the draft of an Emergency Government Ordinance for the amendment of public procurement and sectorial procurement legislation with the purpose of addressing the issues raised by the European Commission. The ordinance is in the public consultation stage until 29 February.

At time of writing, this draft ordinance has not yet been adopted. Moreover, on 24 April 2024 the European Commission issued an additional letter of formal notice to Romania for non-compliance with Eu public procurement rules. As per the available information within the Commission official statements, Romania has been called, amongst others, to address issues such as restrictions to operators' rights. The same two months deadline applies to Romania's addressing these additional issues.

Further, the very active legislative year of 2022, wherein most of the amendments that we may assume are related to these subsequent letters of formal notice have been adopted, the Commission actions should prompt the legislators to more carefully approach further legal amendments to the legal procurement framework. Within the current context – wherein major projects are to be deployed – and given the state's incumbent obligation to ensure a predictable legislative framework, also compliant with EU legislation and to fulfill the legitimate expectations it has created, the legislator's ultimate decision is awaited with particular interest as it may signal  the extent to which it is prepared to meet the declared development objectives.

Non-compliance with EU public procurement legislation can significantly hinder the implementation of the NRRP and other major projects funded by the EU. Additionally, the impact of the non-compliant legal provisions remains to be assessed.

Renewed Interest in Public–Private Partnership Projects

Public-private partnerships (PPP) have been on the government’s agenda for over two decades, yet no project has been successfully implemented.

Despite continuous efforts to “improve” the legal framework, the administration appears to have finally recognised in 2022 and 2023 that the main obstacle lies not in the legislation itself, but in a lack of administrative capacity.

To address this, a technical assistance programme provided by the European Commission’s DG REFORM ran from 14 December 2021 to 5 December 2023. This programme developed guidelines based on international best practices for PPPs. These guidelines are intended to provide a smoother path for potential public partners with limited expertise or experience.

Furthermore, in January 2024, the Romanian Parliament finally approved Government Emergency Ordinance No 39/2018 on public-private partnerships (after more than five years since its initial introduction). The ordinance includes amendments aimed at removing certain restrictions on PPP implementation. Notably, one new amendment eliminates the previously set 25% maximum threshold for public partner contributions to project financing.

These amendments necessitate an update to the December 2023 guidelines, along with their formal approval by the Minister of Finance within six months (by July 2024).

While previous revivals of interest in PPPs yielded no significant results, the administration seems to have developed a better – albeit still theoretical – understanding of such projects.  They might be prepared to pursue more practical action plans.

However, the timing of these plans in relation to upcoming elections and their alignment with NRRP goals and milestones will determine whether we see any concrete steps towards PPP implementation in 2024 and beyond.

Conclusion

2023 laid the groundwork for structural reforms in Romania’s public procurement system. 2024 is expected to witness progress on key public procurement milestones outlined in the Strategy and the NRRP.

We can anticipate a stronger emphasis on centralised procurement and green procurement. Contracting authorities will likely face an adjustment period as they gain a deeper understanding of the scope and application of ecological criteria. However, significant advancements in inclusive and innovative procurement are still unlikely due to the slow pace of measures aimed at improving administrative capacity.

The comparatively rapid progress in digitalisation may pave the way for better utilisation of integrated data. This could allow for appropriate revisions to the steps needed to achieve strategic procurement.

In conclusion, Romania’s public procurement system will continue its ongoing review process in 2024, with key milestones potentially leading to significant improvements or strategic shifts. While initial steps towards these upgrades are already underway in 2024, based on past experiences, caution is warranted regarding the full completion of all envisaged milestones.

Moreover, the on going infringement procedure initiated by the European Commission presents Romania with the opportunity of a compliance check, which, if properly managed, might strengthen the core of the system and ensure improved stability.

Popovici Nițu Stoica & Asociații

239 Calea Dorobanti
6th Floor
1st District
Postal Code 010567
Bucharest
Romania

+40 21 317 79 19

+40 21 317 85 00

office@pnsa.ro www.pnsa.ro
Author Business Card

Law and Practice

Authors



Oglindă & Partners is a boutique Romanian law firm specialising in public procurement, international arbitration and construction law. Its lawyers co-ordinated the first emergency arbitrator procedure in Romania. In the last 20 years, they have been involved as lawyers or arbitrators in over 300 arbitration cases before Romanian and foreign arbitral institutions such as the ICC, VIAC, LCIA, SCC and SHAC. The public procurement team, based in Bucharest, is composed of four members and led by Eugen Sarbu. With eight years of experience in the field, this team of public procurement experts offers assistance to private and public entities throughout all stages of the award procedure, from drafting tenders to clarification and evaluation. The team has extensive experience and know-how in representing domestic and international bidders to challenge and defend procurement decisions before the Romanian Council and courts of law.

Trends and Developments

Authors



Popovici Nițu Stoica & Asociații is a leading independent Romanian law firm. Established in 1995 as one of the first incorporated partnerships, the firm brings together strong local talent, with exceptional credentials, outstanding track records and distinguished careers in law, business and academia. The Bucharest office is staffed by a team of 70 skilled lawyers and tax advisers. Traditionally focused on the private sector and foreign investment projects, Popovici Nițu Stoica & Asociații is widely recognised by both industry observers and peers as a leading transactional law firm among market leaders. The firm has consistently participated in the majority of M&A transactions in Romania across a diverse range of industries, including energy, healthcare, retail, IT, financial services, telecoms and real estate.

Compare law and practice by selecting locations and topic(s)

{{searchBoxHeader}}

Select Topic(s)

loading ...
{{topic.title}}

Please select at least one chapter and one topic to use the compare functionality.