Public Procurement 2024

Last Updated April 09, 2024

Switzerland

Law and Practice

Authors



Homburger is one of the largest Swiss law firms, with more than 160 experts. The firm acts as trusted adviser to companies and entrepreneurs based or doing business in Switzerland on all aspects of commercial law, including the full spectrum of corporate and financing transactions, antitrust, in-court litigation and arbitration, regulatory proceedings and investigations, and tax law. Homburger’s practice in the public procurement sector involves advising clients on all issues of public procurement law and representing them in court proceedings. Special areas of focus include construction services, IT procurements, energy, infrastructure, and transport services. The firm’s procurement specialists are members of the relevant industry associations, such as the Swiss Association for Public Procurement Law.

Switzerland is a signatory to the WTO Government Procurement Agreement (GPA) and the Bilateral Agreement between the EU and Switzerland on Certain Aspects of Government Procurement (BilA), both of which contain congruent rules applicable to public procurements in signatory states. These basic rules have been implemented in Switzerland by a set of national statutes. For procurements at the federal (ie, central state) level, the rules are included in the Act on Public Procurement (Bundesgesetz über das öffentliche Beschaffungswesen) and have been further detailed in the Ordinance on Public Procurement (Verordnung über das öffentliche Beschaffungswesen), both of which were revised and entered into force on 1 January 2021. For procurements at the cantonal and municipal level, the rules are included in the Intercantonal Agreement on Public Procurement (Interkantonale Vereinbarung über das öffentliche Beschaffungswesen), the 2001 version of which was revised in 2019. Most of the cantons have adhered to the 2019 version of the Agreement and have incorporated it into their cantonal legislation. However, there are some notable exceptions, including the cantons of Geneva and Ticino and some cantons that are still in the process of adhering to the 2019 version of the Agreement. Therefore, it must be assessed for each canton separately whether or not the 2019 version has entered into force.

Generally, all procurements by Swiss public entities are subject to the rules on public procurement law, which also apply to certain non-public entities if they are performing public tasks and are subsidised with public funds or controlled by public entities.

The entities that are subject to procurement law include:

  • the federal government and its departments and offices;
  • cantons and municipalities;
  • institutions of public law at the cantonal and municipal level (eg, public building insurance or associations of municipalities);
  • public and licensed private “sector enterprises” in the water, energy, transport and telecommunication sectors;
  • other holders of cantonal or municipal functions; and
  • suppliers of goods, services and construction services that are subsidised with public funds to more than 50% of the overall costs.

Cantons and municipalities, institutions of public law at the cantonal and municipal level and other holders of cantonal or municipal functions are exempted from the rules of public procurement law in so far as the procurement pertains to the commercial or industrial activities of these entities through which they are in full competition with other private providers.

The procurement rules apply to “public contracts” – ie, contracts between public entities, who themselves are subject to the procurement regulations, and tenderers for the performance of a public task. Public contracts involve financial compensation in return for the supply of goods, work or services. The delegation of a public task or the granting of a concession is deemed to be a public contract if it conveys exclusive or special rights that the tenderer exercises in the public interest. Contracts by which public entities sell goods or services are not subject to the procurement regulations. The applicable procurement procedure differs according to the value of a procurement.

Procurements in Scope of the International Thresholds

Based on the applicable international agreements (ie, the GPA and BilA), procurements meeting the following thresholds require the open or selective procedure. These thresholds are subject to adaptations by the government and are partly different for “sector enterprises”. For procurements at the federal level, the thresholds are currently set as follows:

  • CHF230,000 for deliveries, and CHF700,000 (GPA) or CHF640,000 (BilA) for “sector enterprises”;
  • CHF230,000 for services, and CHF700,000 (GPA) or CHF640,000 (BilA) for “sector enterprises”; and
  • CHF8.7 million for construction services.

For procurements at the cantonal and municipal level, the thresholds are set as follows:

  • CHF350,000 for deliveries, and CHF700,000 (GPA) or CHF640,000 (BilA) for “sector enterprises”;
  • CHF350,000 for services, and CHF700,000 (GPA) or CHF640,000 (BilA) for “sector enterprises”; and
  • CHF8.7 million for construction services.

Procurements Below the International Thresholds

The international agreements and the rules provided therein are not applicable for procurements with a value below these thresholds. However, when implementing the international rules into Swiss law, the Swiss legislator decided to lower the international thresholds. These national thresholds, which are also subject to adaptations by the government, are currently as follows.

  • Free-hand awards can be made:
    1. for deliveries under CHF150,000;
    2. for services under CHF150,000;
    3. for construction work at the federal level under CHF300,000; and
    4. for construction work at the cantonal and municipal level:
      1. under CHF150,000 for secondary construction work; and
      2. under CHF300,000 for primary construction work.
  • Awards on invitation must be made:
    1. for deliveries of between CHF150,000 and CHF230,000 (federal level) or CHF250,000 (cantonal and municipal level);
    2. for services of between CHF150,000 and CHF230,000 (federal level) or CHF250,000 (cantonal and municipal level);
    3. for construction work at the federal level of between CHF300,000 and CHF2 million; and
    4. for construction work at the cantonal and municipal level:
      1. for secondary construction work of between CHF150,000 and CHF250,000; and
      2. for primary construction work of between CHF300,000 and CHF500,000.
  • Open or selective procedures must be chosen for the following:
    1. deliveries from CHF230,000 (federal level) or CHF250,000 (cantonal and municipal level);
    2. services from CHF230,000 (federal level) or CHF250,000 (cantonal and municipal level);
    3. construction work at the federal level from CHF2 million; and
    4. construction work at the cantonal and municipal level:
      1. for secondary construction work from CHF250,000; and
      2. for primary construction work from CHF500,000.

Certain cantons have further lowered these thresholds in their cantonal legislation.

Interested tenderers from other jurisdictions have a right to participate in a Swiss award procedure if their state of origin applies the same right to Swiss tenderers. This is, at least, the case for all signatory states of the GPA and BilA to the extent that the thresholds of applicability of these international agreements are reached.

The legislation aims for the cost-efficient use of public funds in an economically, ecologically and socially sustainable manner. Therefore, the procedural principles in the procurement legislation are designed to increase competition between bidders, while assuring their equal treatment and the transparency of the award procedure. These main principles – ie, the economic use of funds, the equal treatment and the transparency of the procedure vis-à-vis the bidders – govern the entire public procurement law and serve as interpretation guidelines for the implementation of the legislation.

As a result of these main principles, the rules applying to an individual public tender procedure must be established from the beginning in the call for tender and cannot be materially changed thereafter. Furthermore, they must be established in a way that ensures the equal treatment of bidders; accordingly, it is prohibited to design them in a manner that gives advantages to a particular bidder. Price negotiations with individual bidders are prohibited.

Calls for tender and subsequent awards must be published on simap.ch, the electronic platform shared by the federal government, cantons and municipalities for public procurement purposes. The publication of the call for tender must include the identity of the awarding entity, a description of the object procured, the deadline for submitting offers and the address where the tender documentation can be obtained. The publication of the award must mention the applicable procurement procedure, the object procured, the awarding entity, the name and address of the winner of the award, and the price of the winning offer.

An awarding entity is not generally excluded from carrying out preliminary market consultations before launching the contract award procedure, but it will have to ensure that it complies with the principle of equal treatment. It is obliged to disclose the results of the market consultation in the tender documentation. Furthermore, it will have to exclude from the award procedure all offerors who participated in the preparation of the award procedure if their competitive advantage cannot be compensated adequately in order to ensure equal treatment (see 2.11 Exclusion of Tenders). Therefore, both awarding entities and potential offerors will have to act very carefully in a market consultation if they want to avoid the exclusion of consulted offerors from the future award procedure.

The relevant Swiss legislation provides for four different types of award procedures:

  • the open procedure;
  • the selective procedure;
  • the procedure on invitation; and
  • the free-hand award.

Open and Selective Procedures

The most commonly used procedure is the open procedure, where the awarding entity publishes a call for tender. All interested bidders can participate in the open procedure.

The selective procedure also starts with the publication of a call for tender, but this call includes criteria for the pre-selection of bidders. Only bidders that apply for pre-selection and fulfil the respective criteria will be allowed to submit bids.

The open and selective procedures are strongly formalised in order to ensure that bidders are treated equally. After the call for bids has been published, the awarding entity regularly invites bidders to a meeting at which questions can be discussed. Thereupon, bids need to be submitted in an anonymised format and within the deadline set in the call for bids. After the opening of the bids, which must be documented in minutes, the awarding entity analyses the bids according to the pre-defined award criteria. The result will be formally notified to the bidders. The conclusion of the contract with the winning bidder must not take place before the applicable appeal deadline has expired.

Procedure on Invitation and Free-Hand Awards

The procedure on invitation applies to procurements that are outside the scope of international treaties. It is less formal. While the awarding entity must generally invite at least three bidders, it has a high margin of discretion in selecting which bidders it wants to invite.

The free-hand award is the most informal procedure, under which the awarding entity can simply choose, at its discretion, the company with which it wants to conclude a contract.

The Applicable Procedure and Exceptions

The applicable tender procedure is defined by the value thresholds (see 1.3 Types of Contracts Subject to Procurement Regulation). The awarding entity cannot freely choose the type of procedure. There are three exceptions.

  • The first exception pertains to the open and selective procedure. These two types of procedure are perceived as being equivalent so the awarding entity can freely choose either of them. In practice, awarding entities predominantly opt for the open procedure.
  • The second exception covers cases where the awarding entity decides to choose a more formal type of procedure than the applicable thresholds provide for – eg, an open procedure instead of a procedure on invitation. The awarding entity has the discretion to do so but, once it has chosen the more formal type of procedure for a certain procurement, it cannot switch back to the less formal type.
  • As a third exception, the applicable rules allow under certain conditions that a free-hand award can be made even though the threshold for a more formal procedure is met, including in the following cases:
    1. where only one possible supplier is able to perform the work due to technical reasons;
    2. where the procurement is urgent due to unexpected events that are not attributable to the awarding entity; or
    3. where replacing or supplementing an existing good or service would lead to substantial additional costs if a different supplier were chosen from the one that delivered in the past.

Legally, these free-hand exceptions must be construed restrictively – although, in practice, they are often used broadly by the awarding entities in order to avoid the burden of formal award procedures.

Negotiations and Auctions

The possibility for awarding entities to negotiate contracts is very limited; as a general rule, awarding entities have to award the contract to the bidder that offered the most advantageous bid. Bidding rounds are now forbidden. The assessment of the bids must be made exclusively based on pre-defined award criteria, with two exceptions:

  • in free-hand award procedures, awarding entities are free to negotiate prices; and
  • the new procurement law introduced the use of electronic auctions, as of 2021; these auctions take place without disclosing the bidders.

The applicable tender procedure is defined by the value thresholds set by the legislation. The awarding entity cannot freely choose the type of procedure (see 2.3 Tender Procedure for the Award of a Contract).

Under certain circumstances, the legislation permits free-hand awards to be made even though the value thresholds of a more formal procedure (eg, an open procedure) are reached. These exceptional circumstances must be applied restrictively, and it is for the awarding entity to prove that the applicable conditions are fulfilled. Furthermore, the awarding entity is obliged to publish the award, which gives interested parties the possibility to appeal against the award by asserting that the conditions for a free-hand award were not fulfilled.

The main cases of permissible exceptional free-hand awards are as follows:

  • based on technical reasons or for reasons of the protection of intellectual property rights, only one specific supplier can provide the object of the procurement and no appropriate alternative exists;
  • the procurement becomes very urgent due to unforeseen events, through no fault of the awarding entity;
  • goods or services already lawfully supplied require a replacement or extension that can only be provided by the original supplier because only this ensures compatibility with the existing goods or services; or
  • goods can be sourced, for a limited time, at a price that is significantly below the ordinary price.

Except for free-hand awards, the awarding entity generally needs to provide all the information and specifications relevant to making a bid in the documentation accompanying the call or invitation for tender. Generally, the relevant documentation also includes a template agreement, which serves as a basis for the award.

For reasons of equal treatment and transparency, the awarding entity is prohibited from changing the relevant specifications and terms of the procurement in the course of the award procedure. Therefore, it generally cannot negotiate individual contract terms with bidders, but rather states unilaterally at the beginning of the procedure what the applicable terms are.

The legislation stipulates that the time limit to submit offers or requests for participation must be set by the authority in a manner that gives offerors ample time to review the tender documentation and prepare the offer. The authority must have particular regard to the complexity of the procurement when setting the time limit.

The legislation sets explicit minimum time limits for open and selective procedures. In the open procedure, the minimum time limit is 40 days from the publication of the call for tender. In selective procedures, the minimum time limit for submitting a request for participation amounts to 25 days from the publication of the call for interest and 40 days for submitting the offer from the date of invitation. These time limits can be shortened to ten days in cases of great urgency. In practice, authorities often set the time limit at two months or more.

Interested parties must meet certain legal conditions in order to be eligible to participate in a procurement process.

  • First, the awarding entity is prohibited from granting an award to a bidder that does not comply with the applicable laws on the protection of employees or that discriminates against staff according to gender. These rules are particularly relevant in the building sector, where contractors often use subcontractors with staff coming from abroad. The employee protection rules contain minimum wage stipulations in order to prevent “wage dumping” (ie, foreign staff being hired for much lower wages). These minimum wage rates are not always complied with, and awarding entities increasingly hold the main contractor liable for infringements by its subcontractors.
  • Second, bidders may not participate in the award procedure if they do not pay the imposed taxes and social security contributions, if they do not comply with the provisions on environmental protection or if they are in bankruptcy proceedings.
  • Third, bidders may be excluded if they have entered into anti-competitive agreements, which is increasingly relevant given the growing detection of competition law infringements in various sectors. This is particularly true in the building sector, where several anti-competitive agreements were unearthed.

Apart from these legal conditions, the awarding entity is responsible for setting the criteria that must be met by interested parties in order to be able to participate in a procurement process. It can define so-called eligibility criteria that a bidder must fulfil in order for its offer to be assessed. These eligibility criteria typically pertain to factors such as financial good standing or technical performance levels. They are designed to ensure that only those bidders that are able to fulfil the relevant tasks can be granted an award.

These criteria must be objective and verifiable, and must ensure the equal treatment of all bidders. The applicable law provides for the possibility to set up directories of bidders that are suitable for a certain type of bid. Companies included in these directories are deemed to be suitable and must only demonstrate that they are in the directory. If a company is excluded from the directory against its will, it can challenge this decision in court.

The number of suppliers that can participate in a procurement process can be restricted only under limited circumstances. No such restriction is possible in the open procedure. The selective procedure indirectly allows the number of suppliers to be limited, in that the interested parties need to apply for participation and have to show that they fulfil the eligibility criteria (see 2.7 Eligibility for Participation in a Procurement Process).

By including strict qualitative standards, the authority will often be able to reduce the number of participants. Furthermore, the legislation allows the awarding entity to limit the number of bidders that reach the second stage of submitting an offer in selective procedures as long as a sufficient level of effective competition is maintained; in general, at least three participants should be allowed to submit an offer.

In invitation procedures, the authority is requested by law to invite at least three bidders, if possible. However, it is free to select these. For free-hand awards, the legislation has not set a minimum number.

The procurement must be awarded to the most advantageous offer. While the price of the offer is an important criterion in the award process, it is often supplemented by additional criteria, such as quality aspects, ecological factors, customer service, expedience of the service, aesthetics or technical value. However, these additional factors must be designed so as not to discriminate against non-local bidders as opposed to local bidders.

According to the case law under the former procurement law, the price-related criteria must generally be allocated at least 20% of the weighting factors for the award. It is yet to be seen whether this case law will remain applicable under the new procurement law of 2021, which emphasises the possibility of taking quality aspects into consideration.

In practice, the most relevant ground for exclusion of tenders is the non-fulfilment of general participation conditions or of award-specific eligibility criteria. Participation conditions are basic requirements that must be fulfilled by any tenderer irrespective of the subject matter of the contract, such as compliance with workplace health and safety regulations, equal pay for men and women, or refraining from entering into any unlawful agreements affecting competition. Eligibility criteria in turn are award-specific and may relate to the tenderer’s professional, financial, economic, technical, and organisational capacity, as well as to its experience (see 2.8 Eligibility for Participation in a Procurement Process).

The awarding authority must exclude all tenderers from the award procedure that do not fulfil the participation conditions or the eligibility criteria as set out in the invitation to tender or in the tender documentation.

The awarding authority may also exclude a tenderer (or revoke an award) on further grounds, such as:

  • the tender contains substantial errors or deviates substantially from the binding requirements of an invitation to tender;
  • the tenderer was involved in the preparation of the procurement and the resulting competitive disadvantage for the other tenderers cannot be offset by appropriate means;
  • sufficient indications that the tenderer gave the awarding authority untrue or misleading statements and information;
  • sufficient indications that the tenderer submitted an abnormally low tender without proving compliance with the participation condition upon request and offers no guarantee that the goods, work or services will be provided in accordance with the contract; or
  • sufficient indications that the tenderer is insolvent.

The eligibility and evaluation criteria as well as the weight of each evaluation criterion must be disclosed in the call for bids or the tender documentation. Based on the principle of transparency, the authority must not change the criteria, or their weight, after the call for bids.

All formal decisions of the awarding authority, including the call for bids, the decision on selecting interested parties in the selective procedure and the award must be published on simap.ch, the electronic platform shared by the federal government, cantons and municipalities for public procurement purposes. In practice, the authority often additionally notifies the interested parties by letter. The decision must contain a summary reasoning. Upon the request of an interested party that has not been selected for participation, the authority is obliged to inform it of the most material reasons for its non-selection.

All formal decisions of the awarding authority, including the award, must be published on simap.ch, the electronic platform shared by the federal government, cantons and municipalities for public procurement purposes. In practice, the authority generally notifies the bidders in addition by letter. The publication of the award must contain a summary reasoning that includes:

  • the name of the selected bidder;
  • the price of the selected offer or, exceptionally, the highest and lowest offer; and
  • the decisive features and advantages of the selected offer.

Upon the request of a bidder whose offer has not been selected, the authority is obliged to inform such bidder of the most material reasons for its non-selection.

The tenderers have no general right to be heard before the decision is notified. The interactions between the awarding authority and the tenderer are limited prior to the notification of the decision, in line with procedural principles to ensure equal treatment of tenderers and to safeguard the confidential nature of the information provided by tenderers. During the award procedure, however, there may be formal and transparent interactions between the awarding authority and the tenderers including, inter alia, questions and answers, explanation of tenders upon request of the awarding authority or adjustment of tenders to make them objectively comparable in accordance with the award criteria.

The exclusion of a tender (see 2.11 Exclusion of Tenders) is a special case with regard to the right to be heard. In the event of an intended exclusion of a tender, the awarding authority must give the tenderer the opportunity to comment in advance on the grounds for exclusion. A tender must not be excluded in an excessively formalistic manner, for example by not giving a tenderer the opportunity to correct minor aspects of its tender.

The awarding authority must not conclude the awarded contract before the deadline for appeals has expired. The deadline starts with the publication of the award and amounts to 20 calendar days. In the case of an appeal, the courts have the right, upon request, to suspend the awarding authority’s right to conclude the contract for the duration of the procedure.

In the absence of such an interim order, the awarding authority is entitled to enter into the contract. In this case, it cannot be obliged at a later stage to terminate the contract, even if a competent court decides that the award was not compliant with the law.

The competence to decide appeals depends on whether the awarding entity belongs to the federal level or the cantonal or municipal level. The competent court for orders of federal awarding authorities is the Federal Administrative Court, while the competent court for an order at the cantonal or municipal level is the cantonal court of the canton to which the awarding authority belongs. The cantons have often allocated procurement matters to the cantonal administrative court.

The decisions of the first-instance court can be appealed to the Federal Supreme Court but the appeal will only be heard as a full ordinary appeal if, cumulatively:

  • the value of the award exceeds the thresholds of the GPA and BilA; and
  • the appeal brings forward a fundamental legal question that has not yet been answered and is relevant to the case at hand.

The appellant has to plead and show in detail that these conditions are fulfilled. If they are fulfilled, the Federal Supreme Court will review the appeal in full and will answer not only the fundamental legal question but also any other relevant legal question, although it does not deal with questions of fact. If the above conditions are not fulfilled, the Federal Supreme Court will not review the appeal as a full ordinary appeal. It will only review it as a so-called subsidiary constitutional appeal. In such an appeal, the review will be limited to infringements of the constitutional rights; ordinary violations of the public procurement legislation do not qualify as infringements of constitutional rights. The decision of the Federal Supreme Court is final and binding.

The courts generally have the right to annul orders of awarding entities or to substitute the decision of an awarding entity with their own decision. Theoretically, the courts are entitled to award the tender to the successful appellant unless questions of discretion must be assessed or further fact-finding must be done. In practice, the courts typically refer the case back to the awarding entity if they annul the award and abstain from awarding the tender themselves. The same applies to cases where the call for bids has been appealed. Where, as it is the rule, the annulled clause of the call for bids is based on discretion, the courts will not be entitled to change the content of the call for bids but will only have a right to annul it and give the awarding entity the possibility to amend it in a compliant way.

If the contract has already been concluded by the awarding entity, the legislation entitles the courts to annul the award but not to terminate the contract. However, some cantonal courts have started to order the awarding entity to terminate the contract at the earliest possible event in cases where unpublished free-hand awards were made, even though the entity would have had to use an open or selective procedure, and the contract was already concluded before the appeal was made.

Interim measures of courts are very important in appeal procedures in Switzerland because they are the only means to prevent the awarding entity from concluding the contract with the recipient of an award. The appeal has no suspensive effect unless such effect is granted by the court. This means that the awarding entity is entitled to conclude the contract with the recipient of the award unless it is prohibited from doing so by the court.

If it is not prohibited, the contract would remain binding even though a court, at a later stage, could come to the conclusion that the award was unlawful. The appellant’s right would then be limited to compensation for the costs incurred by preparing the offer. Therefore, it is of utmost importance to ask the court explicitly in the appeal that a suspensive effect be granted.

If a suspensive effect is requested, the competent court makes a prima facie decision on the merits of the case and, in the case of a prima facie infringement of procurement law, weighs the interest in compliance with procurement law against the interest of the awarding entity in a swift performance of the awarded work or service. In order to be successful with a request for suspensive effect, it is important to demonstrate convincingly in the appeal that there has been a prima facie infringement of procurement law.

For procurement procedures of federal entities, but not of cantonal or municipal entities, it is important to note that the courts will only be allowed to annul an order of the awarding authority if the procurement falls into the scope of the GPA or BilA; for all other procurements, the court can only state that the order infringes the law. Therefore, the procurement value must be above the thresholds of the GPA and BilA for a decision of annulment (see 1.3 Types of Contracts Subject to Procurement Regulation for details). Furthermore, appeals in the procurement of services can only lead to an annulment of the order if the type of procured services is listed on the so-called positive list of appendix 1 annex 4 of the GPA. Procurements of the Swiss military can only lead to annulments of the order if they are listed on the positive list.

The right to appeal depends on the type of order issued by the awarding authority. The call for bids can be appealed by those interested parties that can demonstrate that they would want to participate in the bid and are a potential offeror that could supply the relevant good or perform the relevant service. The right to appeal against an award is generally limited to those parties that are able to demonstrate that they would have been awarded the contract if the awarding entity had complied with the law. All other parties of the award procedure are not entitled to appeal.

There is an exception to this rule pertaining to free-hand awards. If a free-hand award is challenged with the argument that the awarding entity would have had to conduct an open or selective procedure, the appeal can be lodged by each potential offeror that could supply the relevant good or perform the relevant service.

The deadline for filing appeals is very short and non-extendable, amounting to 20 calendar days. (For tenders at the cantonal and municipal level of those cantons that have not yet adopted the new Intercantonal Agreement on Public Procurement of 2019, the deadline continues to be ten calendar days; see 1.1 Legislation Regulating the Procurement of Government Contracts) The deadline starts to run from the publication of the award or, when no publication is made, from the time the appellant acquires sufficient knowledge of the award in order to be able to lodge an appeal.

Furthermore, it is important to note that parties must already appeal against the call for tenders if they want to challenge a condition of the tender. For example, this might be the case where the object of a tender has been designed in a way that is to the advantage of a certain offeror, where the published assessment criteria are not legally compliant, or where the deadline for submitting bids is too short. In these cases, the parties cannot wait until the award is made to challenge the content of the call for bids. Hence, appeals against the award can only be directed towards legal issues that could not already have been challenged at the time of the call for bids.

Procurement appeal procedures generally last between three months and two years, depending on the complexity of the case.

Appeals procedures in Switzerland are still relatively rare, but have consistently increased over the past few years. The main business areas likely to experience appeals are construction and IT. Larger cantons see more appeals than smaller, more rural cantons. On average, it is assumed that first-instance courts review between 50 and 100 procurement appeals per year. Only a few of these go to the Federal Supreme Court, which hears on average about five to ten procurement cases per year.

The typical costs for court expenses and attorneys in first-instance appeals are estimated to amount to between CHF15,000 and CHF30,000.

The principle of equal treatment and transparency requires the object of a procurement to remain the same during the whole award procedure and not to change following the award. Therefore, legally speaking, there is only very limited room for modifications to procurement contracts after the award. Any modification that has an influence on the price would not be legally permissible but would rather require that the procedure be restarted. However, the authority or the awarded company sometimes initiates contractual discussions following the award.

The early termination of contracts is subject to the provisions of the contract. The contract law (usually civil law) applicable to the contractual relationship determines whether or not the termination is effective and what consequences it entails. In practice, contract termination is regularly governed by the Swiss Code of Obligations or the widely recognised SIA norms issued by the Swiss Society of Engineers and Architects, subject to any deviating general terms and conditions announced in the invitation to tender. Potential grounds for early contract termination include default, incorrect delivery, or defects.

While the public procurement legislation does not establish the grounds on which contracts can be terminated by the parties, it may influence the conduct of the awarding authority under the contract. Accordingly, in the presence of a ground for revoking an award, the awarding authority may decide to revoke the award and terminate the contract early pursuant to the applicable provisions in the contract. The statutory grounds for revocation of the award are largely identical to the grounds for exclusion of a tender (see 2.11 Exclusion of Tenders).

The prerogatives of the awarding authority – subject to the statutory boundaries – include:

  • to freely determine the subject of the procurement, including technical specifications;
  • the opportunity to make use of statutory instruments to shape the award procedure (such as organising design contests or competitions to conduct studies; the conduct of a dialogue in order to specify the subject of the supply, etc); 
  • to decide upon the formal requirements and participation conditions as well as upon the eligibility criteria;
  • large discretion when defining award criteria and their weighting; and
  • a wide margin of (technical) discretion when evaluating tenders, which courts must respect, provided that no legal issues are under discussion (as these can be reviewed freely by courts).

In a landmark decision (BGer 2C_50/2022 of 6 November 2023), the Swiss Supreme Court clarified that appellants challenging a direct contract award do not need to prove that suitable alternatives to the product subject to the direct contract award are available, but that the burden of proof lies with the awarding authority. In this respect, the Swiss Supreme Court rectified its case law in the matter of Microsoft (BGE 137 II 313), which has been widely criticised by academics. The landmark case reiterates that the free-hand award procedure must be used restrictively, as it inherently risks distorting competition and discriminating between potential bidders (see 2.5 Direct Contract Awards).

In another decision, the Swiss Supreme Court confirmed that professional organisations only have the right to appeal a free-hand contract award if they make it plausible that the majority or at least a large number of their members would be both able and willing to bid for the contracts concerned (BGer 2C_196/2023 of 7 February 2024). In practice, this hurdle is unlikely to be overcome.

At the federal level, the wholly revised Act on Public Procurement came into force on 1 January 2021. At the cantonal and municipal level, the revised Intercantonal Agreement on Public Procurement has or will come into force separately for each canton. As of March 2024, the revised legislation has come into force in most major cantons. It is important to note that the former rules remain applicable for procurement procedures initiated under the former law.

The Swiss Parliament is currently deliberating on the enactment of new legislation on the circular economy. The final vote on the pending legislation is expected to take place in 2024. The draft legislation aims to enhance the contribution of public procurement to the conservation of natural resources. According to the draft legislation, awarding entities will be required to consider ecological aspects in all procurements and incorporate these considerations into the technical specifications as much as possible.Should a tender fail to meet these specified ecological requirements, it must be excluded from the award procedure.

Homburger AG

Prime Tower
Hardstrasse 201
CH-8005 Zurich
Switzerland

+41 43 222 10 00

+41 43 222 15 00

lawyers@homburger.ch www.homburger.ch
Author Business Card

Trends and Developments


Authors



Walder Wyss Ltd has more than 250 legal experts and offices in six locations in all language regions, making it one of the most successful and fastest growing of the Swiss commercial law firms and one of the few with a dedicated team of public procurement specialists. The firm’s clients benefit from its renowned specialist knowledge and wealth of experience, which cover all stages and aspects of a procurement project. Walder Wyss is well versed in sector-specific needs and offers customised solutions for infrastructure and construction projects, complex IT projects and procurements in the energy, healthcare and pharmaceutical sectors. The firm’s services include court representation, legal advice and legal training with respect to the structuring and implementation of procurement projects and tender offers, as well as assistance in related contractual, intellectual property and competition law issues. The firm’s public procurement specialists are members of the Swiss Association for Public Procurement and have initiated the publication of the commentary of the revised Swiss Public Procurement Act.

Introduction

On 1 January 2021, the revised Federal Act on Public Procurement (rPPA), regulating government contracts on the federal level, came into force. In parallel, all 26 Swiss cantons (ie, states) are expected to join the revised Intercantonal Convention on Public Procurement (rICPP), which applies to procurements at the sub-federal level. This comprehensive revision of laws paved the way for the ratification and implementation of the Revised WTO Agreement on Government Procurement (GPA 2012) and for the harmonisation of the previously heterogeneous Swiss public procurement landscape. In addition, the new laws have strengthened competition among suppliers, reduced the complexity of the Swiss procurement regime and allowed for new procedural instruments, including electronic auctions and competitive dialogue.

The first section of this article provides an overview of the key aspects of the revised law and the implications for procuring entities and suppliers. The section “Important Decisions and Developments” looks at several landmark cases that will continue to shape Swiss public procurement practice under the revised law.

The Current Swiss Procurement Landscape

The Swiss procurement regime is divided into a federal and a sub-federal level. Since 1 January 2021, contracts of federal procuring entities have been governed by the rPPA. The rPPA implements the GPA 2012 as well as Switzerland’s obligations arising from the Bilateral Agreement with the European Union on Public Procurement of 1999 (BilatAgr). In contrast, the legal situation at the sub-federal – ie, cantonal (state), district and municipal level, is more complex as it is currently in a transition phase.

Since 1994, procurements of cantonal and municipal entities have been governed by the Intercantonal Convention on Public Procurement (ICPP) and, in addition, by individual cantonal procurement laws. On 15 November 2019, the cantons approved the revised Convention on Public Procurement (rICPP). While the former ICPP has the character of a framework convention leaving the cantons a lot of leeway for individual regulations, the rICPP is not only more detailed but also largely assimilated to the rPPA. This allows for a harmonisation among the (previously heterogenous) cantonal procurement regimes on one side and between the federal and the cantonal level on the other side. This harmonisation is intended to reduce costs, facilitate market entry for domestic and foreign suppliers and thus enhance competition.

All cantons are expected to join the rICPP over the coming years. They do so on an individual basis and in accordance with their cantonal ratification processes. With the first two cantons joining the rICPP (Aargau and Appenzell-Innerrhoden), the rICPP officially came into force on 1 July 2021. As of today, a total of 17 cantons (out of 26) have ratified the rICPP. An additional six cantons have initiated the ratification process. One canton (Berne) has not become a party to the rICPP but applies the rICPP as cantonal law.

In cantons joining the rICPP, the previous cantonal legislation will become largely obsolete. In contrast, public procurements of cantons that are not yet members of the rICPP are still subject to the previous ICPP and the cantonal legislation. This transitory phase leads to a complex situation where the previous ICPP (plus individual cantonal legislation) will co-exist, temporarily, with the rICPP. For this reason, it is important for suppliers to determine the status of the cantonal ratification process and the applicable law before participating in a tendering process.

The Revised Swiss Procurement Law

Scope of application: procuring entities

The GPA 2012 applies to central entities of the federal government, to cantonal entities, and to certain public and private entities operating in the business sectors of water supply, electric power supply, public transport, air traffic and inland waterway transport (GPA 2012 Appendix I Annexes 1-3). By virtue of Article 2 et seq of the BilatAgr, the application of the GPA is extended to:

  • authorities and public entities of the districts (Bezirke) and municipalities;
  • authorities and public enterprises engaged in the railway, telecommunications and energy supply sectors; and
  • private entities carrying out public service in the fields of water supply, electric power supply, local rapid transport systems and supply of air or waterway traffic enterprises.

The scope of application of the rPPA is aligned with Switzerland’s international obligations under the GPA 2012 and the BilatAgr as mentioned above. In contrast to the scope of the former PPA, however, the scope of the rPPA comprises all authorities and public entities of the central and decentralised federal government by dynamic reference (Article 4(1)(a) of the rPPA). Thus, the related list of government entities subject to procurement law contained in the Swiss Appendix 1 Annex 1 Section I GPA 2012 is not comprehensive. In addition, the revised law newly extends to the federal courts, the Federal Prosecutor and the Parliamentary Services.

As regards the sub-federal level, the GPA 2012 and rICCP operate with an abstract definition of procuring entities subject to procurement rules, as is the case under the GPA 1994 and the ICCP. In essence, centralised or decentralised authorities and administrative units at cantonal, district and communal levels are covered. This definition includes bodies governed by public law, or associations formed by one or more of such authorities or bodies governed by public law.

Cantonal procurement may thus even apply to private companies operating in the public sphere (eg, hospitals) if certain criteria are met. In addition, entities active in select business sectors and endowed with special and exclusive rights are also covered by both the rPPA and the rICCP irrespective of their legal form or shareholder structure.

Exemption procedure

Certain business sectors in which, according to the judgment of the Swiss Competition Commission, there is an adequate level of competition can be exempt from the scope of public procurement rules. Under the previous procurement law, this exemption mechanism has only been available to those procuring entities covered by the scope of the BilatAgr. Under the revised law, however, the exemption mechanism is extended to the sectoral markets covered by the GPA 2012 (Article 7 of the rPPA/rICCP). If the Federal Council wishes to exempt further business sectors under the rPPA/rICCP, it will first need to consult the Competition Commission, the cantons and the industries concerned. To date, exemptions have only been granted to the telecommunication services sector and the standard gauge railway freight transport sector.

Scope of application: transactions subject to procurement rules

While the PPA did not circumscribe the kinds of transactions subject to procurement rules, the rPPA sets forth that procurement rules shall be applied to public procurement (öffentliche Aufträge) and – explicitly – to the outsourcing of public services to private suppliers as well as to the award of public licences (Article 8 et seq of the rPPA/rICCP).

The term “public procurement” is now defined in the rPPA/rICCP in line with court practice as a contract concluded between the procuring entity and the supplier serving the fulfilment of a public task. The contract is characterised by an exchange of performance and counter-performance whereby the characteristic performance is rendered by the supplier in return for payment.

For suppliers, the inclusion of the outsourcing of public services and the award of public licences in the scope of procurement law bring new opportunities. The new law makes explicit that, for instance, outsourcing contracts in the fields of waste disposal, maintenance of national roads, and collection of fees in accordance with the Radio and Television Act will be subject to public tender.

With the GPA 2012, the positive lists of covered procurement were extended to include various services as well as construction services not previously within scope. The same holds true, for example, for legal services. However, an exception applies to the representation of the federal government or public enterprises by lawyers in court, arbitration or conciliation proceedings, and to related services (Article 10(1)(g) of the rPPA).

Special rules for non-treaty procurements

The rPPA and rICCP apply both to procurements covered by international treaties (Staatsvertragsbereich) and procurements regulated solely by national law (Nichtstaatsvertragsbereich) whilst setting forth a set of special rules for the second category. The types of procurement covered by international treaties are listed in Annexes 1-3 of the rPPA but only fall under this category if the procurement reaches or exceeds the thresholds set out in Annex 4 of the rPPA. Procurement regulated by national law only, as well as the special provisions applying thereto, are set out in Annex 5 to the rPPA.

The special rules applying to procurement only regulated by national law involve some facilitations; for instance, the option to conduct a tender invitation procedure (Einladungsverfahren, Article 20 of the rPPA/rICCP). Furthermore, foreign suppliers are only admitted to the tender:

  • if their country of origin grants reciprocal rights; or
  • with the consent of the procuring entity (Article 6(2) of the rPPA).

Finally, at the federal level, legal protection is limited (see Legal Protection below).

General principles and objectives of public procurement

The general principles of public procurement are set out in a separate chapter in the rPPA, with only a few changes compared to previous law. The principles of non-discrimination, equal treatment of competitors, transparency and competition remain the pillars of the Swiss procurement law regime.

The few substantive changes follow the direction of the GPA 2012, one of the main objectives of which is to combat corruption. Against this background, procuring entities are now explicitly obliged to take measures against conflicts of interest, unlawful non-compete agreements and corruption (Article 11(b) of the rPPA). In addition, bidding rounds – ie, pure price negotiations – are henceforth prohibited not only at the cantonal, but also at the federal level (Article 11(d) of the rPPA).

Finally, the violation of corruption provisions may lead to the exclusion of a supplier from future tenders by procuring entities for a maximum duration of five years and to revocation of an award (Article 44(1)(e) in conjunction with Article 45(1) of the rPPA).

New instruments

Under the revised law, the basic types of tender procedures (open tender, limited tender, tender invitation and direct award) remain unchanged. However, the rPPA presents a set of new instruments to make the tender procedure more flexible and to use the advantages of recent technological progress. These instruments will not constitute alternatives to the four above-mentioned procedures, but may rather be embedded therein if deemed appropriate. New instruments include the following:

Electronic auctions

This means an automated evaluation of certain parameters of a tender, namely the price (if the contract is awarded to the lowest price), or other quantifiable components (such as weight, purity, and quality), whereby the contract is awarded to the most economically advantageous offer. Electronic auctions are only available for the procurement of standardised goods and services. The electronic auction is preceded by a (non-electronic) pre-qualification phase during which the suitability of the bidders is verified and an initial evaluation of the bids is made. The actual electronic auction of the tenders that passed pre-qualification follows in a second step (Article 23 of the rPPA/rICCP).

Competitive dialogue

This instrument enables the procuring entity and the tenderers to jointly specify the object of procurement and to identify possible solutions thereto (Article 24 of the rPPA/rICCP). It is available for complex, intellectual and innovative services but must not be abused to conduct pure price negotiations.

Framework contracts

The revised law contains a new legal basis for the conclusion of framework agreements between a supplier and the procuring entity (Article 25 of the rPPA/rICCP). Framework contracts allow the procuring entity to award individual agreements to its framework contract partners during a given period without a new invitation for tender. The most important contract parameters (in particular, price, type and amount of services) must be specified in the framework contract.

If framework agreements are concluded with more than one supplier, the call on services may be made either under the terms set out in the framework contract (without a new invitation to tender) or by means of a call-on-services procedure in which the parties to the framework contract are invited to submit a specific offer (so-called mini-tender).

Electronic tender procedure

The conduct of tender procedures by electronic means is regulated by Article 34(2) of the rPPA/rICCP. Tenders may be submitted electronically if this is communicated in the invitation to tender or in the tender documentation.

Legal protection

With the revised Swiss procurement regime, legal protection in procurement procedures is (moderately) extended. At the federal level, suppliers can now appeal against decisions by the procuring entity in procedures concerning tenders for goods or services reaching or exceeding the threshold value applicable to the invitation tender procedure – ie, CHF150,000 for procurement by federal authorities. In relation to tenders for construction services, the threshold value will be CHF2 million (Article 52(1) of the rPPA). Cantonal procurements are subject to the same principles although different threshold values apply (Article 52(1) of the rICPP). Prior to the revision, in procedures concerning procurements not reaching the threshold values pursuant to the relevant international treaties, no appeals were possible at the federal level.

Non-treaty procurements

At the federal level, effective legal protection will be restricted for procurements covered by international treaties. In particular, a supplier is not entitled to challenge the tender award itself in court and the procuring entity is allowed to conclude a contract with the supplier immediately after the award has been granted without waiting for it to come into force (Article 42(1) of the rPPA).

Still, suppliers not winning the award are now, under the revised law, able to (i) request that the court declares the challenged award illegal and, (ii) if necessary, obtain damages for the costs incurred in connection with the tender procedure (Article 58(3) and (4) of the rPPA/rICCP). However, non-Swiss suppliers are only admitted to such legal action if their country of origin grants Swiss suppliers reciprocal rights (Article 52(2) of the rPPA/Article 52(3) of the rICCP).

Appeal of tender documentation

Article 53(2) of the rPPA/rICCP clarifies that a supplier needs to challenge unlawful instructions in the tender documents, the significance of which is apparent along with the invitation to tender. This means that if the supplier fails to bring forward such complaint immediately, the complaint is forfeited. Practically speaking, under the revised law, suppliers are required to study the tender documents thoroughly immediately after publication, address any inconsistencies to the procuring entity without delay and, if necessary, file the complaint with the court within the time limit for appeal.

Time limits

The revision has brought about a harmonisation of the time limits for appeal. A 20-day time limit for appeal is applicable at both the federal and the cantonal level (Article 56(1) of the rPPA/rICPP) while the ICPP only provides for a ten-day period. In return, no court holidays apply to complaints under the revised law, regardless of their subject matter (Article 56(2) of the rPPA/rICPP). This is an important contribution to the acceleration of tender procedures.

Important Decisions and Developments

Right to appeal – change in case law with regard to direct awards

In its decision of 6 November 2023, the Swiss Federal Supreme Court (FSC) changed its case law on the right to appeal in the case of direct awards.

A direct award can be justified in particular if no adequate alternatives to the product procured from the selected bidder are available on the market. According to the FSC’s “Microsoft decision” of 11 March 2011 (BGE 137 II 313), the absence of an adequate alternative (ie, an alternative bidder) need not be dealt with in the judgment on the merits but may already be examined at the stage of admissibility of the appeal. In its “Microsoft decision”, the FSC required appellants (ie, bidders that were not selected) to demonstrate that they offered products which, both functionally and economically, presented a viable alternative to the product procured. Hence, the FSC placed the burden of proof upon the appellant instead of the procuring authority that the object of procurement was lawfully defined. This decision was criticised by many legal scholars, who argued that it should be the procuring authority’s responsibility to investigate and ensure there are no viable alternatives on the market. Some Swiss courts have endorsed this opinion.

In its new 2023 decision, the Federal Supreme Court partially overturned its “Microsoft” case law and held that the procuring authority must prove the lack of economically and functionally viable alternatives in the event of an appeal (BGer 2C_50/2022).

As a consequence of this decision, a procuring authority should not rely on the possibility of providing a justification for a direct award only after intervention by a bidder or during an appeal process. A justification fabricated in hindsight will not be deemed credible. Instead, a procuring authority should examine the requirements for a direct award, conduct a thorough review of the market as well as its procurement needs before the award, perform a careful balancing of interests and document the aforementioned assessments. If these conditions are met, the procuring authority will be able to demonstrate a correct procurement process also under the standard of the new Federal Supreme Court decision.

Right to be heard – no violation by immediate final decision without interim order for suspensive effect

In its decision of 21 July 2023, the FSC addressed a key question: whether a court violates an appellant’s right to be heard if the appellant submits a motion for suspensive effect (typically seeking to prevent the execution of the award until the final judgment of the court) and the court issues a final decision on the case upon hearing the procuring authority’s standpoint, without actively approaching and consulting the appellant again. This also implies that a court is not required to issue an interim order on the suspensive effect. Importantly, in the case under review, the appellant was provided with the procuring authority’s brief and had the opportunity to submit a response to the court on his own initiative.

With its decision, the FSC confirmed its previous case law (BGE 139 I 189), asserting that an appellant’s right to be heard is respected with the submission of its application for the granting, withdrawal or restoration of suspensive effect (BGer 2C_1055/2022).

Suitability criteria – crediting of reference properties in the event of a transfer of business

In its interim decision of 19 April 2022, the FAC had to decide, as part of a prima facie assessment of the legal situation, whether a successful tenderer met the requirements of a suitability criterion. This criterion sought proof that the tenderer had carried out similar projects in the past.

The appellant contested that the successful tenderer fulfilled the criterion because the latter had carried out the services in the reference project as part of another corporation and did not take part in the reference tender as the independent company it is today. This independent company resulted from a spin-off of the relevant business into a separate legal entity.

The FAC considered that the invitation to tender explicitly stated that the reference submitted by a company or by a member of a previous consortium would be considered valid only if the same company or the same member of the consortium had directly executed the work required. However, a transfer of business references, for example in the context of a legal succession, is generally permissible. Therefore, the FAC found that the wording in the invitation to tender could not be construed to categorically exclude a transfer of references for the procurement in question.

In the view of the FAC, the procuring authority should have certain leeway when assessing references in the context of business takeovers. As a general principle, a tenderer is considered suitable to provide the procured services or goods if it is ensured that the tenderer possesses the appropriate technical expertise, financial capabilities and resources to fulfil its obligations. Therefore, in the context of a business transfer, it must be assessed whether the entity applying as tenderer took over the relevant expertise and resources from the former entity. The FAC held that, in assessing a business takeover, the procuring authority may adopt an economic perspective.

In the case reviewed, the FAC noted that the new independent company had been involved to a certain extent in the work of the reference project upon its incorporation. New contracts for the relevant field of business were only concluded by the new independent company, while the entity transferring the business had ceased its operational activities in that field. The FAC concluded that these factors supported the notion of a transfer of the relevant business to the new entity. Therefore, the new entity was permitted to submit the reference of the old (B-4703/2021).

Suitability criteria – fulfilment by all members of a bidding consortium that provide the relevant services

In its decision of 5 April 2023, the FAC dealt with the question of whether it is sufficient for only the leading member of a bidding consortium to meet a suitability criterion that required tenderers to provide proof of an adequate environmental management system.

In the case reviewed, the invitation to tender did not specify whether all members or just the leading member of the bidding consortium needed to fulfil the criterion. The bidding consortium members argued in their appeal that, according to the procuring authority’s practice, only the leading member of a bidding consortium was required to fulfil the suitability criteria and submit proof of the required certifications. The FAC dismissed this argument stating that the procurement projects referred to by the appellants concerned different procurement objects and bidder constellations. In addition, there was no evidence of such a practice on the part of the procuring authority.

The FAC ruled that whether only the leading member of a bidding consortium needs to fulfil the suitability criterion in question must be assessed based on the procured service or product in the individual case. In the absence of an explicit rule to the contrary in the invitation for tender, those members of a bidding consortium who provide the respective services or products need to fulfil the related suitability criteria.

Since, in the case reviewed, both appellant bidding consortium members wished to provide dredging services with a potential environmental impact, the suitability criterion – “existence of an adequate environmental management system” – had to be interpreted as applicable to both consortium members. Finally, the FAC considered it irrelevant whether one member of the bidding consortium would be responsible for a smaller part of the procured services (B-5897/2022).

Walder Wyss Ltd

Walder Wyss Ltd
Seefeldstrasse 123
P.O. Box
8034 Zurich
Switzerland

+41 58 658 58 58

+41 58 658 59 59

reception@walderwyss.com www.walderwyss.com/en
Author Business Card

Law and Practice

Authors



Homburger is one of the largest Swiss law firms, with more than 160 experts. The firm acts as trusted adviser to companies and entrepreneurs based or doing business in Switzerland on all aspects of commercial law, including the full spectrum of corporate and financing transactions, antitrust, in-court litigation and arbitration, regulatory proceedings and investigations, and tax law. Homburger’s practice in the public procurement sector involves advising clients on all issues of public procurement law and representing them in court proceedings. Special areas of focus include construction services, IT procurements, energy, infrastructure, and transport services. The firm’s procurement specialists are members of the relevant industry associations, such as the Swiss Association for Public Procurement Law.

Trends and Developments

Authors



Walder Wyss Ltd has more than 250 legal experts and offices in six locations in all language regions, making it one of the most successful and fastest growing of the Swiss commercial law firms and one of the few with a dedicated team of public procurement specialists. The firm’s clients benefit from its renowned specialist knowledge and wealth of experience, which cover all stages and aspects of a procurement project. Walder Wyss is well versed in sector-specific needs and offers customised solutions for infrastructure and construction projects, complex IT projects and procurements in the energy, healthcare and pharmaceutical sectors. The firm’s services include court representation, legal advice and legal training with respect to the structuring and implementation of procurement projects and tender offers, as well as assistance in related contractual, intellectual property and competition law issues. The firm’s public procurement specialists are members of the Swiss Association for Public Procurement and have initiated the publication of the commentary of the revised Swiss Public Procurement Act.

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.