In principle, each contracting authority is free to determine the service to be put out to tender according to its individual ideas and to open competition only in this form. Therefore, it alone decides on the scope of the services to be awarded and, if necessary, whether several service units are to be formed and awarded separately.
In the review proceedings, the decision of the contracting authority is to be reviewed solely as to whether it was not based on extraneous, arbitrary or discriminatory considerations, based on its horizon of knowledge at the time of the decision on the determination of the subject matter of the procurement; in this respect, the contracting authority has considerable leeway in its assessment.
If the determination of the procurement requirement is made on the basis of objective and order-related reasons in a non-discriminatory manner, any resulting restrictive effect on competition must generally be accepted.
The freedom to autonomously determine procurement requirements is restricted by the fact that, for reasons of strengthening small and medium-sized enterprises, services are generally to be awarded in lots, Section 97 (1). 4 P. 2 GWB.
The first prerequisite is that the tendered service can be awarded in batches. For this determination, it is of particular importance whether a separate supplier market with specialized companies has developed for the specific service; in this respect, the current market conditions are of essential importance.
An overall award shall only be permissible as an exception if economic or technical reasons so require, Section 97 para. 4 P. 3 GWB. However, the provision does not stipulate that an overall award may only be made if there is an objectively compelling reason. However, in the case of an intended overall award, the contracting authority has to deal in a special way with the basic requirement of a specialized lot award and the reasons speaking against it in the specific case and to carry out a comprehensive weighing of the conflicting interests, as the result of which the technical and economic reasons speaking in favor of an overall award must prevail.
No general rules can be established for the degree of predominance. Nor is the applicant, even if it is a medium-sized company, entitled to demand that the respondent form lots which are suitable for it and which fit into its bid portfolio (cf. Senate, decision of 06.04.2011, 15 Verg 3/11 — juris para. 57).
The review shall be based on the consideration documented in the award memorandum in a timely manner.
The coordination effort resulting from a lot award as well as the risks arising at interfaces are to be included in the decision as economic aspects. Technical reasons are those that make it necessary to integrate all service steps in one hand in order to achieve the level of quality aimed for by the client. However, the tendering, inspection and coordination costs generally associated with the award of specialist lots, as well as higher warranty costs, cannot in themselves justify an overall award, because these are additional costs inherent in the award of lots and typically associated with them, which must generally be accepted in accordance with the purpose of the law.
Contrary to the opinion of the Procurement Chamber, it is not necessary for a proper weighing to set out in writing a comparison of the positive effects of an overall award and its negative effects in the award notice. This overstretches the requirements for documentation.
The respondent has comprehensibly taken as a basis that, due to the complexity of the respective support and implementation services and the hosting effort associated with data center operation, it is necessary to ensure the most uniform possible operating and system architecture, in particular also against the background of the legal adjustments required due to frequent changes in the law. It is obvious that this is better ensured when awarding the contract to one provider, even if the software for the specialist applications in social services and youth welfare should have different system architectures, as the applicant claims. It is also understandable that the flexible deployment of employees within the municipalities is facilitated by identical or nearly identical system architectures and operating procedures, and that this speaks in favor of an overall contract award. The requirement of a uniform operating logic was not raised by the respondent for the first time in the award review proceedings. Already in the award notice it was exemplarily shown at a procurement need of the district … that the customer expects a uniform service. The respondent only elaborated on this argument in the review proceedings.
The significant financial burdens cited by the respondent also justify the overall award. An economic reason for the overall award is that the additional costs lead to a significant increase in the cost of the service to its customers. What is required is a project-related increase in cost; general economic considerations and strategic orientation, on the other hand, are not enough. The respondent has taken this into account. The rough calculations provide a viable basis for the Respondent’s prediction that the overall award will result in significant cost savings compared to a lot award. In this way, the respondent takes into account the overall objective of procurement law to procure economically. For economic and technical reasons, the service must not be fragmented to such an extent that a uniform overall service can only be provided with disproportionate effort.
OLG Karlsruhe (awarding senate), decision of 29.04.2022 — 15 Verg 2/22 (overruling the above-mentioned decision of the VK Baden-Württemberg)
Entry 04 (IT specialist service)
Case law: Interpretation of the specifications in the IT context, exclusion of a bidder due to changes to the tender documents
Exclusion of a bid due to changes or additions to the tender documents pursuant to Section 57 para. 1 No. 4 ARC may also be justified if, according to the understanding of an information technology layperson, a bid was submitted which corresponds to the specifications. The decisive factor for determining whether an amendment or supplement is present is the objective recipient’s horizon of a potential bidder from the addressed group of bidders of the respective invitation to tender.
The description of the respective intended use can therefore be interpreted in accordance with Sections 133 and 157 of the German Civil Code to mean that products must necessarily have certain functionalities, even if these are not explicitly listed in the performance description.
It is true that the performance description must be as clear as possible, § 121 para. 1 sentence 1 GWB. However, this does not mean that the performance specification must necessarily be designed in such a way that it contains only one possible interpretation, taking into account all logical possibilities. Even if a service description is carefully prepared, it cannot be ruled out that minor ambiguities may occur. The limit to a lack of unambiguity is only exceeded if several possible interpretations remain even after efforts at interpretation by expert companies.
If the customer specifies that servers are to be procured for a high-performance heterogeneous computing cluster for AI applications, the specifications must be interpreted in this context.
Exclusion of a bidder is therefore justified if the bidder offers services that do not fit the requirements profile of the invitation to tender. This also applies if, from the point of view of an IT layman, the offer corresponds to the specifications, since the objective criteria of the specifications for the goods in themselves are fulfilled. However, if it is clear to an expert bidder from the IT sector that the goods are not suitable for the assumed purpose from the outset (in this case, due to the inability to arrange and interconnect more than two GPUs), it can be excluded with bids that do not meet the performance criteria.
OLG Karlsruhe (awarding senate), decision of 29.04.2022 — 15 Verg 2/22 (overruling the above-mentioned decision of the VK Baden-Württemberg)