The Public Contracts Code (PCC) – approved by Decree-Law 18/2008, of 19 January 2008, as amended – is the key legislation regulating public procurement and government contracts in the Portuguese legal system.
Decree-Law 111-B/2017, of 31 August 2017, amended the PCC, transposing Directive 2014/23/EU (the "Concession Contracts Directive"), Directive 2014/24/EU (the "Public Procurement Directive") and Directive 2014/25/EU (the "Utilities Directive"), all dated 26 February 2014, to the Portuguese legal system. This amendment significantly modified the legal regime applicable to public procurement procedures and public contracts, revoking 35, adding 54 and changing 155 articles.
This amendment was complemented by Ministerial Order (Portaria) 371/2017, of 14 December 2017, which established the model contract notices applicable to the pre-contractual procedures under the PCC, and Ministerial Order 372/2017 of the same date, which established the rules and terms concerning submission of the contractor’s qualification documents.
The last significant change to the PCC was approved by Law 30/2021, of May 2021, which, in addition to introducing several changes to the PCC, establishes a special public procurement regime for projects financed or co-financed by European funds, in the housing and decentralisation sectors, information and knowledge technologies, health and social support, implementation of the Economic and Social Stabilisation Programme and the Recovery and Resilience Plan, fuel management in the scope of the Integrated Rural Fire Management System (IMSRF) and agro-food goods, as set forth in 5.4 Legislative Amendments under Consideration.
Further Relevant Laws
Also relevant is Law 96/2015, of 17 August 2015, which establishes the legal framework for the access and use of electronic platforms for public procurement purposes, as well as Decree-Law 111/2012, of 23 May 2012, amended by Decree-Law 84/2019, of 28 June 2019, and Decree-Law 170/2019, of 4 December 2019, which provides for a special legal framework for public-private partnerships.
Additionally, Decree-Law No 28/2019, of 15 February 2019, was established in the context of SIMPLEX +, a programme that sets forth a series of measures to simplify and modernise the Portuguese public administration.
As such, the Portuguese government has promoted the implementation of digital receipts/electronic invoicing. The main objective of this measure was to reduce paper tax invoices and stimulate digital transition, as well as to promote less bureaucracy in public administration.
The deadlines for implementing electronic invoicing by contractors with public entities were amended by Decree-Law 104/2021, of 27 November 2021 (COVID-19-related legislation), and are as follows:
Autonomous Administrative Regions
Portugal has two autonomous administrative regions, Madeira and the Azores, each of which has adapted regional public procurement rules to the particularities of their territories.
In Madeira, the most relevant piece of legislation is Regional Legislative Decree 34/2008/M, of 14 August 2008, as amended, which introduced minor adjustments to the national legal framework.
In the Azores, the regional government approved Regional Legislative Decree 27/2015/A, of 29 December 2015, which consolidated the main provisions referring to the award of public contracts in the region and implemented some provisions of the EU directives on public procurement not yet transposed into the national framework.
The APC and ACPC
Reference must be made to the Administrative Procedure Code (APC), approved by Decree-Law 4/2015, of 7 January 2015, and to the Administrative Courts Procedure Code (ACPC) and the Statute of Administrative and Tax Courts, both amended and republished by Decree-Law 214-G/2015, of 2 October 2015, and by Law No 118/2019, of September 2017; all three apply to public procurement procedures in general.
The recent Law 30/2021 also introduced changes to the ACPC.
Moreover, 2021 remained an exceptional year with regard to the effects on public procurement of the legislation adopted in the framework of combating the COVID-19 pandemic. A brief description of the legal developments in this context will be developed in 5.4 Legislative Amendments under Consideration.
The PCC establishes a wide concept of contracting authorities. However, until the revision of the PCC introduced by Decree-Law 149/2012, of 12 July 2012, certain public entities – eg, public foundations for university education or corporate public hospitals – were excluded from its subjective scope of application.
Portuguese legislation currently recognises three main categories of contracting authorities.
Category One
Article 2(1) of the PCC enshrined the first group of entities; it is generally composed of the traditional public sector and includes:
Category Two
In accordance with Article 2(2) of the PCC, the second group of entities is made up of bodies governed by public law, including the following.
Category Three
The third group of contracting authorities is set forth in Article 7 of the PCC and is composed of entities operating in the utilities sectors (water, energy, transport and postal services) that fall within the following three subcategories:
Further Categories
Further to the three main categories of contracting authorities referred to above, the PCC extends its scope of application to entities that enter into public works contracts or associated public service contracts, provided those contracts are directly financed, for more than 50% of the contractual price, by contracting authorities and the values of the contracts to be executed are equal to or greater than the relevant thresholds (Article 275, PCC).
Additionally, the PCC extends the application of certain public procurement rules to contracts to be carried out by public works concessionaires or by entities holding special or exclusive rights, under certain circumstances expressly defined in Articles 276 and 277 of the PCC.
The contracts that are subject to procurement regulation are those whose scope is, or may be, subject to competition. In this sense, in accordance with the PCC, the following contracts are considered to be subject to competition, without limitation:
Relevant thresholds (referring to the thresholds’ value net of VAT) may vary depending on the contracting authority and on whether the contracting authority pertains to the traditional public sector or to the utilities sector.
All public contracts executed by entities pertaining to the traditional public sector or that are considered bodies governed by public law fall within the scope of procurement law, regardless of the contract value. Nevertheless, contracts whose value is under certain amounts can be awarded through a non-competitive procedure (direct award) and their terms are also regulated by the PCC.
Law 30/2021 clarifies that Part III of the PCCis applicable to all public contracts, regardless of their qualification as administrative contracts.
The scope of application of the direct award was reduced by one of the latest amendments to the PCC, with the inclusion of a new procurement procedure (prior consultation) that imposes the consultation of three entities for the award of a contract.
The Utilities Sector
For contracting authorities in the utilities sector, regardless of the general application of the public procurement principles to all contracts carried out by those entities, the European thresholds apply and are as follows:
All public works concession contracts and all public service concession contracts, as well as companies’ incorporation contracts, fall within the scope of the PCC, regardless of their value.
The PCC does not establish any restrictions on the opening of contract award procedures. However, the regulated competitive public procurement procedures must be advertised in the national gazette (Diário da República) and in the Official Journal of the European Union (OJEU) if their value is over the European thresholds.
According to Portuguese legislation, the award of contracts is subject to compliance with the principles of the Treaty on the Functioning of the European Union – in particular, the free movement of goods, freedom of establishment and freedom to provide services – as well as the principles deriving therefrom, such as equal treatment, non-discrimination, mutual recognition, proportionality, competition and transparency.
Additionally, the law sets forth key obligations regarding opening and selection of procurement procedure, notices, tender documents, procedure phases and the course of the procedure, bidders’ requirements and impediments, qualification and bid submission and evaluation, award, contract execution and performance.
Regarding the advertising of contract award procedures, contracting authorities are obliged to adopt two types of notices.
Prior Information Notices
According to Article 34(1) of the PCC, prior to the formal opening of the pre-contractual procedures, and in accordance with the transparency principle, the contracting authorities should disclose their annual procurement plan in a prior information notice that complies with the model provided in Article 48(1) of the Public Procurement Directive for publication in the OJEU, provided that the aggregate contractual value of the contracts to be executed during the following 12 months equals or exceeds the European thresholds (see 1.3 Types of Contracts Subject to Procurement Regulation).
In accordance with Article 34(2) of the PCC, contracting authorities may also send a prior information notice for publication in the OJEU that complies with the model provided in Article 31(2) and (3) of the Concession Contracts Directive, in the case of service contracts for social and other specific services listed in Appendix IV of the Directive.
Additionally, pursuant to Article 35 of the PCC, contracting entities in the special utilities sector may send an indicative periodical notice for publication in the OJEU, with the mentions provided for in Article 67 of the Utilities Directive, and covering a period of 12 months as a rule.
Law 30/2021 stipulates that notices may not be published on the purchaser's profile until notice of their publication in this form has been sent to the Publications Office of the European Union, and the date of dispatch of the second notice must be expressly stated in the first notice.
Contract Notices
As mentioned in 1.3 Types of Contracts Subject to Procurement Regulation, depending on the value and the scope of the contract, public contract authorities are, as a rule, bound to advertise the awarding procedures. With the exception of the direct award and the prior consultation procedures, all public procurement procedures are required to be advertised in advance in the Diário da República, and in certain cases, also in the OJEU.
The information to be included in the contract notices is provided for in Annex V of the Public Procurement Directive (for announcements to be published in the OJEU) or in Ministerial Order 371/2017 (for notices to be published in the Diário da República), and varies according to the type of procedure. However, regardless of the type of procedure, the following information is expected to be disclosed in all advertisements:
Significant amendments to the PCC in 2017 included the introduction of Article 35-A, regarding “preliminary market consultations”. As a result of this, the awarding authorities may conduct informal market consultations before the launch of the contract award procedure; namely, requesting the opinion of experts, independent authorities or economic operators.
The PCC provides for the following procurement procedures:
Both the prior consultation procedure and the partnership for innovation were introduced in the PCC in its 11th amendment, of 2017.
Negotiation with Bidders
The use of procedures involving negotiation with bidders in Portugal is limited to specific circumstances, and the PCC establishes two procedures that involve negotiation with bidders: the competitive dialogue and the negotiation procedure.
Currently, the PCC provides that the adoption of a competitive dialogue or a negotiation procedure may occur if:
In addition to the two cases referred to above, provided that some requirements are fulfilled (in particular, if it is provided for in the procedure programme), a negotiation phase can be carried out in the procedures of direct award, prior consultation or in public tenders, including in public tenders for the award of public works or public services concession contracts, or for the award of public works, supply or lease of goods or services provision contracts whose contract value is below certain amounts.
In general, awarding authorities may freely choose to adopt an open procedure or a restricted procedure with pre-qualification.
For contracts designed for the utilities sector, awarding authorities may freely choose between the open procedure, the restricted procedure with pre-qualification, the negotiation procedure, the competitive dialogue and, if the respective requirements are fulfilled, the partnership for innovation. Also, for public works or public services concessions, as well as for company incorporation contracts, awarding authorities may freely choose between the open procedure, the restricted procedure with pre-qualification, the negotiation procedure or the competitive dialogue. In both cases, other procedures may be adopted provided certain criteria legally set forth – based on the value of the contract or material criteria – are met.
Regarding the defence and security sector, Decree-Law 104/2011 provides three procedures:
Special procedural instruments are also set forth for design procedures, dynamic purchasing systems and qualification systems, the latter applicable to the utilities sector.
As the EU directives state the importance of simplifying and dematerialising procurement procedures with a view to ensuring greater efficiency and transparency, the PCC opts unequivocally for electronic procurement, and the awarding authorities are bound to adopt electronic procurement procedures.
Further to the above, there are certain criteria that are relevant and have to be fulfilled for the adoption of certain types of procedures, based on the contract value, material criteria or the type of contract.
Criteria Based on Contract Value
For entities pertaining to the traditional public sector or that are considered bodies governed by public law, the thresholds are the following.
However, in some situations, a direct award or a prior consultation may be adopted irrespective of the contract value, in particular when the following material criteria are met, among others.
Other material criteria are set forth in the law, specifically for each type of contract (Articles 24 to 27, PCC).
Even when one of the material criteria for the adoption of a direct award or a prior consultation is met, the law specifies that prior consultation should be adopted whenever the recourse to more than one entity is possible and compatible with the criteria used for the adoption of such a procedure.
Negotiated Procedures and Competitive Dialogues
The awarding authorities can adopt a negotiated procedure or a competitive dialogue when:
Partnerships for Innovation
The awarding authorities may adopt the partnership for innovation when they intend to carry out research activities and the development of innovative goods, services or works, irrespective of their nature and areas of activity, according to their subsequent acquisition, provided that they correspond to the levels of performance and prices previously agreed between them and the participants in the partnership.
Mixed Contracts
Finally, there are also specific rules and conditions for the adoption and scope of a specific procedure for the award of mixed contracts.
As a rule, apart from procedures where the submission of a proposal depends on an invitation (ie, direct award and prior consultation), the award authorities shall provide free, unrestricted and full direct electronic access to the procurement documents, from the date of publication of the notice. In other cases – ie, when direct award or prior consultation is adopted – the documents of the procedure shall accompany the invitation.
Additionally, the PCC also establishes the obligation to disclose, in the public procurement portal (called BASE), the information related to the pre-contractual procedure and performance of public contracts, through a form conforming to the model in Annex III of the PCC.
In this respect, Ministerial Order 57/2018, of 26 February 2018, regulates the operation and management of the public procurement portal. This portal was designed to centralise the most important information relating to all pre-contractual procedures, which must be carried out electronically as required by the PCC. It is a virtual space where the elements regarding the pre-contractual procedure and performance of public contracts are publicised, thus enabling their follow-up and monitoring.
See also 2.1 Prior Advertisement of Regulated Contract Award Procedures.
The PCC establishes the minimum timescales to present applications (technical and financial qualification documents) or tenders. Pursuant to Article 63(1) of the PCC, the awarding entity may broaden the timescales in the procedure documents, with respect to the following time limits stipulated by the PCC:
With regard to the possibility of extending the deadline for the submission of proposals, Article 64(2) of Law 30/2021 establishes a more stringent exception to paragraph 1 (which provides for an extension of at least the same duration as the delay) of the same article: when the corrections or clarifications provided for in Article 50 are communicated after the deadline set for this purpose, the deadline for the submission of proposals must be extended:
Open Procedure
If the notice is not subject to publication in the OJEU, the PCC establishes a minimum time limit to submit bids of six days after notice is sent to publication, unless the proceeding concerns the formation of public works contracts, in which case the time limit is 14 days. If the works are of significant simplicity, the time limit of 14 days can be reduced to six days. If the notice is publicised in the OJEU, the minimum time limit is 30 days, which can be reduced to 15 days in cases of urgency duly reasoned by the awarding entity or if a prior information notice has been published complying with certain conditions set forth in the law. In urgent open procedures, the time limit is 24 hours on working days for acquisition or lease of goods or acquisition of services, and 72 hours on working days for public works contracts.
Restricted Procedure with Pre-qualification
As part of the special measures for public procurement, Law 30/2021 also stipulates the possibility of shortening the deadline for the submission of applications and bids in public tenders or limited tender procedures by prior qualification, pursuant to Articles 136(3), 174(2), and 191(5), all of the PCC, with the exemption of the obligation to state reasons as set forth in these rules.
Negotiated Procedure
Competitive Dialogue
The minimum timescale to submit tenders is 40 days after the invitation is sent. Regarding prior phases for the submission of applications for technical and financial pre-qualification and for the submission of solutions, there are no minimum deadlines set forth in the law, the awarding entity being bound to indicate the same in the notice and in the invitation, respectively.
Partnership for Innovation
Public procurement law sets forth conditions for interested parties to participate in tenders, and if a bidder does not comply with these requirements, it will be disqualified and excluded from the tender. These requirements certify the professional and personal suitability of bidders and are distinct from the technical and financial capacity requirements whereby candidates’ technical and financial qualification is assessed.
Eligibility criteria include:
(a) insolvency or similar;
(b) conviction for crimes affecting professional reputation;
(c) administrative sanctions for a serious professional breach;
(d) non-payment of tax obligations;
(e) non-payment of social security obligations;
(f) sanction of prohibition to participate in public tenders set forth in special legislation;
(g) sanction for a breach of legal obligations in respect of employees subject to payment of taxes and social security obligations;
(h) conviction for crimes concerning criminal organisations, corruption, fraud or money laundering, as set out in the PCC;
(i) direct or indirect participation in the preparation of tender documents, thus obtaining a special advantage;
(j) unlawful influence on the competent body for the decision to contract, or obtainment of confidential information granting undue advantages, or provision of misleading information;
(k) conflict of interest; and
(l) significant faults in the performance of a previous public contract in the past three years.
In the situations mentioned in (b), (c), (g), (h) and (l), the PCC allows bidders to demonstrate that enough measures have been implemented in order to demonstrate a bidder’s probity for the performance of the contract.
Besides these eligibility criteria, in procedures allowing for a pre-qualification phase, contracting authorities may establish criteria to evaluate bidders’ technical and financial capacity. These may include factors linked to the bidder and not to the bid to be presented, as is the case in the EU directives.
In procedures with a pre-qualification phase – restricted procedure with pre-qualification, negotiated procedure, and competitive dialogue – it is possible to restrict participation to a limited number of qualified interested parties.
Following the assessment of the interested parties and their compliance with the technical and financial qualification criteria, a limitation of the number of bidders may occur. There are two legal systems for the selection of the qualified interested parties and limitation of the number of entities that will be invited to submit a bid ("qualification of bidders"), at the free choice of the awarding entity.
Simple and Complex Systems
Under the first system, the simple system, all interested parties that comply with the minimum technical and financial criteria set forth in the tender documents shall be invited to participate and submit their bids.
In accordance with the second system – the complex, or selection, system – the technical and financial qualification of the interested parties will be evaluated and ranked, with the criteria of the higher technical and financial capacity prevailing, and only the highest-qualified parties being qualified for the submission of bids.
If the complex system of pre-qualification is adopted, a minimum of five (or a minimum of three, where a competitive dialogue procedure is at stake) interested parties shall be qualified and invited to submit their bids, unless the number of entities that comply with the minimum technical and financial criteria of pre-qualification is fewer than five (or three in the case of competitive dialogue).
It is important to stress that economic operators may resort to the technical qualification of third parties in order to demonstrate full compliance with the qualification criteria. To do so, they must submit with their qualification documents a declaration in which they state that the third party at stake will perform the relevant part of the scope of the contract for which such expertise is required.
Non-competitive Procedures
Beyond the pre-qualification procedures, in non-competitive procedures, such as the direct award, the selection of the invited entity(ies) is at the discretion of the awarding entity.
In direct award or prior consultation procedures, the selection of the invited entity(ies) for submission of bids is at the discretion of the awarding entity – one entity only in direct awards and a minimum of three entities for prior consultations.
As a result of the 11th amendment to the PCC, the only award criterion is the most economically advantageous bid, which may assume one of two types:
Subject to grounded reasoning, the awarding entity may choose not to submit to competition and not to evaluate the price or cost, in which case it shall establish in the tender documents a fixed or maximum price.
The factors and sub-factors of the evaluation criteria should have a connection to the subject matter of the public contract in question, comprising all, and only, the aspects of performance of the contract to be executed. They may include quality, price, technical merit, aesthetic and functional characteristics, environmental characteristics, running costs, cost-effectiveness, after-sales service and technical assistance, delivery date and delivery period or period of completion, and environmental or social sustainability.
With the 11th amendment to the PCC, it became mandatory for the rules of the procedure to establish a tie-breaker criterion in the event of a tied evaluation of bids. This can be related to the evaluation factors established, or to the bidder being a social enterprise or a small or medium-sized enterprise. The PCC specifically determines that the tie-breaker criterion cannot be the time when the bids were submitted.
In relation to the award criteria, Law 30/2021 clarifies that the criterion of the most economically advantageous proposal based on the multi-factor method may be densified by another factor related to the performance of the contract to be entered into other than price. It also extends the list of tie-breaking criteria in the evaluation of the proposals.
According to the PCC, contracting authorities must be transparent. This general obligation is enshrined in the requirement to properly publicise public tender proceedings, and to make public all procedure documents, which must also be transparent and clear, thereby ensuring a level playing field among bidders.
One of the elements that has to be disclosed is the criteria and evaluation methodology of the bidders (pre-qualification phase, where it exists) and of the bids evaluated.
In accordance with the PCC, there is a general provision that demands the absolute disclosure at the beginning of the procedure of all features of the evaluation methodology that cannot be altered during its course. Thus, the relevant pre-qualification criteria for the selection of bidders, as well as the criteria for the selection of bids and their corresponding weight, the evaluation methodology, and the scoring system for every criterion, factor and sub-factor must be clearly specified in the tender documents at the beginning of the procedure.
Law 30/2021 stipulates that in cases where the award criterion is multi-factorial, a bid evaluation model that clearly explains the factors and any sub-factors relating to aspects of the execution of the contract that are subject to competition in the specifications must be drawn up.
Any relevant decisions of the contracting authority shall be notified to all interested parties, including unsuccessful bidders. Also, all proposed decisions taken by the jury of the procedure shall be notified to the same entities.
Thus, all entities or bidders that submit a pre-qualification application or a bid are notified and informed of the preliminary evaluation report, including the unsuccessful bidders. At this stage, bidders are granted a brief period, usually of at least five working days, to comment on the analysis made by the jury. They have the opportunity to present a formal request asking for a modification of the preliminary report if they do not agree with its content. A final report and final decision on the pre-qualification or on the evaluation of bids and award of contracts is issued and also notified to all participating parties, successful or not.
However, according to Law 30/2021, if only one bid has been submitted in the procedure, the jury does not have to send the preliminary report to the only competitor under the right to a prior hearing.
The PCC provides that the contract award decision is notified simultaneously to all bidders participating in the procedure together with the final report prepared by the jury, which must also include the reasoning of the decision. As procedures run on electronic platforms, the relevant entities are alerted through a notification in the platform.
The PCC stipulates a general standstill period of ten days between the time of notification of the contract award decision in writing to all bidders and the execution of the contract, so that unsuccessful bidders are allowed to challenge the decision before the contract has been signed.
However, the referred-to ten-day period shall not apply where:
As referred to in 3.2 Obligation to Notify Interested Parties Who Have Not Been Selected, the preliminary evaluation report issued by the jury of the tender should be notified to all bidders, allowing them to submit their views, and the report may be reviewed by the jury in the final report.
In Portugal, it is possible to challenge all decisions issued in public procurement procedures through administrative review proceedings that address the contracting authorities (the competent body for the contracting decision) or through judicial review proceedings under the jurisdiction of administrative courts.
The PCC sets forth fines that may be applied for breach of procurement rules and that depend on the seriousness and degree of fault of the defaulting party.
Also, the sanction of prohibition to participate in subsequent public procurement procedures may apply for a maximum period of two years.
Additionally, the courts can decide to annul a procedure or a contract due to breach of procurement rules, as well as to award damages (eg, the bid’s preparation costs).
Whenever a public procurement procedure refers to the conclusion of a public works contract, a public works concession, a public services concession, an acquisition or lease of goods, or an acquisition of services, the judicial challenge of the award decision taken by the contracting authority automatically suspends the effects of the awarding decision or the performance of the contract (if it has already been concluded). The suspensory effect can, however, be ended if so requested by the contracting authority and if the administrative court considers that the damages resulting from the suspension are greater than the ones resulting from its withdrawal.
When the judicial proceeding refers to a different decision taken in the context of a public procurement procedure (ie, not an award decision), the proceeding shall not have an automatic suspensory effect, but the administrative court may be requested to adopt interim measures aimed to ensure the effectiveness of the final judgment.
Any unsuccessful bidder can submit an application for review of a certain decision, tender document or contract, provided it demonstrates it has been directly affected by the infringement at stake and that it will obtain an advantage with the review decision sought.
The appeal proceedings concerning procurement decisions are characterised by their pressing urgency, aimed at avoiding excessive delays in the procurement procedure. An administrative appeal must be brought within five business days. Judicial proceedings regarding pre-contractual litigation must be filed within one month of the relevant decision being issued and notified to the bidder.
Administrative claims tend to be decided very swiftly. Judicial proceedings usually take no less than six months to obtain the first-instance decision.
There is no statistical data regarding this matter. That said, it is evident that the number of procurement claims is growing.
Administrative appeal of decisions taken by the contracting authorities does not have any cost to the challenging entity.
Judicial challenge has an initial cost, in the first instance, regardless of the value of the action, of EUR102. However, in the event of appeal of the court ruling, a variable judicial fee will be charged, depending on the value of the claim.
According to the PCC, amendments to concluded contracts are permitted without a new procurement procedure only on public interest grounds, if the conditions under which the parties entered into the previous agreement have changed in an abnormal and unpredictable way, and if the contractor’s new obligations would seriously increase the risks it assumes under the original contract.
Amendments can be introduced by a unilateral decision of the contracting authority based on public interest grounds, by an agreement entered into by both parties, or by a judicial or arbitral decision.
The amendments introduced cannot alter the overall nature of the contract and cannot affect competition within the procurement procedure launched for the performance of said contract (ie, the changes to be introduced cannot alter the order of the bids previously evaluated).
In fact, the amendment cannot substantiate an increase of 25% of the initial contractual price in the mentioned case of change of circumstances, and of 10% in the case of amendments based on public interest. It cannot lead to the introduction of changes that, if included in the contract documents, would objectively change the evaluation of the bids and change the economic balance of the contract in favour of the co-contracting party.
Under Law 30/2021, in addition to the objective modification of the contract by agreement of the parties or by judicial or arbitral decision, a third route is introduced: the modification of the contract by administrative act of the public contracting authority based on reasons of public interest arising from new needs or a new consideration of the circumstances.
As to the grounds for modification of the contract, a new ground is also added: the existence of contractual clauses indicating clearly, precisely and unequivocally the scope and nature of possible modifications, as well as the conditions under which they may be applied.
The referred-to law also clarifies the limits to which each of the grounds for objective modification are subject and sets forth exceptions to which said limits are not applicable. It also extends the obligation to publish objective modifications to all contracts entered into by the public contracting entity on the public contracts portal.
Finally, it extends the application, with the necessary adaptations, of the regime of objective modifications of the public works contracts to concession contracts and of the regime of objective modifications of the public works contracts to services acquisition contracts.
Portuguese courts, in relation to amendments introduced to concluded contracts, still follow the Pressetext case law.
The legislation permits direct contract awards under the circumstances established in 1.3 Types of Contracts Subject to Procurement Regulation.
Several decisions have been taken in relation to public procurement matters, of which the following should be highlighted.
Decision of the Central North Administrative Court of 17 December 2021 (Case 0129/19.1BEPDL-S3)
The court considered that the purpose of the abnormally low price mechanism was to reconcile, on the one hand, the immediate financial public interest of awarding the contract to the bidder with the lowest price (the value of the contract will be lower), in conjunction with the right to free enterprise, and, on the other hand, the public interest of safeguarding the risk of non-performance or defective performance of the contract.
Decision of the Central South Administrative Court of 31 October 2021 (Case 1657/20.1BELSB-S1)
In order for the request to lift the automatic suspensive effect of the awarding act to proceed, it must be alleged by the defendant entity (or by the counter-interested parties) and proven in the records that such effect causes relevant damage – not only inconvenience or mere damage resulting from the immediate and automatic suspension of the effects deriving from the judicial challenge that is (naturally) inherent to it – and greater than that which would result from its lifting.
Decision of the Supreme Administrative Court of 7 October 2021 (Case 03133/19.6BEBJA)
Pursuant to Article 6(1) of Ministerial Order 372/2017, of 14 December 2017, all members of a group competing in a public tender are individually required to submit all the qualification documents required by Article 81(1) of the PCC and by that ministerial order, and it is not sufficient for those documents to be held, as a whole, by the companies that make up the group.
Law 30/2021 – Other Relevant Aspects
In addition to the aspects already mentioned, Law 30/2021 has introduced significant changes, not only with the introduction of special procurement measures, but also with other changes to the PCC.
In the context of the special measures for public procurement, and as already anticipated, it establishes a special regime applicable to pre-contractual procedures aimed at the conclusion of contracts for:
With the exception of the last two contract types – for which the Law establishes that for their execution, direct adjustment or prior consultation procedures may be triggered, depending on the value of the contract – for the execution of the remaining contracts, the pre-contractual regime is common, namely as to the possibility of:
The Law also simplifies the pre-contractual procedures of public tender, limited tender by prior qualification and prior consultation, with Part II of the PCC being subsidiarily applicable to them, under the following terms:
Regarding the supervision of contract execution:
Other relevant changes were introduced by Law 30/2021, regarding decision to contract, award criteria, impediments to contract, requirements regarding bidders, conflicts of interests, variant bids, performance of public contracts, additional works in public works contracts and supplementary works, among others.
COVID-19: Exceptional Measures
Given the exceptional circumstances caused by the COVID-19 pandemic that continued to be experienced during 2021, various effects of the measures taken by the government with regard to judicial terms, relationship with the administration and public procurement continued to be felt; in particular, the effects resulting from Decree-Law 10-A/2020, of 13 March 2020.
Decree-Law 10-A/2020, of 13 March 2020
Within the COVID-19 legislation, Decree-Law 10-A/2020 continued to be especially relevant, although it was subject to some amendments. Decree-Law 10-A/2020 establishes an exceptional public procurement regime for the execution of public works, lease or purchase of goods and services supply contracts by entities in the public administrative sector, public companies and local authorities, provided that they are related to COVID-19; ie, the purpose of which is the “prevention, containment, mitigation and treatment” of COVID-19 and the “restoration of normality”. The intention of this regime is to ensure the swift availability of products and services considered essential in the fight against COVID-19, by simplifying and accelerating public procurement procedures in the context of COVID-19.
Legislative Proposals
Legislative proposal No 253/XIV aims to approve a set of transparency rules applicable to private entities that carry out legitimate representation of interests before public entities and the creation of a transparency register in the representation of interests.
Rua Dom Luis I 28
1200-151 Lisboa
Portugal
+351 21 311 3400
+351 21 311 3406
lisboa@vda.pt www.vda.ptIntroduction
The COVID-19 pandemic continued to have significant effects during 2021, especially in the first half of the year. In the second half of 2021, the number of procurements began to rise again, mainly due to special legislative measures adopted by the government but also to the approval of the European Recovery and Resilience Facility and the beginning of its implementation.
In the final part of the year, problems began to appear because of the exceptional and fast rise in construction costs, mainly relating to labour but also to steel, cement and other materials and equipment, derived from the shortage in the world market and bottlenecks in major ports and the transport chain, all due to COVID-19. This problem will have a significant impact on all public contracts, demanding a rebalance of economic conditions due to unexpected and abnormal changes in circumstances.
New Procurement Laws
Special procurement rules
In 2020, the government tried to approve special procurement rules to speed up procurement procedures. The law was stopped by the President of the Republic due to concerns regarding transparency and lack of control from the Court of Audits and from Parliament. In 2021, after some changes, the Parliament finally approved what is now Law No 30/2021, of 21 May.
Law No 30/2021 is an important change to the Portuguese Public Procurement Code, aiming to simplify procedures and specifically to accelerate the procurement of contracts financed with European funds. The government wanted to enable contracts to be signed more quickly by cutting or speeding up some procedures so that public investments could be executed in time, especially those that were to be financed by European funds. The government was mainly thinking of ways to ensure immediate access to the coming European Recover and Resilience financing, which must be secured within a very short timeframe (four years, although there are talks at a European level on extending the deadlines due to the war in Ukraine and its consequences).
At the same time, the government also inserted some modifications into the procurement judicial procedural rules in order to allow contracts to be implemented more quickly by modifying the rules on the automatic suspension of an adjudication (today someone who challenges an adjudication within the ten-day delay automatically stops the implementation of a contract and the government has to ask the court to lift the suspension in order for the implementation of the contract to be resumed, which is not easy). With the modifications to Articles 102.º and 103.º-A of the Administrative Procedural Code, a judge must pass a preliminary ruling to ascertain the minimum fumus boni iuris of a challenge. The new law also speeds up the procedure so that a ruling can be obtained more quickly.
In addition to several important modifications to the Procurement Code, Law No 30/2021 included the following special procurement measures to simplify and accelerate the procurement of contracts financed with European funds:
As well as European funded contracts, the Law also provided for the following types of contracts to be subject to these measures, but only until the end of 2022:
Finally, the same special measures can also be applied to the following contracts:
Law No 30/2021 includes some transparency measures regarding stronger supervision by the Audit Court and a special Parliamentary Committee. It also strengthened the sanctions for violations of the new measures.
Modifications to the Procurement Code
Law No 30/2021 introduced 79 modifications to the Procurement Code, with the most significant addressing the following:
These modifications only entered into force for new procedures, with some exceptions.
Transmission of establishment through a procurement procedure
Law No 18/2021, of 8 April, approved a modification to the Labour Law Code, regarding the transfer of an establishment in the award of a new service contract in the security, food, cleaning or transport sectors.
Case Law
Some important 2021 court decisions are worth highlighting here. The main theme in discussion continues to be the electronic signature of bid documents.
In 2020, the Administrative South Central Court ruled that it was mandatory to electronically sign each document before uploading it onto the electronic platform individually, even if they are to be jointly inserted into one PDF. The court said that this was the only way to secure the content and to be sure the documents were attributable to the bidder and remained unchanged.
The decision was heavily criticised because it was argued that the electronic signature in a PDF was sufficient technically to secure the entire content of the file, including all the documents within. Therefore, to exclude a bidder for not signing each document incorporated in a PDF was disproportional and should not be allowed.
The decision was reviewed by the Supreme Court, which confirmed the reasoning in a decision of 25 November 2021. Therefore, the current jurisprudence continues to demand a signature on each document even if they are inserted into one PDF, considering it insufficient to sign just the PDF, and sanctioning this omission with the exclusion of the bidder.
In a decision of 18 February 2021, the Supreme Court decided that any company that has been subject to contractual sanctions exceeding the maximum penalties (20% or 30% of the contractual value) and that has showed significant or persistent defaults in the implementation of a previous contract is deemed to be prohibited from bidding in a subsequent procedure.
Finally, in a ruling of 7 October 2021, the Supreme Court confirmed the jurisprudence that each one of the members of a bidding group needs to present all the habilitation documents rather than just some of them.
Conclusion
2021 was a mixed year, with restrained measures on investment in the first half and attempts to boost investment in the second half.
In terms of court decisions, some important issues came under debate, with the Supreme Court confirming previous jurisprudence.
Considering the crisis surrounding construction material costs in the final half of 2021, it is expected that 2022 will see significant demands for contract rebalance and compensation of costs. There is also likely to be uncertainty among bidders as they cannot anticipate prices for long-term contracts. This will possibly bring about a review of pricing for public authorities and even a need to cancel some ongoing tenders in order to rethink them and relaunch them with different conditions.
Many deadlines to present bids have already been postponed, and some tenders have been cancelled with no bidders.
Without having a sense of the possible evolution of prices in the global market, no bidder is ready to commit themselves to a fixed price through a long period of time; the legal and contractual formulas of price revision need to be changed.
Rua Dom Francisco Manuel de Melo, 21
1070-085 Lisbon
Portugal
+351 21 313 2000
+351 21 313 2001
geral.portugal@srslegal.pt www.srslegal.pt/en