You are on page 1of 32

Office of the Auditor General of Ontario

To the Honourable Speaker


of the Legislative Assembly

I am pleased to transmit my Special Report on


Consultant Use in Selected Health Organizations,
which the Standing Committee on Public Accounts
requested pursuant to Section 17 of the Auditor
General Act.

Jim McCarter
Auditor General

October 2010
© 2010, Queen’s Printer for Ontario

Ce document est également disponible en français.

ISBN 978-1-4435-4642-3 (Print) Cover photograph: © iStockphoto.com/Anastasia Pelikh


ISBN 978-1-4435-4643-0 (PDF)
Table of Contents

Background 5

Audit Objective and Scope 5

Summary 6

Detailed Observations 10

Ministry of Health and Long-Term Care 10


Provincial Procurement Policy 10
Compliance with the Directive 11

Local Health Integration Networks 14


Compliance with the Directive 14
Tracking, Monitoring, and Reporting on Use of Consultants 14
Procurement Planning 14
Competitive Procurement and Follow-on Engagements 15
Signed Contracts 17
Documentation 17
Controls over Payments to Consultants 17
Conflict-of-interest Declarations 18
Contracts Managed by Shared Services Arrangements 18
Changes Following the Updated
July 2009 Procurement Directive 19

Hospitals 20
Policies on Consultant Use 20
Controls over Consultant Use 21
Continuous Reliance on Consultants 24
4 Special Report

Follow-on Engagements 25
Controls over Payments to Consultants 26
Employment Arrangements as Consulting Contracts 28
Procurement Practices for Recent Contracts 29
Acquisition of Consultants to Lobby Government 29
Hospitals Acting as Paymasters for the Ministry or LHINs 31
Special
Report Consultant Use in Selected
Health Organizations

which approximately 85% was funded directly by


Background the Ministry, primarily through the LHINs.
The Ministry, LHINs, and hospitals spend a
portion of their budgets on engaging private-sector
The Ministry of Health and Long-Term Care (Min-
consultants. The Ministry and LHINs are required
istry) is working to establish a patient-focused,
to follow the policies laid out in the Manage-
results-driven, integrated, and sustainable publicly
ment Board of Cabinet’s Procurement Directive
funded health system. The Ministry views its pri-
(Directive), as amended in November 2007 and
mary role as establishing the health system’s overall
July 2009, for planning, acquiring, and managing
strategic direction and priorities, and guiding
consulting services. At that time, organizations
resources to bring value to the system. During the
in the broader public sector, such as hospitals,
2009/10 fiscal year, the Ministry incurred $42 bil-
were not required to follow the Directive and were
lion in operating expenses and almost $1.5 billion
responsible for establishing their own administra-
in capital expenses.
tive policies. Effective April 1, 2010, however, the
In 2005, the Ministry created 14 Local Health
government required certain health and education
Integration Networks (LHINs) to plan, fund, and
broader-public-sector organizations to comply with
integrate health-care services in their commun­
a recently issued Supply Chain Guideline and the
ities. LHINs are Crown agencies with provincially
procurement policies and code of ethics contained
appointed boards of directors that are accountable
therein.
to the Minister of Health and Long-Term Care. With
ministry funding, the LHINs allocated approxi-
mately $21.7 billion in the 2009/10 fiscal year to
various health-care service providers, including Audit Objective and Scope
hospitals.
Ontario’s public hospitals are governed by
On October 21, 2009, the Standing Committee on
boards of directors that are responsible for their
Public Accounts requested that the Auditor General
hospital’s operations and for determining their hos-
of Ontario, “at his discretion, conduct spot audits
pital’s priorities in addressing patient needs. In the
on the use of consultants by the Ministry of Health
2009/10 fiscal year, the total operating expendi-
and Long-Term Care, the 14 LHINs, and Ontario’s
tures for Ontario’s 155 public and specialty psychi-
hospitals.”
atric hospitals was approximately $18.9 billion, of

5
6 Special Report

Section 17 of the Auditor General Act states that were actually procured and managed by other
the Standing Committee on Public Accounts can LHINs, which we also contacted for additional
request us to perform such special assignments information. We also visited the LHIN Shared Servi-
and, accordingly, we accepted this assignment. Our ces Office (LSSO), which provides some corporate
audit objective was to assess whether the Ministry and common services and programs to all LHINs.
and a selection of Ontario’s LHINs and hospitals We selected 16 hospitals at which to conduct our
had adequate systems and procedures in place to work, choosing on the basis of size, location, and
ensure that consulting services were acquired and other operational characteristics, in order to exam-
managed in accordance with sound public-sector ine a diverse range of institutions.
business practices. Our audit followed the professional standards of
Our Special Report on Ontario’s Electronic the Canadian Institute of Chartered Accountants for
Health Records Initiative was issued in Octo- assessing value for money and compliance. We set
ber 2009 and included a review of procurement an objective for what we wanted to achieve in the
practices involving private-sector consultants at the audit and developed audit criteria that covered the
Ministry of Health and Long-Term Care and at the key systems, policies, and procedures that should
eHealth Ontario agency. As a result, we excluded be in place and operating effectively. These criteria
from this audit additional consulting-services were accepted by senior management at the Min-
engagements that the Ministry may have entered istry and at the LHINs and hospitals we visited. We
into for that initiative. We did, however, consider then designed and conducted tests and procedures
the observations made in our 2009 audit as well to address our audit objective and criteria.
as several previous audits involving consulting Our audit work at the LHINs and hospitals
services. included interviews, reviews, and analyses of
The Ministry’s use of consulting services was policies, procedures, approvals, and documenta-
examined by the Ontario Internal Audit Division tion with respect to the use of consultants in the
for the 2008/09 fiscal year, and it issued a report in 2007/08, 2008/09, and 2009/10 fiscal years.
September 2009. Its audit work included a review Figure 1 shows the LHINs and hospitals we selected
of a large sample of contracts issued during the for this audit.
period under review. We reviewed the internal
auditors’ work and concluded that we could rely on
the results of their audit. In addition, we selected
and reviewed another sample of consulting-services
Summary
contracts for the 2009/10 fiscal year. Both the
internal audit and our work included assessing pro- In summary, our spot audits on the use of consult-
cesses, approvals, and the documentation available ants by the Ministry of Health and Long-Term Care,
for engaging and managing consultants. Our work three LHINs, and 16 Ontario hospitals indicated the
included discussions with ministry staff in nine dif- following:
ferent program areas on their decisions and actions • Ministry: On the basis of our work and the
taken. work done by Internal Audit, we found that
We selected three LHINs for audit primarily on the Ministry complied with most, but not
the basis of size and location, excluding the three all, of the established requirements of the
LHINs that the Ontario Internal Audit Division was Management Board of Cabinet’s Procurement
separately auditing at the time for the Ministry. Directive (Directive). For instance, insufficient
During our field visits, we learned that some con- time was allowed for consultants to respond
sulting services assignments paid for by the LHINs to tender requests, and we noted instances
Consultant Use in Selected Health Organizations 7

Figure 1: LHINs and Hospitals We Selected for Our Audit


Prepared by the Office of the Auditor General of Ontario

17
2

16

14

15 13 10

11
1 9 19
6 8
18
1. Central West LHIN, Brampton
12 3
2. North West LHIN, Thunder Bay 4

3. South West LHIN, London 5


4. Brant Community Healthcare System, Brantford
5. Chatham-Kent Health Alliance, Chatham
6. Guelph General Hospital, Guelph
7. Hôpital régional de Sudbury Regional Hospital, Sudbury
8. Hospital for Sick Children, Toronto
9. Humber River Regional Hospital, Toronto
10. Kingston General Hospital, Kingston
11. Lakeridge Health Corporation, Oshawa
12. London Health Sciences Centre, London
13. Ross Memorial Hospital, Lindsay
14. Royal Ottawa Health Care Group, Ottawa
15. Royal Victoria Hospital, Barrie
16. Sault Area Hospital, Sault Ste. Marie
17. Timmins and District Hospital, Timmins
18. Trillium Health Centre, Mississauga
19. University Health Network, Toronto
8 Special Report

where the underlying documentation indi- the requirements of the Directive then in
cated that a competitive process had been effect. For example, at least 75% of the single-
followed but we believed that the process sourced contracts that we reviewed did not
favoured a particular consultant. meet the specific requirements for exemptions
• LHINs: We noted that before mid-2009, provided for at the time by the Directive, and
the LHINs often did not follow established they lacked the required supporting documen-
requirements in the Directive designed to tation and/or prior approval.
ensure the sound procurement and use of con- • As many as two-thirds of the consulting
sulting services. However, our examination contracts we examined had follow-on agree-
of the more recent procurements did indicate ments, and most were awarded without a
that some improvement is under way. separate competitive process or documented
• Hospitals: We noted far too many instances at justification for the additional work. At the
the hospitals we visited where sound public- three LHINs we visited, we noted that consult-
sector business practices were not followed in ants’ invoices did not provide sufficient infor-
the selection and oversight of consulting ser- mation on work done or other billing details,
vices. While the Ministry has since mandated including receipts for expenses, to support
specific policies and procedures that must the amount paid in about 40%, 50%, and
be followed for the procurement of goods 35%, respectively, for invoices of contracts we
and services effective April 1, 2010, it will be examined.
incumbent on hospital senior management • A recent audit of three other LHINs by the
and boards of directors, the LHINs, and the Ministry’s internal auditors identified similar
Ministry to establish appropriate oversight control weaknesses in their sampling of
roles to ensure that hospitals consistently contracts awarded between April 2008 and
comply with these requirements. August 2009. We did note some improvement
More specifically, with respect to the Ministry: in processes used by all three LHINs following
• Internal audit reported that for consulting ser- both the government’s introduction of the
vices acquired during the 2008/09 fiscal year, amended July 2009 Directive and the Min-
many elements of the Directive were being istry’s instructions to LHINs to improve their
complied with, but there were still deficien- compliance with the Directive.
cies that needed to be addressed. With respect to the hospitals:
• Our work indicated that the Ministry was, for • At the time of our audit, the hospitals were
the most part, in compliance with the require- not required to follow the government’s Direc-
ments of the revised Directive that came into tive on procurement. However, because the
effect in July 2009. We did note, however, two Directive constitutes sound, common-sense
recent cases where the Ministry’s new over- public-sector business practices, we bench-
sight controls were ineffective, and higher- marked the hospitals against its principles.
priced consultants were given preferred We noted that, although procurement poli-
treatment in the procurement process used. cies established by each hospital generally
With respect to the LHINs: required an open competitive process for pro-
• Procurements examined to mid-2009 indi- curements of goods and services that cost over
cated that processes and practices used by the $100,000, policies were neither as robust nor
LHINs we visited were inadequate to ensure as comprehensive as those in the Directive.
that the use of consultants was planned for, For instance, they did not require:
acquired, and managed in accordance with
Consultant Use in Selected Health Organizations 9

• assignments to be well defined and government, and in some cases the federal
properly justified before consultants were government, using funding provided by
engaged; the Ministry for clinical and administrative
• adequate contractual arrangements with activities. While the more than $1.6 million
fixed ceiling prices to be established; spent by the eight hospitals was relatively
• payments to be tied to specified deliver- small in comparison to these hospitals’ overall
ables; and funding, we questioned the appropriateness
• consultant performance to be properly of using government funds to pay lobbyists to
managed. help obtain more government funding.

Most hospitals did not require that their In our discussions with the hospitals, they
boards of directors approve either large acknowledged that they needed to pay more
contracts with consultants or single-sourced attention to ensuring that their procurement of
contracts, or that senior management consultants was open, transparent, and better
regularly report to the board on their use of documented. A number of the hospitals did indi-
consultants. cate that they had recently made improvements to

Most hospitals we visited had deficiencies their consultant-procurement practices and noted
with respect to their planning, acquisition, that this was not necessarily reflected given the
approval, payment, and/or contract man- time frame of our audit. As well, several hospitals
agement of consultants. Non-competitive indicated that the issues we raised with respect to
procurement practices and follow-on assign- consultants would not be applicable to their pro-
ments to extend existing contracts were used curement processes for other goods and services,
extensively to acquire and retain consultants, which “were much more mature” and which would
and fair, open, and transparent procurement “cover the vast majority of annual (non-salary)
practices were often not followed. Consultants spending in the hospital.”
were frequently engaged without establishing
comprehensive contractual arrangements. Overall Response from the

Many operational and capital-related Ministry, LHINs and Hospitals
consulting-services engagements were single-
The Ministry of Health and Long-Term Care
sourced and allowed to grow from small
informed us that “The Ministry fully supports
assignments to ongoing projects totalling
the recommendations in the Auditor General’s
several million dollars without sound com-
report. Ontarians expect the government, its
petitive procurement practices.
agencies, and its institutions to use public funds

Controls over payments were often inad-
responsibly. It is imperative that we ensure
equate to ensure that payment was made in
taxpayer dollars are spent wisely, that we are
accordance with agreements and key deliver-
accountable for our decisions, and that our
ables, and expenses were often not supported
investments improve patient care.”
by details and receipts. In some cases, consult-
The Ministry further noted that our report
ants charged for expensive meals, alcohol,
clearly demonstrates that more needs to be
and accommodations, and for conferences
done, and that the Ministry is taking actions
and unauthorized fees, without questioning
consistent with the report’s recommenda-
by hospital staff. Hospitals also prepaid for
tions. It has already taken and will be taking
services in some cases.
additional concrete steps to strengthen account-

Eight of the 16 hospitals we visited had
ability and transparency in procurement and the
engaged consultants to lobby the provincial
10 Special Report

not, however, apply to Ontario’s broader-public-


use of public funds within the Ministry, LHINs,
sector organizations, which include hospitals.
and hospitals.
The principles in the Directive cover vendor
The LHINs agreed with our recommendation
access, transparency, fairness, value for money,
on the need to report to both their Boards of
responsible management, geographic neutrality,
Directors and the Ministry on compliance with
and non-discrimination. It sets out mandatory
the Management Board of Cabinet’s July 2009
requirements in five major areas—procurement
Procurement Directive for their use of consult-
planning, value establishment, source of supply,
ants. The LHINs also noted that they have made
procurement method, and approvals—involving
significant improvements to their administrative
such matters as research and consultation, docu-
practices recently to ensure ongoing compliance
ment retention, bid evaluation, and contract
with the Directive.
management.
In general, the hospitals recognized that
In addition, Management Board of Cabinet
they needed to improve their practices around
issued a Procurement Operating Policy in Novem-
consultant use. They are committed to imple-
ber 2007 to promote consistency in the manage-
menting the procurement policy contained in
ment of procurement practices and decisions. The
the new broader-public-sector Supply Chain
policy provided additional operational require-
Guideline.
ments to supplement the mandatory requirements
in the Directive.
The Directive distinguishes between single-
sourcing and sole-sourcing for a non-competitive
Detailed Observations procurement process. Single-sourcing means
acquiring goods or services from a specific supplier
non-competitively even though there may be more
Ministry of Health and Long-Term
than one supplier capable of delivering the same
Care
goods or services. Sole-sourcing means acquiring
Provincial Procurement Policy goods or services from the only available supplier of
the goods or services. Before using either of these
The Management Board of Cabinet’s Procurement
non-competitive procurement processes, ministry
Directive (Directive) establishes comprehensive
or Crown agency staff are required to prepare a
policies for the planning, acquisition, and manage-
formal documented rationale to justify its use and
ment of consulting services in ministries and Crown
obtain approval from a higher level of management.
agencies, and is designed to ensure that procure-
Changes to the Directive in July 2009 as they
ment practices achieve value for money and comply
applied to consulting services included making
with interprovincial and national trade agreements.
more Crown agencies subject to the Directive,
The Directive defines consulting services as the
requiring a business case and a competitive process
provision of expertise or strategic advice for con-
for all engagements irrespective of value, and
sideration and decision-making in such areas as
imposing more senior-level management and
management, information technology, technical
ministerial approval requirements. Figure 2 shows
activities, research and development, policy, and
the type of procurement method and approval level
communications.
required for ministry and Crown agency consulting-
The Directive was updated in November 2007
services contracts.
and again in July 2009, and applies to all ministries
The Directive clearly states that decisions to use
and most Crown agencies, including LHINs. It does
consultants must be adequately documented and
Consultant Use in Selected Health Organizations 11

Figure 2: Procurement Method and Approval Levels Required by the Directive as of July 2009
Source of data: Management Board of Cabinet Procurement Directive, July 2009

Total Value of Contract Level of Approval (Ministry Contracts Only)1


Procurement Method
invitational competitive<$100,000 ministry management as delegated by deputy minister
open competitive <$1 million ministry management as delegated by deputy minister
more than $1 million but Supply Chain Leadership Council of the Ministry of Government Services
less than $10 million
$10 million or more Treasury Board/Management Board of Cabinet
non-competitive2 <$500,000 deputy minister and minister
more than $500,000 Supply Chain Leadership Council of the Ministry of Government Services
but less than $1 million
$1 million or more Treasury Board/Management Board of Cabinet
Ceiling Price Increases more than $750,000 deputy minister and minister
but less than $1 million
$1 million or more Treasury Board/Management Board of Cabinet
1. Crown agencies establish their own levels of approval.
2. The Directive limits allowable non-competitive procurements to certain cases of urgency, limited availability of suppliers, and the need for confidentiality and
security.

properly approved. It also requires that ministries The objective of the internal audit review was
track their use and report on it annually. The to assess whether the Ministry had maintained
required records include the number and type appropriate procurement processes and controls for
of contracts tendered, the names of consultants consulting services that were compliant with the
engaged, the procurement method used, the con- November 2007 Directive. In their September 2009
tract ceiling amounts, and start and end dates of report, the internal auditors concluded that the
the engagements. The Ministry was in compliance Ministry had complied with many elements of the
with this requirement and as a result was able to Directive. Specifically, they noted that in the major-
provide us with records of its use of consultants. ity of files reviewed:
We are generally satisfied that the Directive pro- • Ministry program areas had appropriately jus-
vides ministries and Crown agencies with sufficient tified the acquisition of consultants, assessed
guidance to acquire and manage consulting services the available resources, and sought prior
in a cost-effective manner. approvals.
• Signed written contracts were in place with
acquired consultants, with the exception of
Compliance with the Directive
two instances of single-source procurement of
The Ministry spent $86.1 million on consulting services totalling approximately $573,000.
services in the 2007/08 fiscal year, $102.2 mil- • The appropriate procurement method had
lion in 2008/09, and $35.4 million in 2009/10. been used for the type and value of the
The Ontario Internal Audit Division’s review of procurement.
the Ministry’s procurement of consulting services • Proper approval had been obtained for subse-
commenced in mid-June 2009 and focused on a quent amendments to extend the contract and
selection of consulting contracts signed during the increase its value.
2008/09 fiscal year. The internal auditors also noted that:
12 Special Report

• The Ministry should improve corporate mon- from July 2009 to March 31, 2010, ministry records
itoring controls by ensuring that its consulting- indicate that it did not hire any consultants using
services reports include all contracts and single-source procurement.
expenses incurred; by conducting spot audits Our review of a sample of consulting-services
for compliance with documentation require- engagements from April 2009 to February 2010
ments and oversight of vendor performance; confirmed that, for the most part, the Ministry
and by conducting formal vendor-performance was complying with requirements. However, we
reviews and maintaining them centrally. did note some areas where improvements to the
• Procurement files should contain sufficient Ministry’s processes and oversight were needed to
detail to demonstrate compliance with ensure that contracts were awarded fairly and in
requirements such as contractor reference accordance with both the spirit and requirements of
checks and security clearances, completion of the Directive.
Tax Compliance Declaration Forms, and post- In two cases, higher-priced consultants were
assignment evaluations. given preferential treatment in the procurement
• In several instances, contract files did not process used:
include justification or authorization for set- • In November 2009, the Ministry awarded a
ting the minimum bid response time at less $495,000 contract to a consultant using an
than the required 15 calendar days. open competitive process for completing the
• The rationales for some single-sourced con- third stage of a project to support the creation
tracts were not consistent with the allowable of a government-wide 10-year strategic plan
exceptions noted in the Directive. on mental health and addiction. The Ministry
• The Ministry brought to the attention of the had previously awarded this consultant the
Ontario Internal Audit Division two single- first two stages of the project (November 2008
sourced contracts, totalling approximately through July 2009) without competition at
$950,000, where the Ministry had paid con- a cost of $365,000. In awarding the first two
sultants using transfer-payment funding paid stages, the Ministry single-sourced the con-
to a non-profit corporation to acquire consult- sultant in accordance with certain exemptions
ing services for the Ministry. to competitive procurement permitted by the
• Strategies are needed to improve general November 2007 Directive that were no longer
knowledge and understanding of the Directive permitted in the July 2009 Directive. For the
and related procedures. third stage of the contract, the consultant
The Ministry responded that it had already originally submitted a bid of $819,000, the
taken action to address the weaknesses identified highest of 12 bids. Following their review
in the internal audit report, including the introduc- of the submissions in August 2009, ministry
tion of controls to enhance oversight capacity and staff decided to negotiate exclusively with
guidance for all procurement within the Ministry. the incumbent consultant. The scope of
It had also implemented mandatory training for the consultant’s work was then reduced by
all managers and enhanced quarterly reviews and eliminating key areas of the original project,
reporting. thereby lowering the bid price to $495,000 to
Notably, the Ministry had used a non-competi- match a revised project budget set in Septem-
tive, single-source procurement method for about ber 2009. The original project budget, set in
80% of consulting contracts under $25,000 and July 2009, had been valued at $375,000. No
15% of contracts greater than $25,000 in the fiscal other bidders were given the opportunity to
year preceding the July 2009 Directive. In contrast, negotiate. Negotiations with the bidder and
Consultant Use in Selected Health Organizations 13

senior management approvals delayed the proposals for the competitive procurement
contract signing until mid-November 2009, process; as in the previous case, one bidder
even though the consultant commenced work chose not to submit a proposal.
on the project in mid-September 2009. We also noted a case in which the amount paid

Before issuing a request for services in July for a single-sourced contract was not properly
2009 to consultants on the vendor-of-record justified. In May 2009, the Ministry awarded a
list, the Ministry had estimated through an single-sourced contract for $749,000 to a consult-
approved business case that “change manage- ant to undertake a review of the pharmaceutical
ment services” would cost $200,000. Four sector. The consultant’s statement of work, signed
pre-qualified firms were invited to provide by the Ministry, listed project deliverables but had
proposals and were given only four days to no breakdown of how the contract price had been
develop a submission, contrary to the Direc- arrived at, the hours assigned to individual tasks,
tive’s mandatory minimum requirement or per diem rates. Instead, the contract price was
of 15 days. In our view, four days was not a lump sum, which in our view did not provide
adequate time to give all the invited firms a the Ministry with sufficient information to assess
fair opportunity to prepare their proposals. whether the amount was reasonable; nor could
The Ministry received proposals from only the Ministry justify the project’s cost, because by
two firms: one for $151,000 based on 80 single-sourcing the procurement it obtained no
days’ work at $1,850 per day, and another at competing bids for comparison. We also noted that
$307,000 based on 190 days’ work at $1,600 this contract had been approved by the then Deputy
per day. Ministry staff evaluated the propos- Minister of Health and the Ministry of Government
als and determined that the higher-priced Services’ Supply Chain Leadership Council, despite
bidder should be awarded the contract. They the lack of details explaining how the amount of
then negotiated directly with this bidder to $749,000 had been arrived at. Invoices from the
reduce its price from $307,000 to $199,800. consultant did not provide any breakdown of the
Both consultants scored similarly on work work completed or deliverables met that could
experience, proposal, and interview, with the account for the costs incurred. We also noted from
higher-priced consultant scoring 71.5 out of our visits to hospitals that this consultant provided
90 and the other scoring 70.5. Although both no detail on its invoices to the hospitals that
firms quoted a per diem rate and the number engaged it for other assignments, including one
of days required to complete the project, min- contract for $1.7 million in 2007.
istry staff considered the per diem rates rather
than the total price. As a result, even though Recommendation 1
the higher bidder estimated that it needed
To ensure that its consulting services are
more than twice as many days as the other
acquired and managed appropriately and
bidder to complete the work, it scored better
economically, the Ministry of Health and Long-
in the Ministry’s evaluation of the price com-
Term Care should make certain that its pro-
ponent because its per diem rate was about
cesses, decisions, and actions comply with the
15% lower. Further, if one bidder was allowed
formal requirements as well as the spirit of the
to revise its bid, we questioned why the other
Management Board of Cabinet’s Procurement
bidder was not allowed the same opportunity.
Directive.

We noted two other examples in spring 2009
in which the Ministry allowed only seven and
nine days for pre-qualified firms to provide
14 Special Report

note some improvement with recent contracts we


Ministry Response
sampled following the introduction of the updated
The Ministry of Health and Long-Term Care Procurement Directive in July 2009. Figure 3 sum-
fully supports the Auditor General’s recom- marizes our observations from our visits to the
mendation and is committed to continuing to three LHINs.
implement effective and compliant practices In addition, in April 2010, the Ontario Internal
for the procurement of consulting services. The Audit Division reported the results of its audit of
Ministry has also undertaken a number of initia- three other LHINs’ compliance with the Directive
tives to strengthen its oversight capacity and between April 2008 and August 2009. The internal
provide guidance on procurement. auditors identified weak control over consulting-
Further, the Ministry has centralized all services contracts, noted the absence of business
transfer-payment activities to provide greater cases, found contracts that were single-sourced
assurance that the Transfer Payment Direc- with insufficient documentation or justification,
tive is followed. All managers have received noted a lack of signed contracts and proper approv-
procurement training and the Ministry has als, found consecutive and follow-on engagements
strengthened its reporting and quarterly review that were awarded without competition, and identi-
processes. fied consultants that had not been selected from the
Ministry’s mandatory vendor-of-record listing. The
internal auditors informed us that they were plan-
ning to review the remaining 11 LHINs by the end
Local Health Integration
of the 2013/14 fiscal year.
Networks
Compliance with the Directive
Tracking, Monitoring, and Reporting on Use
Local Health Integration Networks (LHINs) are of Consultants
required by their Memorandum of Understanding
The Directive requirement that ministries must
with the Ministry to comply with certain govern-
track and annually report on their use of consult-
ment directives, policies, and guidelines, including
ants does not apply to LHINs and other Crown
the Management Board of Cabinet’s Procurement
agencies. We noted that the three LHINs had no
Directive. For the 2007/08 to 2009/10 fiscal years,
standard process to track and report on their use
the three LHINs we visited had annual expenditures
of consultants. Consequently, at our request, each
on consultants ranging from $224,000 to $1.4 mil-
of the LHINs we visited provided us with a list of
lion per year.
expenditures on consultants over the last three
We concluded that all three LHINs we selected
years prepared from its financial records, which
had inadequate processes and practices for most
indicated payments made to each consultant and
of the period we examined for ensuring that con-
totals paid by each LHIN.
sulting services were planned for, acquired, and
managed in accordance with the requirements
of the Directive. We recognize that LHINs were Procurement Planning
established only four years ago and have since been
According to the Directive, procurement planning
required to quickly implement their key systems
must be undertaken as an integral part of the pro-
and procedures. However, the extent of non-
curement process. Procurement planning includes
compliance with the mandatory requirements in
early identification of needs, a clear definition of
the Directive that we found was significant. We did
requirements, and a justification for the acquisition.
Consultant Use in Selected Health Organizations 15

Figure 3: Observations on Key Controls over Consulting Services Engagements at Three LHINs*
Source of data: Procurement Directive, November 2007 and July 2009; and the Office of the Auditor General of Ontario

Key Requirements of the Procurement Directive LHIN A LHIN B LHIN C


Justification for the use of consultants is documented and proper approval is obtained prior to the
engagement.
Large contracts are procured with a minimum of three quotations or open tendering, as required.
Any exceptions to the competitive procurement are formally documented and properly approved.
All bid proposals and related evaluation summaries are documented to support the bid award
decision.
Formal, signed written contracts are in place before work begins.

Follow-on contracts are awarded using a separate competitive process; if not, the justification for
not doing so is properly documented and approved.
Invoice payments are tied to specific deliverables, expenses reimbursed are reasonable, and
detailed receipts are made available upon request.
Total payments to consultants are within a pre-set contract ceiling price. Additional payments are
justified with proper documentation and approval.
Consultants make a formal declaration of possible conflict of interest.

Note: The order in which the LHINs are listed in Figure 1 has no bearing on the order in which they are listed here.

* At the time of our visit to one LHIN, it had made no recent procurements to which the July 2009 Directive would have applied. As a result, we were unable to
review any recent consulting-services arrangements at that LHIN to which the Directive applied.

key requirements were generally met


deficiencies were noted and Directive requirements were not consistently met

In addition, before it conducts a procurement, the • Quotations from vendors are not mandatory
LHIN must identify an appropriate supply source for amounts below $25,000; a minimum of
for the required services, first taking into considera- three vendors must submit proposals for servi-
tion the availability of internal resources. ces with an estimated value between $25,000
We found that between 45% and 83% of the and $99,999; and an open competitive pro-
consulting contracts reviewed at the three LHINs curement process must be used for services
we visited were prepared without proper prior valued at $100,000 or more.
written justification for the use of consultants; nor • Allowable exceptions for non-competitive pro-
did the LHIN management obtain documented curement can include unforeseen situations of
approval prior to the engagement. urgency, instances where an open tendering
process could reasonably be expected to
compromise government confidentiality, or
Competitive Procurement and Follow-on
occasions when only one supplier is known to
Engagements
meet the requirements.
Given that most of the consulting engagements we • Appropriate procurement approval authority
examined occurred before the revised Directive in writing must be sought for all non-com-
came into force in July 2009, it was the November petitive procurements valued at $100,000 or
2007 Directive that applied to them. In general, it more.
stated the following requirements:
16 Special Report

As well, before entering into a follow-on engage- • A LHIN we visited single-sourced a contract
ment to a related agreement that has already been to a health-care service provider to establish
completed, the LHIN must obtain appropriate and operate an eHealth project-management
approval authority for the combined value of the office. The project costs were shared with
original work and the follow-on engagement. another LHIN and totalled $716,000 for the
In addition, it may not reduce the value of the 2007/08 and 2008/09 fiscal years. The pro-
procurement to avoid the Directive’s requirements vider had been engaged by the Ministry (prior
regarding competition, approvals, or reporting. to the creation of the LHIN) to develop an
Such actions could include subdividing projects eHealth strategic plan. A business case to sup-
or contracts and awarding multiple consecutive port the decision to single-source this contract
follow-on engagements for the same assignment to was provided to the LHIN board for approval
the same consultant. in June 2008 for the second year of the
We found that the LHINs did not meet the Direc- contract’s term. The LHIN explained that the
tive’s requirements most of the time. For example, exception to competitive tendering was due to
at least 75% of the single-sourced contracts did the consultant’s knowledge of the office, the
not meet the specific exemptions allowed for in the tight timelines associated with the project,
Directive, and they lacked formal documentation the one-time nature of the funding from the
and/or prior approval. The three LHINs had made Ministry, and the work that was already under
follow-on engagements to about 25%, 65%, and way. Nonetheless, the reasons cited by the
35%, respectively, of the consulting contracts we LHIN did not meet the specific requirements
reviewed. Of the contracts with follow-on engage- for allowable exemptions in the Directive. The
ments, at least 85% were awarded without a separ- arrangement was discontinued in the spring
ate competitive process, proper approval, and/or of 2009 when ongoing funding was provided
documented justification. For example: by the Ministry and the LHIN brought the
• A LHIN engaged a consulting firm to function of the project management office
develop a hospital Emergency Department in-house.
human-resources project, which resulted in The same LHIN had assumed the lead
two contracts totalling $184,000 between on behalf of other LHINs and engaged a
November 2008 and May 2009. The Directive consultant without competition to develop
required that a minimum of three vendors be a decision-making and priority-setting pro-
invited. However, both contracts were single- cess and to provide a series of workshops.
sourced without documented justification or The five contracts related to these projects
proper approvals. This LHIN had a policy that amounted to $94,000 between May 2007 and
required board approval for these contracts March 2009. The costs of two of the contracts
because their total value exceeded $100,000, were shared with other LHINs. Each contract
but the approvals had not been obtained. lasted between two weeks and five months,
Similarly, the same LHIN engaged another and cost between $17,750 and $24,999—just
consultant in 2008 for $90,000 to review the below the Directive’s minimum threshold for a
financial operating position of two hospitals. competitive process. We noted that the LHIN’s
The LHIN did not use a competitive selec- internal documents indicated that from the
tion process and did not properly document very start of the project it had intended to
the justification and approval for using a continue acquiring these services from the
single-source procurement method for this same consultant. To comply with the Direc-
consultant. tive, the LHIN should have considered this as
Consultant Use in Selected Health Organizations 17

a single project and thus invited at least three that at one of the LHINs, proper documentation
consultants to bid. supporting the award decisions was absent even
when we were advised that a competitive selection
had taken place. For example, at this LHIN:
Signed Contracts
• In addition to having no signed contract for
The Directive requires both the LHIN and the con- a $94,000 assignment, the LHIN informed
sultant to define their contractual responsibilities us that many of the key procurement docu-
in a signed written agreement before the provi- ments, such as unsuccessful consultants’
sion of services commences. Two of the LHINs we proposals, evaluations of the bids summary
visited generally complied with this requirement, to support the award decision, and formal
but at the third LHIN, formal contracts were not approvals, were not available. Moreover, the
in place before work commenced for about half of LHIN could not confirm the procurement
the contracts we sampled. For instance, the LHIN methods it used for two subsequent contracts
had entered into three related engagements with valued at $155,000 relating to the project in
a consulting firm regarding the eHealth strategic the 2007/08 and 2008/09 fiscal years and
plan for total payments of $249,000 from 2006/07 awarded to the same consultant, or whether
to 2008/09. The LHIN could not provide us with they were properly approved, because no sup-
signed contracts for any of the three engagements. porting documentation was available and the
The same LHIN engaged a consulting firm to employee who managed this assignment had
provide governance-related seminars and research since left the LHIN.
assignments. No contracts were in place for nine of We also noted that the same consultant
the 11 assignments awarded to the firm. The LHIN’s invoiced the LHIN on the basis of hourly rates
board of directors reviewed and approved the that ranged between $180 and $300, and
proposals submitted by the firm. However, without payments for one of the follow-on contracts
a contract there is a risk that the specific terms of exceeded the contract price of $56,000 by
assignment, key deliverables, ceiling price, timing, almost $30,000 without any supporting
and other provisions will not be formally estab- documentation.
lished and enforceable. In addition, at the time of • Similarly, the LHIN awarded a four-month
our audit, $198,000 had been paid since Novem- contract for nearly $287,000 in Decem-
ber 2008 for the 11 assignments, each of which cost ber 2007 to a consulting firm to establish
just below $25,000. The LHIN told us that because a community health-system plan. The
each segment of the project fell below $25,000, procurement process included inviting five
none required a competitive selection process. We consultants selected from the Ministry’s
questioned this rationale, because each assignment vendor-of-record list. Four submitted propos-
was not unique and all the services were related to als, but the LHIN was unable to locate certain
each other, effectively making them a single project key documents used in the process, such as
that should have been tendered and contracted as the consultant proposals and the evaluations
such. made by the selection committee.

Documentation Controls over Payments to Consultants


The Directive also requires that all decisions in the Our audit identified weaknesses in financial
procurement process are to be recorded so that the controls over payments to consultants at all three
path to an award decision can be traced. We found LHINs that we visited. We expected that payments
18 Special Report

to consultants would be directly tied to specific upon consulting fee of nearly $60,000, even
deliverables, and expense claims would contain though the additional fee was not part of the
detailed descriptions of the nature of the expense contract and it was unusual to allow consult-
and copies of receipts. However, many of the invoi- ants to charge such fees.
ces we examined did not provide sufficient details
of the work performed or did not have receipts for
Conflict-of-interest Declarations
expenses claimed and paid. At the three LHINs
we visited, we therefore questioned the approval The November 2007 Procurement Operating Policy
process for about 40%, 50%, and 35%, respectively, required that procurements include documents
of the consultants’ invoices for contracts we exam- with sufficient detail to fairly compare vendor
ined. For example: submissions. A conflict-of-interest statement is to
• The firm that was awarded the December be among these documents. The provision requires
2007 contract to establish a health-system consultants to declare any actual or potential con-
plan was paid $19,000 over the contract flict of interest, circumstance, or relationship that
ceiling price of $287,000, without any docu- could give the consultant an unfair advantage dur-
mented justification. ing a procurement process or compromise its ability
The LHIN also made a payment of over to meet its obligations under the agreement.
$23,000 to a consultant in March 2009, before However, we found that all three LHINs did
any work had commenced. Although the pay- not consistently obtain separate, signed conflict-
ment had been made in anticipation of the of-interest declarations from consultants at the
completion of the work before the end of the proposal submission stage, although conflict-of-
same month, no work had been completed interest provisions were generally contained in
at the time of our visit, nine months later. contracts, where a contract existed.
Subsequently, the LHIN cancelled the project
and initiated efforts to recover the payment.
Contracts Managed by Shared Services
However, as of July 2010, the payment had
Arrangements
not been recovered.
• A second LHIN paid a non-profit service The LHINs have established a LHIN Shared Services
organization almost $20,000 in 2009, mainly Office (LSSO) to provide some corporate and com-
for travel and meals, in addition to its fee of mon services and programs to all LHINs. Our audit
nearly $33,000 for a project that involved included several consulting-services contracts in
visits to health-care providers in 18 com- which costs were shared by LHINs and managed by
munities. The organization provided a list of the LSSO. We noted the following deficiencies:
travel expenses incurred, but the LHIN did • The LSSO entered into two contracts with
not request receipts to substantiate the large the same executive-search consulting firm.
amount claimed, although this was a require- The first contract engaged the firm to search
ment in the agreement. for and supply an interim executive director
• A third LHIN reimbursed about $4,000 of for the LSSO. The second was to conduct a
expenses without pre-approval or receipts, search for a permanent executive director and
although the contract required pre-approval was later expanded to search for and supply a
of the consultant’s expenses. In 2008, the temporary manager to oversee implementa-
same LHIN paid a consultant an administra- tion of an information-system project. A total
tion fee of almost $5,000 above the agreed- of nearly $370,000 was paid to the consultant
Consultant Use in Selected Health Organizations 19

for both contracts from February to December Changes Following the Updated July 2009
2009. The Directive required the LSSO to use Procurement Directive
an open competitive procurement process for
Following the introduction of the July 2009 Direc-
services valued at $100,000 or more. Never-
tive, the Ministry advised the LHINs to comply
theless, although the LSSO obtained propos-
with the new requirements and required each
als from three firms, the proposals were based
LHIN to provide it with written confirmation by
on a verbal invitation to the firms, no evalua-
August 14, 2009, that it was in compliance. We
tion of the proposals was prepared, and there
noted that the LHINs we visited had recently taken
was no documented justification for selecting
some initiatives to improve their adherence to the
the winning firm.
Directive.

The LSSO spent $133,000 from February
In late 2009, one LHIN conducted a review of
to April 2009 and $122,000 from March to
its consulting contracts and found that the most
November 2009, respectively, on consultants
common deviations from the Directive were single-
for two information technology projects. We
sourcing of contracts above $25,000 and awarding
noted that the LSSO could not provide us with
of follow-on contracts to consultants without com-
business cases that would have been used to
petition. The LHIN reported to its board in January
define the upfront project-planning require-
2010 that it had since established a new control
ments before these engagements. However,
that required all future procurements be reviewed
both consultants were engaged using satis-
by its business manager to ensure compliance with
factory competitive-procurement processes
the Directive.
and the government’s vendor-of-record list.
We reviewed a few of this LHIN’s recent procure-
The LSSO determined prior to the projects’
ments and found that the procedures generally
completion that time requirements and costs
complied with the revised Directive. Only one
for both projects had been underestimated
minor exception was noted: for one consulting-
and both projects were poorly managed and
services contract awarded in November 2009 and
documented. The LSSO then hired one new
valued at $75,000, the bidders were permitted only
consultant in January 2010 to complete the
10 days to respond instead of the 15 days required
first project at a cost of $24,995, and a second
by the Directive.
new consultant in February 2010 to complete
While we were unable to review recent consulting-
the second project at a cost of $85,000. We
services contracts at another LHIN because of the tim-
noted that the first of these consultants was
ing of our visit, we did note that in September 2009,
engaged on a sole-source basis using the
it had prepared a report for its board of directors on
vendor-of-record list, which was permitted for
its use of consultants over the last three years that
amounts less than $25,000. The second con-
listed project names, consulting firms, value of the
sultant was engaged after the LSSO invited
contracts, procurement methods used, and project
three consultants on the vendor-of-record list
descriptions.
to provide proposals, but consultants were
We also reviewed a small sample of contracts
given only four days to respond instead of the
awarded after July 2009 at the third LHIN and at
required minimum of 15 days, and only two
the LSSO. We found that the third LHIN had gener-
submitted proposals.
ally complied with the Directive and that there was
some opportunity for improvement at the LSSO, as
described in the previous section. In addition, we
noted that the LSSO has engaged a procurement
20 Special Report

specialist to provide a centralized support function


information on procurement guidelines and
to LHINs, including strategic and technical procure-
support tools for all aspects of the planning,
ment advice and training on procurement best
acquisition, and management of consultants.
practices.

MINISTRY RESPONSE
Recommendation 2
The Ministry of Health and Long-Term Care fully
To ensure that LHINs consistently comply with
supports this recommendation and will require
the requirements of Management Board of Cab-
the LHINs to report regularly on procurement
inet’s Procurement Directive as it pertains to the
and consulting services. This reporting is to be
engagement and use of consultants, the Min-
in addition to the current declarations of com-
istry of Health and Long-Term Care should con-
pliance that are submitted by LHIN boards on a
sider requiring each LHIN to provide its board of
quarterly basis. The Ministry will take action to
directors and the Ministry with a comprehensive
ensure that reporting requirements for LHINs
annual report on its procurement and use of
similar to those that apply to government minis-
consultants similar to the reports required by
tries are implemented.
ministries. To help demonstrate compliance
with the Directive, this report should include
information on the nature and timing of the
assignments, the ceiling amounts of the con- Hospitals
tracts, the extent of follow-on contracts, the
Policies on Consultant Use
total amount paid, and how the consultants
were procured. Each hospital we visited was responsible for estab-
lishing its own administrative policies, such as
LHIN RESPONSE those for procuring goods and services. In general,
hospital policies relating to procuring consulting
All three LHINs agreed that an annual reporting
services were neither as robust nor as comprehen-
mechanism similar to the one that applies
sive as those in the Management Board of Cabinet’s
to ministries will assist in their ensuring not
Procurement Directive; although the Directive does
only compliance with Management Board of
not apply to hospitals, we consider its requirements
Cabinet’s July 2009 Procurement Directive,
to be best practices for public-sector organizations.
but also openness and transparency in their
Each hospital we visited had policies requiring
procurement processes. Each LHIN informed
competitive procurement practices that met the
us that it had made changes to its administra-
requirements of interprovincial and national trade
tion practices to ensure that they are compliant
agreements. However, most policies lacked specific
with the Directive. The LHINs now regularly
requirements designed to promote the cost-effect-
report to their boards of directors on the use of
ive use of consultants. For instance, policies did not
consultants.
require assignments to be well defined or properly
The LHIN Shared Services Office (LSSO)
justified before consultants were engaged; nor did
indicated that it has hired a procurement spe-
they require adequate contractual arrangements
cialist to provide support to all LHINs. To help
with fixed ceiling prices, payments tied to specified
LHINs to fully comply with the new Directive,
deliverables, or proper management of consultant
the LSSO plans to launch an extranet site in
performance. Most of the policies we reviewed also
October 2010 that will provide comprehensive
Consultant Use in Selected Health Organizations 21

lacked the requirement to document and retain the expenditures in their accounting systems, making it
records of procurement decisions. impractical to obtain accurate information on each
Most hospitals had a policy in place to avoid hospital’s total annual payments to consultants.
any real or perceived conflict of interest when Recognizing the inconsistencies in procurement
acquiring consultants, although further guidance policies existing in the broader public service, the
was typically not provided to managers on how to Treasury Board of Cabinet directed in March 2008
administer a conflict-of-interest declaration. Gener- that a Supply Chain Guideline be prepared and, as
ally, the hospitals we visited did not ensure that of April 1, 2009, be incorporated into the Ministry’s
conflict-of-interest declarations were obtained from funding agreements with organizations receiving
the consultants they engaged. Only a few of the more than $10 million per fiscal year. Two key
hospitals we visited had established standardized documents were prepared: the Supply Chain Code
document templates for such declarations from of Ethics setting out overarching principles of
consultants and they were not consistently used. conduct for organizations, their suppliers, advisers,
Each hospital’s procurement policies gener- and other stakeholders for acceptable behaviours
ally required competitive bidding for contracts of and standards; and Procurement Policies and
$25,000 or more and a formal open-tender process Procedures governing how organizations are to
for amounts of $100,000 or more. Situations involv- conduct their sourcing, contracting, and purchas-
ing urgency or sole- or single-source suppliers ing. The areas covered include competitive and
were permissible exceptions to the requirement, non-competitive procurement, approval limits, and
but guidelines or restrictions were not in place to conflict of interest. The key aims of the procure-
prevent excessive or inappropriate reliance on these ment policies and procedures were accountability,
provisions. A best practice at a few of the hospitals standardized process, transparency, and value for
was the requirement for higher-level approvals for money. Treasury Board announced that the code
procurements that were non-competitively sourced and procurement policy were to be implemented by
or for large amounts. For example, one hospital April 1, 2010.
required board approval for single- or sole-sourced The hospitals we visited were all aware of the
service contracts over $250,000, and for all service new requirements and acknowledged that the
contracts over $500,000; another required approval new supply-chain policies were an improvement.
from a higher-than-normal level for single- or sole- However, as of April 1, 2010, some hospitals had
sourced contracts. not yet fully implemented the policies and were still
In addition, the hospitals had no policies or pro- carrying out analyses to assess their policies against
cesses that required senior management to report the new requirements and determining their train-
to the board of directors on their use of consult- ing needs. We also noted that the new policy did
ants, and most boards were not aware of hospitals’ not require regular reporting by hospitals to their
procurement practices, since their approvals boards to demonstrate hospital management’s
were required only for total operating and capital adherence to the new policy.
budgets on a departmental basis. For example,
management at most of the hospitals we visited
Controls over Consultant Use
informed us that they were not required to report
back to the board on their use of funds, including As Figure 4 shows, there were significant weak-
large transactions, unless actual overall expendi- nesses in key controls over the use of consultants at
tures exceeded the approved budget. most hospitals we visited. Deficiencies were noted
Hospitals used various non-standardized across all aspects of planning, acquisition, approval,
services accounts to record consulting-services payment, and management oversight of consult-
22

Figure 4: Observations on Key Controls over Consulting Services Engagements at 16 Hospitals


Source of data: Procurement Directive, November 2007 and July 2009; and the Office of the Auditor General of Ontario
Special Report

Hospitals
Key Controls for Best Practices* A B C D E F G H I J K L M N O P
Justification for the use of consultants is documented and proper approval is
obtained prior to the engagement.
Large contracts are procured with a minimum of three quotations or open
tendering, as required. Any exceptions to the competitive procurement are formally
documented and properly approved.
All bid proposals and related evaluation summaries are documented to support
the bid award decision.
Formal, signed written contracts are in place before work begins.

Follow-on contracts are awarded using a separate competitive process; if not, the
justification for not doing so is properly documented and approved.
Invoice payments are tied to specific deliverables, expenses reimbursed are
reasonable, and detailed receipts are made available upon request.
Total payments to consultants are within a pre-set contract ceiling price. Additional
payments are justified with proper documentation and approval.
Consultants make a formal declaration of possible conflict of interest.

Note: The order in which the hospitals are listed in Figure 1 has no bearing on the order in which they are listed here.

* Hospitals are responsible for establishing their own administrative policies, which we determined were neither as robust nor as comprehensive as the requirements of the Procurement Directive that applies to the Ministry
and LHINs. Although hospitals are not subject to the requirements of the Directive listed in this figure, the Directive nevertheless constitutes a public-sector standard for best practices in key controls for consulting services
engagements.

key controls for best practices were generally met


some deficiencies were noted and key controls for best practices were sometimes not met
significant deficiencies were noted and key controls for best practices were consistently not met
not tested since not encountered in our sample selection, or insufficient information
Consultant Use in Selected Health Organizations 23

ants. Procurement processes that were fair, open, for the project. Also, the contract was never
and transparent to all potential bidders were often signed by the consultant, and it was signed by
not followed. Non-competitive procurement practi- a hospital employee who did not have signing
ces and follow-on assignments to existing contracts authority for a contract over $100,000. The
were used extensively. Oversight was inadequate to hospital’s records indicated that payments to
ensure that existing policies and proper procedures the consulting firm were more than $58,000
had been followed before hospitals authorized con- higher than the contract ceiling price of
sultant engagements, and to prevent overpayment $264,000, but there was no evidence that the
of consultants’ invoices. Often, documentation additional billing was questioned or properly
that could support decisions was not prepared, approved. In addition, the hospital had no
was lacking, or had been discarded. Consultants documentation on hand to explain the extra
were engaged without comprehensive contractual billing.
arrangements. Even recent procurements had •
Another hospital initially engaged a consult-
significant shortcomings and showed only limited ant as a clinical network co-ordinator for
improvements over earlier years’ practices. April 2007 to March 2008. The engagement
Without proper documentation, it is impos- was based on a proposal by the consultant,
sible to demonstrate accountability and value for and no other consultants were invited to
money. This problem was particularly evident with compete on a contract. The initial price of this
single-sourcing procurement methods. For the most assignment was $94,000; the assignment was
part, there was no documentation to explain why later extended for another year with payments
a competitive process was not followed. In other totalling almost $210,000. During the term
cases, where a competitive process was followed, of the first assignment, the consultant was
documentation to justify the selection of the win- awarded another, different engagement for
ning candidate or the evaluation criteria used was $77,000 to provide consulting services to a
lacking. We noted that written contracts, if they surgery support unit between September 2007
had been established, omitted key deliverables, had and April 2008. There were no formal con-
been misplaced, or had not been formally approved tracts in place for these two engagements,
or signed by all necessary parties before the work and all key requirements, such as the scope of
commenced. Documentation of subsequent chan- the project, key deliverables, remuneration,
ges to services to be provided and of proper approv- ceiling price, and timing, were absent. No
als was also absent. For example: documentation was available to explain the
• One hospital single-sourced the engagement need to engage an external consultant or why
of a consultant between June 2007 and the engagements were single-sourced.
June 2008 to speed its development and adop- •
In September 2009, a hospital tendered a
tion of electronic health records. However, contract for consulting services to carry out
we found no documentation or justification a utilization review of the operating and
to indicate why an external consultant was ambulatory-care rooms. Nine consultants
necessary, or outlining the preliminary scope submitted proposals. The hospital’s evaluation
or budget of the project prior to the engage- team short-listed three proposals, but internal
ment. In addition, when a contract was finally documents did not clearly explain how the
established, the key deliverables and expecta- three were selected. Subsequently, the hos-
tions were not specified and, consequently, pital awarded the contract to the consultant
the contract was based only on a per diem rate that submitted the highest bid of the three,
of $1,100 instead of on the key deliverables which, at over $83,000, was almost double
24 Special Report

the lowest bid. The available documentation engaged the same consulting firm to provide
did not justify the selection of this consult- project-management services costing nearly
ant. Hospital management advised us that $430,000 from May 2008 to May 2009. The
it had used a detailed selection process and hospital paid the consultant $600,000 for the
had based its decision on the quality of the two assignments without maintaining any
successful consultant’s proposal and on the documentation relating to the competitive
fact that this consultant had more experience selection process. Hospital staff informed us
than the other bidders. Management acknow- that only the statement of work submitted by
ledged, however, that the documentation did the winning bidder is ever retained. All docu-
not provide sufficient information on how it mentation relating to the unsuccessful bidders
had made its decision. and the bidding process is discarded.
• In March 2008, a hospital awarded a consult- The new supply-chain procurement policy now
ing firm a multi-year contract at a potential requires hospitals to retain all procurement docu-
cumulative value of nearly $700,000 to pre- ments, as well as other pertinent information, for
pare a development and succession-planning seven years.
program and training for its leadership staff.
We noted that, despite the large value of this
Continuous Reliance on Consultants
assignment, the hospital did not develop the
normal competitive procurement documents According to the Directive, “access for qualified
for the project, such as a detailed description vendors to compete for government business must
of the services needed, deliverables, and be open and the procurement process must be con-
time frames. Instead of conducting a tender ducted in a fair and transparent manner, providing
process, it invited three firms for interviews. equal treatment to vendors. Conflicts of interest,
Two firms provided written proposals based both real and perceived, must be avoided during
on their preliminary discussions with the hos- the procurement process and the ensuing contract,
pital, although they were not required to do and relationships must not be created which result
so. Hospital staff acknowledged that the two in continuous reliance on a particular vendor for a
unsuccessful candidates had difficulty under- particular kind of work.” This policy helps ensure
standing the assignment because the hospital that there is equal opportunity for consultants to
had not clearly identified its requirements. As bid on assignments, and can help reduce an organ-
of March 31, 2010, approximately $300,000 ization’s dependence on specific consultants.
had been spent on this contract. Although the Directive does not apply to hospi-
• A hospital informed us that in August 2007, it tals, the intent of the policy—that the spending of
asked several consulting firms to submit pro- public funds should be done in a fair, transparent,
posals to manage a detailed request for pro- and open manner—is applicable to them. This is
posal for an information technology project. reinforced in the new supply-chain procurement
Although this was a major project costing over policy. As Figure 4 shows, we found many instances
$170,000, hospital staff were unable to pro- where significant contracts were not tendered, or
vide the request for proposal, the names and included no documented justification and/or for-
number of firms invited to bid, the bidders’ mal approvals. These contracts often started with
proposals, or any evaluation documentation the consultant providing its expertise for a short
or criteria used in making the award deci- period of time, usually three to six months, but
sion. The project ran from September 2007 the engagements were extended into continuous
to April 2008, and the hospital subsequently agreements with little or no change to the original
Consultant Use in Selected Health Organizations 25

deliverables. In other cases, further contracts were firm has been paid approximately $8.3 million
provided to the consultants without competition per year. This amount includes the $180,000
because they had done work for the hospital previ- per year the firm charges the hospital for each
ously. For instance: consultant provided by the firm. The hospital
• A hospital awarded at least 15 contracts has informed us that these services will be ten-
ranging from a few days to a year between dered competitively at the end of the current
2007 and early 2010 to a consulting firm contract term in February 2011.
to provide various information technology We also noted that hospitals relied extensively
services, including systems upgrades, support on continuous arrangements for professional
and implementation, training, consulting, services related to construction and capital-related
and other ad hoc services. Only two of the projects. For example:
contracts had an established ceiling price, • A hospital engaged a consulting firm to
and almost all were based on an hourly rate provide project-management services for a
of $100. As of February 2010, total payments hospital redevelopment project that started
made to the firm amounted to over $650,000. in 2002 and was completed in early 2009.
There was no documented justification for Approximately $3.7 million was paid to the
the contracts or the competitive process used firm in two separate contracts. We were
in initially selecting this consultant, and the advised that both contracts were single-
consultant was not required to submit periodic sourced with neither formal documentation
quotations. The hospital maintained that few nor board approval because the firm had
local firms could provide this service, resulting prior experience with the hospital. The first
in its continued reliance on this one firm. contract’s ceiling price was exceeded by
• A hospital engaged an engineering firm on $180,000; hospital staff could not locate the
a single-source basis to provide consulting second contract, valued at $2.3 million.
for a facility assessment in 2008, at a cost of • A hospital single-sourced a contract to a facil-
$165,000. The reasons for single-sourcing the ity support firm to provide project manage-
assignment were not documented and no con- ment services. At the time of our audit, total
tract for the project specifying the terms of the payments amounted to $259,000—$110 per
engagement was signed. We were informed hour over three years—and had been ongoing
that this engineering firm was selected pri- since February 2007 without a signed con-
marily on the basis of its technical knowledge tract. Informal approvals were obtained from
of the hospital, gained from having been used the hospital’s CEO in 2006, but subsequent
by the hospital for 20 years. cost increases amounting to almost $140,000
• One hospital is responsible for administering a above the $120,000 original ceiling price had
province-wide electronic network established not been formally approved.
in 1999. The Ministry provides funding to the
hospital for operating the network. In early
Follow-on Engagements
1999, the hospital single-sourced a contract,
which has been in continued operation since We noted numerous examples in addition to those
that time, with a firm for developing, manag- above where hospitals gave consultants additional
ing, and providing ongoing IT technical servi- work as a result of a previous engagement, often
ces to support the network. Total costs paid to without documenting the rationale for the addition,
this firm have amounted to about $60 million thereby avoiding having to open the non-competitive
since 1999. Over the past three fiscal years, the
26 Special Report

selection process to other potential bidders. For December 2007 with no competitive process.
example: This phase of the project was completed in
• A hospital engaged a consulting firm on a May 2009. The final phase was awarded to
single-source basis to provide project manage- the consultant in January 2010 for $26,000.
ment in implementing a new information If all three phases of the contract totalling
reporting system. The consultant’s initial $197,000 had been included in the original
statement of work covered the period from procurement, the hospital’s policy would
February to April 2008 at a cost of $163,000. have required the work to be tendered
For April 2008 to March 2009, the hospital competitively.
authorized six follow-on contracts with the
firm totalling an additional $1.1 million.
Controls over Payments to Consultants
• A hospital single-sourced an information
technology project for $18,000 to a consulting When a hospital makes a payment for a consult-
firm in January 2008. Following completion ing service, normal business practices require
of the initial work, the hospital then awarded controls to be in place to ensure that payments are
the same firm a related second project for in accordance with original terms of the agree-
$150,000. Shortly afterwards, the hospital ment, that proper approvals are in place before
awarded a third assignment for $20,000 to payments are made, and that there is evidence that
complete the overall project. In total, the con- key deliverables were received and consultant out-
sulting firm received more than $195,000 for of-pocket expenses properly supported. Hospitals
services that were acquired with no competi- should also ensure that invoices from consultants
tive process. provide sufficient details on the work performed
• At one hospital, the Ministry appointed a and how the amounts billed, such as the number of
provincial supervisory team that issued a hours worked and the billing rates, were arrived at.
report in June 2008 including recommenda- As Figure 4 indicates, we found that these controls
tions for “renewal” of board governance. To were often lacking. In addition, by compensating
help implement these recommendations, consultants on a per diem basis instead of on the
in August 2008 the hospital engaged on a basis of a fixed price and fixed deliverables, the
single-source basis a consultant who had hospitals assume the risk and cost of missed dead-
been a member of the provincial supervisory lines and cost overruns, even when the cause may
team. The consultant was paid $60,000 as a be the consultants’ unsatisfactory performance and
member of the provincial supervisory team inefficiencies.
and approximately $120,000 in fees and The following examples illustrate our concerns:
expenses for this assignment. No contract • In April 2006, a hospital single-sourced the
was established specifying the deliverables or engagement of a consulting firm to develop
specific services to be provided, or the cost of and implement a health information manage-
the work. ment system. During the first three years,
• A hospital single-sourced a contract to an the firm was paid $398 per hour—$2.6 mil-
engineering firm for $21,000 in early 2007 lion in total—and no fixed ceiling price or
for assessing its facilities’ heating and cooling specific project deliverables were established.
systems. The consultant presented a report The invoices provided no detail on services
to the hospital in May 2007. The hospital rendered or any project accomplishments.
then awarded the next stage of the project to Effective April 2009, the hospital required
the same consultant at a cost of $150,000 in the firm to provide detailed invoices for work
Consultant Use in Selected Health Organizations 27

completed, and it paid the firm an additional ant for additional details regarding these
$975,000 up to February 2010. We noted expenses. The hospital did not get the receipts
that it was the firm that prepared the budgets because the consultant intended to charge a
for this project, and the appropriate hospital $3,000 service fee for providing them.
authority had not signed the agreements with • A hospital single-sourced a contract to a
the firm. Following our visit, a new agreement consulting firm to enhance “employee leader-
between the hospital and firm was estab- ship skills.” The leadership training consisted
lished, without a competitive process, cover- of four one-day sessions in June, September,
ing the period March 2010 to October 2010; December, and March, and coaching, at a
future payments were fixed at over $735,000 cost of $3,000 to $4,000 per employee. Even
and based on project deliverables. though the training was provided throughout

A consultant engaged by a hospital to fill the year, the hospital paid the total fees up
a senior management position was paid front upon the signing of the contract. The
approximately $275,000 annually. From hospital prepaid the consultant $170,000 in
April 2007 to December 2009, this consult- April 2007 and $210,000 in March 2008.
ant also claimed $97,000 in fees for other • A hospital single-sourced a contract of over
consultants and $50,000 in administrative $170,000 to a consulting firm to provide
support services fees, neither of which was in Workplace Safety and Insurance Board
his contract. The consultant billed the hospital claims-management services from June 2007
twice for over $7,000 relating to a salary to May 2009. There was no documentation
bonus, foreign exchange fees, and a Christmas supporting the single-sourcing of the contract,
luncheon. The hospital also paid this consult- and at the time of our audit the hospital could
ant questionable business-related expenses, not locate a signed copy of the contract. We
including accommodation costs of $400 per noted that the consulting firm continued
night for three nights in Chicago along with to provide services to the hospital after the
$500 in hotel phone charges; accommoda- contract expired. As a result, total payments to
tions of $510 per night on a second four-night date have amounted to $235,000, or $65,000
trip to Chicago; accommodations of $700 per over the original contract price of $170,000,
night for five nights in Singapore; and dinners without any supporting documentation or
in the greater Toronto area, one costing $300 proper contract renewals.
for three people (including $140 for alcohol) In other single-sourced contracts, one hospital
and another costing $350 for three people engaged a former management employee as a con-
(including $215 for alcohol). sultant within one month of the employee leaving

Another hospital awarded a consultant three the hospital at fees that totalled about $240,000
single-sourced contracts and three follow- annually, which was $100,000 more than his previ-
on contracts from 2007 to 2009, totalling ous salary; he was paid for expenses greater than
$608,000, to review the hospital’s finances those permitted in his signed contract but provided
in order to address a budget shortfall and no supporting receipts. Another hospital prepaid
implement recommendations made in the the full contract fee of $34,000 to a consultant
consultant’s earlier work. None of the invoices engaged to develop an accountability framework
we sampled from this consultant included for hospital staff and a related communication plan.
detailed receipts or justification for the When the consultant failed to provide a component
$170,000 in expenses claimed. As a result of the assignment, the hospital had to request a
of our audit, the hospital asked the consult- refund of $16,500 from the fee it had prepaid.
28 Special Report

Employment Arrangements as Consulting


other health providers. The hospital originally
Contracts
single-sourced the position to this consultant,
Several employment arrangements were struc- a former ministry employee. Over the three
tured as consulting services contracts, typically fiscal years that we reviewed, the consultant
for senior management positions. As a result, the had been paid approximately $275,000 plus
arrangements often provided consultants with taxes annually. The consultant’s remuneration
certain employee salary provisions and benefits. For is based on a per diem rate of $1,100 for eight
example: hours of work. We noted that the consultant
• One hospital used consulting-services billed for 250 days worked each year, mean-
arrangements to engage three individuals ing that every weekday was billed for the last
between 2003 and 2009, 2004 and 2009, three years, excluding statutory holidays. The
and 2007 and 2008, respectively, to fill three hospital informed us that the consultant had
executive staff positions—two vice pres- not taken any vacations where he was out of
idents and a chief financial officer. The two contact with the business during this time.
vice-president positions paid approximately This consultant was also reimbursed for travel
$300,000 and $220,000 annually, and the expenses and fees for several conferences over
chief financial officer position paid $210,000 this time. In May 2008, he received approval
annually for a four-day work week. No from the hospital for a one-week trip to Hong
competitive process was followed to engage Kong to attend a business-related confer-
these consultants. The hospital provided ence as an invited guest speaker. However,
them with remuneration packages similar to he added a personal one-week trip to Japan
those offered to salaried executive hospital as part of the excursion. We noted that the
staff. They were paid bonuses, termination hospital paid the consultant’s airfare claim
settlements, and vacation entitlements, and of $7,800, which included the airfare for his
reimbursed for conference-related expenses. personal trip to Japan, and also paid his fees
On their departure, one vice president billed for every work day during the month,
received termination payouts of $170,000, which included the two-week trip to both
and the second received $105,000. In con- Hong Kong and Japan. Following our inquir-
trast, our experience has been that in typical ies, the hospital has informed us that the con-
consulting-services contracts, the termination sultant has reimbursed half of the airfare. The
clauses often provide 30 days’ notice with no hospital also informed us that the contract
payout required. In addition, the consultants had been poorly drafted and did not accur-
signed large capital and supplier contracts ately reflect the intent of the parties, although
on behalf of the hospital, even though they the execution of the contract did reflect the
were deemed in their contracts not to be the intent. The hospital further informed us that
hospital’s agents or employees. We have been it will be revising the contract substantially to
advised that the hospital has since discon- better reflect the business arrangements.
tinued its practice of using consultants to fill •
A hospital engaged a consultant as a project
senior roles. manager shortly after he retired from the hos-
• At one hospital, a consultant has been pital in January 2008. We were informed that
engaged since 1999 as the chief executive the main reason for not tendering this con-
officer of a provincially funded initiative it tract was the consultant’s previous knowledge
administers involving many hospitals and of an ongoing major capital project, gained
Consultant Use in Selected Health Organizations 29

while the consultant was employed by the their technical expertise and prior experience
hospital. There was no formal documentation with the hospital. We noted that in one suc-
justifying the single-sourcing of this work; the cessful bid, the consultant gave as a reference
consultant was engaged on an hourly basis a director of the hospital who was also a mem-
with no specific deliverables in his contract. ber of the selection committee.
He worked part-time from January 2008 to • A hospital single-sourced a contract to provide
September 2009 and was paid approximately information technology staffing resources
$179,000 on the basis of invoices that detailed beginning in March 2009 at the hourly rate
only the hours worked. At the time of our of $110. We were advised that the consultant
audit, we were informed that the hospital was was used to replace an employee on tempor-
exercising an option for an additional two ary leave due to illness. No ceiling price was
years of services from this consultant. included in the contract, which was signed by
the consultant but not the hospital. The initial
contract term was from March 2009 to Octo-
Procurement Practices for Recent
ber 2009, but the hospital extended it verbally
Contracts
to the end of July 2010. The hospital has
The new mandatory supply chain policies did not paid the consultant $130,000 so far for this
become effective until April 1, 2010, which was assignment. The consultant has submitted no
after the period of our review. Our discussions with supporting documentation for about $10,500
senior hospital managers revealed that they gener- in expenses claimed.
ally had been aware of the increased emphasis on
good procurement practices since mid-2009, about
Acquisition of Consultants to Lobby
the same time as the revised Directive began to
Government
apply to LHINs. Nonetheless, our review of a num-
ber of recent consulting-services contracts entered The Local Health System Integration Act, 2006 (Act)
into by hospitals did not indicate that they had yet provides a framework for the Ministry to fund servi-
made any significant systemic improvements to ces provided by hospitals through transfer payments
their practices. For instance: to the LHINs. Under the Act, the Ministry is to enter
• In the fall of 2009, a hospital initiated an into an accountability agreement detailing the fund-
internal review of 14 information technology ing arrangements with each LHIN. The 2007/08
contracts after it learned that these contracts fiscal year was the first year such agreements were
might not have been awarded in accordance created. The Ministry provides each LHIN with
with hospital policy. The review resulted in the multi-year funding targets for both its operating
termination of 12 contracts. The hospital did and transfer payment budgets. In turn, each LHIN is
not renew one contract because it determined to advise and discuss its multi-year funding targets
that it had the internal staff to do the work; at with the hospitals that are party to its services
the time of our visit, three contracts had been agreements. The Ministry, LHINs, and hospitals
newly tendered using an open-tender process. are to review these funding targets and allocations
While one of the contracts was awarded to the annually. The LHIN–Hospital Service Accountability
lowest bidder, the other two were awarded to Agreement requires the hospital to ensure that gov-
the incumbent consultants even though their ernment funding is used to provide clinical services
bids, at $105,000 and $88,000, were nearly or activities to support these services.
double the lowest bids. The hospital selected Although the funding frameworks and mechan-
the incumbent firms primarily on the basis of isms that apply to all hospitals are intended to
30 Special Report

provide fair and equitable operating and capital initiative. Over the past three fiscal years, the
funding for each hospital, eight of the 16 hospitals second firm has charged a monthly retainer of
we visited had engaged consultants to lobby the $4,000, at a total cost of $159,000.
provincial government and, in some cases, the • A hospital and a lobbying firm signed a letter
federal government, using hospital funding that of proposal in 2006 for a one-year contract
included funds acquired from the Ministry. The costing $72,000. We were advised that three
services were typically referred to as “providing firms had been interviewed, but no documen-
advocacy, representation, and government relations tation was available. The initial arrangement
communications services” to the hospitals. Payment has been renewed annually on an informal
arrangements varied from a fixed monthly retainer basis and was in place at the completion of
to ad hoc fees. Our discussions with hospitals’ our audit. Between 2006 and March 31, 2010,
senior management noted that these services were the hospital paid the firm a total of $275,000.
often helpful in lobbying for capital funding or to Its invoices lacked specifics on the deliverables
bring more attention to their funding needs. provided to the hospital.
These eight hospitals spent over $1.1 million • In 2009, a hospital engaged a lobbying firm
on lobbying firms over the three-year period we at cost of $50,000. The hospital was unable
examined, ranging from about $11,000 to almost to provide documentation on the assignment,
$100,000 per year. Some of these hospitals had other than invoices from the firm, and said
lobbyist arrangements dating back several years; that the firm provided “general lobbying
we are aware of a further $550,000 paid by these services.” Hospital senior management later
hospitals as far back as 2002. Three of these eight clarified that the lobbying was directed at
hospitals had terminated the contracts with their federal funding opportunities. This purpose
lobbyists over the previous two years, but five had could be ascertained from only about half of
ongoing arrangements at the time of the comple- the invoices we reviewed, as the remaining
tion of our audit. For example: invoices did not have details of the specific
• In 2002, a hospital single-sourced a contract lobbying activities.
valued at about $51,000 to a lobbying firm • Another hospital contracted with a firm to
for a six-month term. The firm continued to lobby the government on funding and capital
receive a monthly retainer for seven years project approvals from 2005 to August 2009.
until the hospital’s new chief executive officer The hospital paid the firm $3,000 per month,
terminated the arrangement in September approximately $157,000 over the life of the
2009. In total, the firm received fees amount- agreement. In August 2009, the hospital
ing to $675,000. We were informed that this engaged a different lobbying firm on an
firm was engaged mainly due to its experi- ongoing basis at a cost of $7,000 per month.
ence and political relationships. Its invoices Although the amounts spent on consultants for
generally lacked an itemized account of the lobbying activities were relatively small in compari-
specific services provided, the personnel who son to hospitals’ overall funding, engaging firms
provided the services, or the number of con- with provincial government funding to lobby the
sulting hours it incurred. provincial and federal governments for more funds
• Another hospital engaged a lobbying firm at is a questionable use of funds provided to hospitals
a total cost of $130,000 over the past three for clinical and administrative activities. Also, lob-
fiscal years. In addition, the hospital engaged bying by some hospitals could disadvantage other
a second firm to lobby the government to hospitals that do not engage firms to lobby the
provide funding for a provincially funded Ministry and LHINs in connection with the funding-
allocation process.
Consultant Use in Selected Health Organizations 31

Hospitals Acting as Paymasters for the to the hospital for payment. The LHIN then
Ministry or LHINs instructed the hospital to pay other consult-
ants engaged by the LHIN using the unspent
As discussed earlier in this report, the Ministry
balance of $66,000.
brought to the attention of the Ontario Internal
Audit Division two single-sourced contracts totalling
Recommendation 3
approximately $950,000, where the Ministry paid
consultants using transfer-payment funding paid To ensure that hospitals implement the neces-
to a non-profit corporation to acquire consulting sary policies, procedures, and processes for the
services for the Ministry. We also noted several cost-effective planning, acquisition, and man-
similar instances of this during our visits to hospi- agement of consulting services:
tals. In these cases, the consultants were selected, • hospital boards of directors should ensure
contracted, and managed by the Ministry or the that recent mandatory supply-chain procure-
LHIN, but the hospitals paid the consultants’ invoi- ment policies for goods and services are
ces using funding that flowed from the Ministry or implemented and enforced, and that open,
LHIN. The payments in these cases were recorded fair, and competitive procurement processes
as transfer payments to the hospital instead of are in place; and
consulting-services payments, and thus the hospital, • hospitals should track and regularly report to
the Ministry, and the LHIN were not accountable for Local Health Integration Networks (LHINs)
the consulting-services contractual arrangements on their use of consultants in a manner that
and for following the Directive. For example: demonstrates their compliance with required
• In 2008, the Ministry signed an agreement policies and sound public-sector business
with a university to undertake a study of practices.
the critical-care nursing workforce from The Ministry of Health and Long-Term Care
April 2008 to March 2012, at a cost of should discontinue the use of transfer-payment
$300,000. The hospital’s role was to pay the funding to acquire consulting services for either
university’s invoices, once they were approved its own or LHIN use and should assess the
by the Ministry, with specific Ministry- appropriateness of hospitals’ use of government
provided funding. In this instance the hospital funds to engage consultants to lobby the Min-
was not actually paying the university listed istry and their LHINs for increased operating
in the contract, but rather an individual who and capital funding.
worked for the university; the hospital was
unaware of this. The hospital informed us HOSPITAL RESPONSE
that it subsequently contacted the university
The hospitals acknowledged the issues we
in April 2010 and learned that the individual
raised regarding the need for improvement in
receiving payments from the hospital had
the planning, procurement, and management
been endorsing the cheques and forwarding
of consultants. They agreed with our recom-
them to the university since 2008.
mendations with perhaps one exception, in
• One hospital received $150,000 in Nov-
that a number questioned the need for detailed
ember 2008 from its LHIN. The LHIN then
reporting to their respective LHINs on consult-
single-sourced a consulting firm to undertake
ant use. As an alternative, several suggested that
a review of area emergency departments at
incorporating the requirement in the LHIN–
a cost of $84,000. All consultant invoices,
Hospital Service Accountability Agreement that
once approved by the LHIN, were forwarded
32 Special Report

hospitals comply fully with the new broader- and direction only on complex processes and
public-sector Supply Chain Guideline covering policy issues, and that it did not engage consult-
mandatory requirements for procurement and ants to lobby the government for increased
the code of ethics would provide assurance to funding. Another hospital stated, “Our decision
the LHINs that hospitals were complying with to selectively use lobbyists, we firmly believe,
the new policies. provides excellent value for money in facili-
We are pleased to note that almost all the tating the appropriate and timely access to
hospitals indicated to us that they had initiated decision-makers who can support our corporate
regular reporting to their boards of directors on health-care goals within the provincial health-
their use of consultants. A number of hospitals care system. In the case of [our hospital], the
also indicated that they had improved their prac- lobbyists we used were for the sole purpose of
tices since the completion of our audit work. our capital project.”
Several hospitals commented on the Ministry
and the LHINs’ use of hospital transfer-payment MINISTRY RESPONSE
funding to acquire consulting services for their
The Ministry of Health and Long-Term Care
own use and agreed that this practice should
agrees with this recommendation and confirms
be discontinued. One hospital commented that
that hospitals need to have supply-chain codes
past practices lacked transparency and often
of ethics, procurement policies, and procedures
involved organizations over which it had little
in place that are consistent with the mandatory
control in terms of the services provided and
broader-public-sector Supply Chain Guideline.
how the funds were used.
The Ministry will work with the LHINs and hos-
With respect to the use of lobbyists, we
pitals to implement this recommendation.
received a variety of responses. Most of the
The Ministry agrees that the use of transfer
hospitals that commented on this issue agreed
payment funding for ministry procurement
it was either an inappropriate use of funds or,
should be discontinued and that funding should
at the very least, that it was a practice that the
be provided directly by the Ministry to the
Ministry should review. Two hospitals advised
appropriate transfer-partner recipient. The Min-
us that their lobbying efforts were directed
istry has strengthened its processes and controls
at finding federal funding opportunities, and
to end this practice.
another hospital informed us that, following our
The Ministry also recognizes that ministry
audit, it no longer had any consultants engaged
funding should not be used for lobbying
in lobbying. One hospital informed us that it
activities and it will address this issue with the
engages “government relations” consultants on
hospitals.
an as-needed basis to provide strategic advice

You might also like