Notice Information
Notice Title
CT0567 - Whistleblowing Hotline and Associated Services
Notice Description
The Council has award a contract to provide a (multi channel) Whistleblowing Hotline and Associated services. The Whistleblowing Hotline allows the Council's employees to raise concerns about wrongdoing and malpractice in the workplace to an independent third party, in line with the Council's Whistleblowing Policy. The service provider is required to identify whistleblowing issues, investigate issues and report on issues.
Lot Information
Lot 1
The aim of this procurement was to create a contract for the delivery of whistleblowing hotline and associated services. The Service Provider will undertake disclosure assessment and reporting, make management action recommendations, provide a comprehensive investigative service (including scoping/planning, interviewing, recording/transcription, written updates/reports, verbal updates/reports, referral to third parties if required) and provide advice and oversight.
Renewal: The option to extend for a further 12 + 12 months at the sole discretion of the council.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000605228
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386370
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79411000 - General management consultancy services
79512000 - Call centre
79720000 - Investigation services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £200,000 £100K-£500K
Notice Dates
- Publication Date
- 8 May 20205 years ago
- Submission Deadline
- 7 Jan 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 21 Apr 20205 years ago
- Contract Period
- 12 May 2020 - 11 May 2023 2-3 years
- Recurrence
- 2024
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE CITY OF EDINBURGH COUNCIL
- Contact Name
- Anna Penman, Martin McVey
- Contact Email
- anna.penman@edinburgh.gov.uk, martin.mcvey@edinburgh.gov.uk
- Contact Phone
- +44 1314693771, +44 1315292148
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH8 8BG
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV372989
Whistleblowing Hotline and Associated Services - The Council requires a service provider to provide a (multi channel) Whistleblowing Hotline and Associated services. The Whistleblowing Hotline allows the Council's employees to raise concerns about wrongdoing and malpractice in the workplace to an independent third party, in line with the Council's Whistleblowing Policy. The service provider is required to identify whistleblowing issues, investigate issues and report on issues. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386370
CT0567 - Whistleblowing Hotline and Associated Services - The Council has award a contract to provide a (multi channel) Whistleblowing Hotline and Associated services. The Whistleblowing Hotline allows the Council's employees to raise concerns about wrongdoing and malpractice in the workplace to an independent third party, in line with the Council's Whistleblowing Policy. The service provider is required to identify whistleblowing issues, investigate issues and report on issues.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000605228-2020-05-08T00:00:00Z",
"date": "2020-05-08T00:00:00Z",
"ocid": "ocds-r6ebe6-0000605228",
"initiationType": "tender",
"parties": [
{
"id": "org-20",
"name": "The City of Edinburgh Council",
"identifier": {
"legalName": "The City of Edinburgh Council"
},
"address": {
"streetAddress": "Waverley Court, 4 East Market Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH8 8BG"
},
"contactPoint": {
"name": "Martin McVey",
"email": "martin.mcvey@edinburgh.gov.uk",
"telephone": "+44 1315292148",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.edinburgh.gov.uk"
}
},
{
"id": "org-179",
"name": "The City of Edinburgh Council",
"identifier": {
"legalName": "The City of Edinburgh Council"
},
"address": {
"streetAddress": "Waverley Court, 4 East Market Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH8 8BG"
},
"contactPoint": {
"name": "Anna Penman",
"email": "anna.penman@edinburgh.gov.uk",
"telephone": "+44 1314693771",
"url": "http://"
},
"roles": [
"buyer",
"reviewContactPoint"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.edinburgh.gov.uk"
}
},
{
"id": "org-180",
"name": "Safecall Ltd",
"identifier": {
"legalName": "Safecall Ltd"
},
"address": {
"streetAddress": "Suites 24-29, Innovator House, Business & Innovation Centre",
"locality": "Sunderland",
"region": "UKC23",
"postalCode": "SR5 2TA"
},
"contactPoint": {
"telephone": "+44 1915166395"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-181",
"name": "Sheriff Court",
"identifier": {
"legalName": "Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 27 Chambers Street,",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"telephone": "+44 01312252525",
"url": "https://www.scotcourts.gov.uk/"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "The City of Edinburgh Council",
"id": "org-179"
},
"tender": {
"id": "ocds-r6ebe6-0000605228",
"title": "CT0567 - Whistleblowing Hotline and Associated Services",
"description": "The Council has award a contract to provide a (multi channel) Whistleblowing Hotline and Associated services. The Whistleblowing Hotline allows the Council's employees to raise concerns about wrongdoing and malpractice in the workplace to an independent third party, in line with the Council's Whistleblowing Policy. The service provider is required to identify whistleblowing issues, investigate issues and report on issues.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "79720000",
"scheme": "CPV"
},
{
"id": "79411000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Edinburgh"
},
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2020-01-07T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-01-07T12:30:00Z"
},
"documents": [
{
"id": "NOV372989",
"documentType": "contractNotice",
"title": "Whistleblowing Hotline and Associated Services",
"description": "The Council requires a service provider to provide a (multi channel) Whistleblowing Hotline and Associated services. The Whistleblowing Hotline allows the Council's employees to raise concerns about wrongdoing and malpractice in the workplace to an independent third party, in line with the Council's Whistleblowing Policy. The service provider is required to identify whistleblowing issues, investigate issues and report on issues.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV372989",
"format": "text/html"
},
{
"id": "MAY386370",
"documentType": "awardNotice",
"title": "CT0567 - Whistleblowing Hotline and Associated Services",
"description": "The Council has award a contract to provide a (multi channel) Whistleblowing Hotline and Associated services. The Whistleblowing Hotline allows the Council's employees to raise concerns about wrongdoing and malpractice in the workplace to an independent third party, in line with the Council's Whistleblowing Policy. The service provider is required to identify whistleblowing issues, investigate issues and report on issues.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386370",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The aim of this procurement was to create a contract for the delivery of whistleblowing hotline and associated services. The Service Provider will undertake disclosure assessment and reporting, make management action recommendations, provide a comprehensive investigative service (including scoping/planning, interviewing, recording/transcription, written updates/reports, verbal updates/reports, referral to third parties if required) and provide advice and oversight.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Implementation Plan",
"description": "12.5"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2020-05-12T00:00:00Z",
"endDate": "2023-05-11T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "The option to extend for a further 12 + 12 months at the sole discretion of the council."
}
}
],
"bidOpening": {
"date": "2020-01-07T12:30:00Z",
"address": {
"streetAddress": "Waverley Court, Edinburgh"
},
"description": "Two authorised personnel will open the Tender Returns at the specified time."
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "There are no statements or questions within section A"
},
{
"type": "economic",
"description": "As part of ongoing review the Tenderer will be reviewed and scored on their economic and financial standing orders as detailed below. At 4B1.1 - Yearly Turnover - Tenderers are required to have a minimum \"general\" annual turnover of 70,000 GBP for each of the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. At 4B.4 - Financial Ratios - The acceptable range for each financial ratio is greater than 1.10 for the last two financial years. Where a Tenderer's current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. The formula for calculating a Tenderer's current ratio is current assets divided by current liabilities. Bidders must be able to provide upon request, their two most recent sets of audited annual accounts, including profit and loss information, and the current ratio for each of the two financial years.",
"minimum": "It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: 4B.5.1a Professional Indemnity Insurance = 5,000,000 GBP 4B.5.1b Employer's (Compulsory) Liability Insurance = 5,000,000 GBP 4B.5.2 Public Liability Insurance = 10,000,000 GBP"
},
{
"type": "technical",
"description": "There are no statement and questions used in section C"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "79512000",
"scheme": "CPV"
},
"reviewDetails": "A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the OJEU or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.",
"hasRecurrence": true,
"recurrence": {
"description": "2024"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. (SC Ref:621060)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000605228"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000605228"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "ocds-r6ebe6-0000605228-1",
"suppliers": [
{
"id": "org-180",
"name": "Safecall Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "ocds-r6ebe6-0000605228-1",
"awardID": "ocds-r6ebe6-0000605228-1",
"status": "active",
"value": {
"amount": 200000,
"currency": "GBP"
},
"dateSigned": "2020-04-21T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 227-557191"
}
],
"bids": {
"statistics": [
{
"id": "393",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "394",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "395",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "396",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "397",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
}
]
}
}