Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Portsmouth City Council
Civic Offices, Guildhall Square
Portsmouth
PO12AL
UK
E-bost: cscplacementteam@portsmouthcc.gov.uk
NUTS: UKJ31
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.portsmouth.gov.uk/
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Lived Experience Recovery Service (LERS)
II.1.2) Prif god CPV
85312500
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 or Procurement Act Regulations 2023 do not apply to this award.
The intention is to award this contract under the most suitable provider process. The contract is for the provision of Lived Experience Recovery services from 1st April 2026 to 31st March 2029, with the option to extend for a further 3 years.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 1 707 000.00 GBP
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKJ31
II.2.4) Disgrifiad o’r caffaeliad
This notice is an intention to award a contract under the most suitable provider process for the provision of lived experience recovery services. This is an existing service awarded to an existing provider, Intuitive Thinking Skills.
The aim of the service is to promote and provide lived experience involvement, and co-production, throughout our drug and alcohol treatment system. The Service will provide both harm reduction and recovery support. It will deliver independent advocacy, peer mentoring, peer support groups, recovery check-ins and training and support for volunteers. The service will be a key delivery partner in making Portsmouth an Inclusive Recovery City.
The lifetime value of the contract is £1,707,000. The services are to be provided from 1st April 2026 to 31st March 2029, with the option to extend for a further 3 years.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: Most suitable provider process with regard to the key criteria / Weighting
/ Pwysoliad: 100
Maen prawf cost: Most suitable provider process with regard to the key criteria / Weighting
/ Pwysoliad: 0
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The services are to be provided from 1st April 2026 to 31st March 2029, with the option to extend for a further 3 years.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Dyfarnu contract heb gyhoeddi galwad am gystadleuaeth yng Nghyfnodolyn Swyddogol yr Undeb Ewropeaidd ymlaen llaw
Cyfiawnhau'r weithdrefn ddyfarnu a ddewiswyd:
Mae’r caffaeliad y tu allan i gwmpas cymhwysiad y gyfarwyddeb
Esboniad
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023.
For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 or Procurement Act Regulations 2023 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 29th December 2025 midnight via email to phcontracts@portsmouthcc.gov.uk .
This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
The Award decision makers are commissioners of the Public Health Directorate from Portsmouth City Council, with a lived experience representation as part of the evaluation panel. Declared and potential conflicts of interest were assessed and none were identified.
The Key Criteria were weighted as stated below:
1) Quality and innovation 25%
2) Value 10%
3) Integration, collaboration and service sustainability 30%
4) Improving access, reducing health inequalities and facilitating choice 25%
5) Social value 10%
The provider identified as the Most Suitable Provider demonstrated that they satisfy the above Key Criteria and provided assurance to the decision makers of their skills, knowledge and experience to deliver the service.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
Section V: Dyfarnu contract
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
15/12/2025
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 2
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
INTUITIVE THINKING SKILLS LTD
05204890
Think Tank House
457 Chester Road, Trafford, Manchester
m16 9ha
UK
NUTS: UK
BBaCh yw’r contractwr:
Ydy
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Cyfanswm gwerth y contract/lot: 1 707 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023.
For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 or Procurement Act Regulations 2023 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 29th December 2025 midnight via email to phcontracts@portsmouthcc.gov.uk .
This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
The Award decision makers are commissioners of the Public Health Directorate from Portsmouth City Council, with a lived experience representation as part of the evaluation panel. Declared and potential conflicts of interest were assessed and none were identified.
The Key Criteria were weighted as stated below:
1) Quality and innovation 25%
2) Value 10%
3) Integration, collaboration and service sustainability 30%
4) Improving access, reducing health inequalities and facilitating choice 25%
5) Social value 10%
The provider identified as the Most Suitable Provider demonstrated that they satisfy the above Key Criteria and provided assurance to the decision makers of their skills, knowledge and experience to deliver the service.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Independent Patient Choice and Procurement Panel
London
SE1 8UG
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
15/12/2025