Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Portsmouth City Council
Civic Offices, Guildhall Square
Portsmouth
PO12AL
UK
E-mail: cscplacementteam@portsmouthcc.gov.uk
NUTS: UKJ31
Internet address(es)
Main address: https://www.portsmouth.gov.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Lived Experience Recovery Service (LERS)
II.1.2) Main CPV code
85312500
II.1.3) Type of contract
Services
II.1.4) Short description
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) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 707 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ31
II.2.4) Description of the procurement
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) Award criteria
Quality criterion: Most suitable provider process with regard to the key criteria / Weighting
/ Weighting: 100
Cost criterion: Most suitable provider process with regard to the key criteria / Weighting
/ Weighting: 0
II.2.11) Information about options
Options:
Yes
Description of options:
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) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
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) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/12/2025
V.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
INTUITIVE THINKING SKILLS LTD
05204890
Think Tank House
457 Chester Road, Trafford, Manchester
m16 9ha
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 707 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
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) Procedures for review
VI.4.1) Review body
Independent Patient Choice and Procurement Panel
London
SE1 8UG
UK
VI.5) Date of dispatch of this notice
15/12/2025