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: procurement@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
Portsmouth City Council Staff Flu Vaccination Programme
II.1.2) Main CPV code
85149000
II.1.3) Type of contract
Services
II.1.4) Short description
Portsmouth City Council intends to award a contract to an existing provider for the provision of an existing service, the staff flu vaccination programme.
The aim of the service is to increase the provision of and access to seasonal influenza immunisation for eligible employees of Portsmouth City Council, especially among those working with vulnerable/at risk clients. It is intended that the initial contract term will be from 15th October 2025 to 31st March 2027, with the option to extend for a further 3 years, with a total contract value of £12,500.
The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023, following Direct Award Process C. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 or the Procurement Act 2023 do not apply to this award. The standstill period begins on the day after the publication of this notice.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
12 500.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ31
II.2.4) Description of the procurement
Portsmouth City Council intends to award a contract to an existing provider for the provision of an existing service, the staff flu vaccination programme, following Direct Award Process C under the Provider Selection Regime (PSR) Regulations 2023.
This Service will increase the provision of and access to seasonal influenza immunisation for eligible employees of Portsmouth City Council (including Councillors and Port staff), HIOW ICB and Gosport Borough Council. In particular, the quadrivalent seasonal influenza vaccine that the Joint Committee on Vaccinations and Immunisations (JCVI) recommend is issued to frontline health and social care workers.
The provision of this service is expected to facilitate flu vaccine uptake, especially among those working with vulnerable/at risk clients. This is to reduce the serious morbidity and mortality of influenza by immunising those who care for individuals who are more likely to have a serious or complicated illness should they develop influenza.
It is intended that the initial contract term will be from 15th October 2025 to 31st March 2027, with the option to extend for a further 3 years, with a total contract value of £12,500.
II.2.5) Award criteria
Price
II.2.11) Information about options
Options:
Yes
Description of options:
It is intended that the initial contract term will be from 15th October 2025 to 31st March 2027, with the option to extend for a further 3 years, with a total contract value of £12,500.
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 nor the Procurement Act 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 13th October. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
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
01/10/2025
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
J C L (U.K.) LTD.
03212838
Portsmouth
UK
NUTS: UKJ31
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 12 500.00
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 the Procurement Act 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 decision makers by midnight on 13th October 2025 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 decisions makers are commissioners of the Public Health directorate at Portsmouth City Council. There were no conflicts of interest identified.
Through the assessment of the existing provider in accordance with each of the Key Criteria listed under the PSR Regulations 2023, Direct Award Process C, it was identified that the existing provider satisfies the original contract with no concerns identified. They will likely be able to satisfy the new contract to a sufficient standard.
The key criteria were taken in consideration as follows: Quality and innovation (20%), Value (20%), Integration, Collaboration and Service Sustainability (15%), Improving access, reducing health inequalities and facilitating choice (30%), Social Value (15%)
VI.4) Procedures for review
VI.4.1) Review body
Independent Patient Choice and Procurement Panel
London
UK
VI.5) Date of dispatch of this notice
01/10/2025