Tender

Portsmouth City Council - Term Service Contracts for Targeted Short Breaks and Specialist Playschemes 2026

PORTSMOUTH CITY COUNCIL

This public procurement record has 3 releases in its history.

Tender

31 Mar 2026 at 15:52

PlanningUpdate

05 Jan 2026 at 10:42

Planning

27 Nov 2025 at 13:05

Summary of the contracting process

Portsmouth City Council, representing sub-central government in the United Kingdom, is overseeing the procurement process for their "Term Service Contracts for Targeted Short Breaks and Specialist Playschemes 2026." These contracts are aimed at providing services for children and young people with Special Educational Needs and Disabilities (SEND) in Portsmouth. This initiative falls under the social work services category and has a projected annual value of £517,000, divided across three lots. The procurement follows an open procedure and is in the tender stage, with key dates including the availability of tender documents from 31 March 2026, deadline for clarifications by 17 April 2026, and tender submission by 1 May 2026. The anticipated contract commencement is on 1 September 2026, covering the Northern, Southern, and Central localities of Portsmouth, ensuring accessible short breaks provisions for eligible residents.

Businesses interested in providing services to enhance the lives of children and young people with SEND will find significant growth opportunities through this tender. The council intends to appoint a maximum of one provider per lot, but it allows businesses to bid for multiple lots, potentially merging them into a single contract. This offers flexibility for businesses specialising in inclusive community short breaks, befriending and mentoring services, or specialist SEND playschemes. The tender is particularly suitable for small and medium-sized enterprises (SMEs), given the open nature of the procurement method. Providers can demonstrate their expertise in delivering tailored support within the framework of statutory requirements, safeguarding standards, and local priorities, making a meaningful impact on the community. Moreover, the contracts come with a potential extension, lasting up to five years, offering sustained business prospects for the chosen providers.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Portsmouth City Council - Term Service Contracts for Targeted Short Breaks and Specialist Playschemes 2026

Notice Description

Portsmouth City Council ('the council') is inviting tenders from suitably qualified Providers to provide Targeted Short Breaks and Specialist Holiday Playschemes for children and young people with Special Educational Needs and Disabilities (SEND) and additional needs within Portsmouth. The Council is looking to appoint a Provider or Providers via a multiple provider arrangement to deliver these services within the Northern, Southern and Central localities of Portsmouth, at an estimated annual value of approximately PS517,000 collectively per annum, which is to be split accordingly between three separate lots and services. Each contract will be let for an initial 3-year term, with the option to extend by up to a further 2 years. The scope of the services will include statutory duties and functions which meet Local Authority responsibilities in providing accessible Short Breaks provisions, which will support the needs of disabled children and young people, as well as their families, ensuring that the Council can offer a range of services within this field, during the day, inclusive of schools holidays, weekends, and after school, to meet the requirements of the applicable residents within Portsmouth boundaries. This is a re-procurement of an existing service. Scope and Specifications The services are to be provided for children and young people with SEND, and/or additional or complex health needs (support needs and provisions will differ, dependent on the service), who live within the city of Portsmouth from age 5 and up to their 18th birthday. Services must be delivered in line with the SEND Code of Practice, safeguarding standards, and local priorities. The targeted short breaks provisions will be offered to parent/careers, children and young people living in the city of Portsmouth, who meet the eligibility criteria, as set out in the Council's Short Breaks Statement. For certain services, providers should offer additional opportunities for families who are able to self-fund places for their child/children, as this will prove to be more cost effective. The Portsmouth Short Breaks offer, falls into three categories, as below: Level 1 - Low Level of Support For children and young people who cannot access universal services alone These services are provided for disabled children and young people who have additional needs that cannot be met by universal services. Level 2 - Higher Level of Support For children and young people who need a higher level of support. Those who meet eligibility criteria have access to short breaks. These services can be accessed by self-referral or via a Lead Professional. Level 3 - Specialist Support For children and young people who require services identified through a social care assessment These services are provided in addition to Levels 1 and 2 services where needs are identified through a social care assessment and meet the threshold for additional support. The commissioned services involved will cover categories 1 and 2 only. Dependent on the service, children and young people will be able to gain access to provisions via the following methods: Direct Parent/Carer Access Parents/carers will be able to book or register directly with the Contractor and will be able to access activities, either via the Contractors website, email of online booking form, phone or Local Offer directory link. Professional Referral Professionals may signpost or refer the family including: Early Help teams, Schools/SENCO's, Health visitors, Family support workers or Social care (if already involved). Council route The Council may send referral information for: Children known to services who require support * Children on targeted short breaks lists * Families who have requested short breaks through the SEND Local Offer Specifications The Specifications have been designed to ensure that all Providers have an effective and equal understanding of the contract's functional and performance requirements. Full details of requirements can be found in the Specification Documents. The Council reserves the right to make amendments to the specifications if deemed necessary, during the clarification stage. Partnership Working In addition to working in close partnership with the council, the Provider will also demonstrate effective communication and embody a strong partnership approach with other agencies and stakeholders, inclusive of Education, Health and Social Care partners in addition to parent carer forums, such as Portsmouth Parent Voice (PPV) Social Value The Council are committed to continuously reviewing and improving the approach to social value delivery, and Providers can find further information using the following link - https://www.portsmouth.gov.uk/services/council-and-democracy/social-value/ Contract Model The council intends to award a fixed price schedule per contract, which meets the dedicated Council budgets. Provider's may bid for all lots or certain lots without any limitations. If a provider secures multiple lots as a result of their bid(s), the Council reserves the right to combine them into a single contract. The Council is seeking to admit a maximum of one Provider per lot, to deliver each provision, though a provider can bid for and deliver more than one lot. Contract Costs and Duration When splitting the services into lots, the contract for each lot will possess an initial term of 3 years, with the opportunity and potential to be extended by a further 2 years in increments to be agreed, up to a maximum term of 5 years in total, dependent on Contractor performance and Council funding availability. Furthermore, the contract value may increase or decrease subject to any changes to budget allocation changes in legislation, additional funding sources, variation of services, or addition of further associated services in order to meet changes in demand or service delivery, The baseline contract cost figure above is to be split between the lots based on financial stability for each, and therefore, a set amount will be allocated to each provision per annum. If only one provider is to bid for the opportunity or is deemed the winning bidder for all lots, following on from the tender, and secures all the commissioned services, then the total combined figure can be funded under one contract, similarly if two of the three lots are secured by one provider, then the funding for those two lots can be combined into one, with the remainder going to the provider for the remaining lot. Should a provider secure more than one lot, then it will be at their discretion as to how the funding is allocated for each provision, provided that the service is consistently delivered effectively and service user needs are being met, and this is discussed with the relevant Council members prior. The Council will be regularly notified by the provider when determining how funds are to be/being allocated. Funding allocation for each lot per annum, will be determined as follows, considering a potential 3% annual inflation applied over 5 years: a) Lot 1 (PS100,000 base) * Year 1: PS100,000.00 * Year 2: PS103,000.00 * Year 3: PS106,090.00 * Year 4: PS109,272.70 * Year 5: PS112,550.88 o Total (5 years): PS530,913.58 b) Lot 2 (PS170,000 base) * Year 1: PS170,000.00 * Year 2: PS175,100.00 * Year 3: PS180,353.00 * Year 4: PS185,763.59 * Year 5: PS191,336.50 o Total (5 years): PS902,553.09 c) Lot 3 (PS247,000 base) * Year 1: PS247,000.00 * Year 2: PS254,410.00 * Year 3: PS262,042.30 * Year 4: PS269,903.57 * Year 5: PS278,000.68 o Total (5 years): PS1,311,356.55 Budget Cap and Affordability Requirement The Council has defined maximum annual funding allocations for each lot. Tenderers must not exceed the Year 1 base budget allocation for the lot(s) they are bidding for. Any Tenderer whose Year 1 total cost submission exceeds the stated base budget for that lot will be automatically excluded from evaluation for that lot. The Year 1 maximum budget allocations are as follows: * Lot 1: PS100,000 (Year 1 cap) * Lot 2: PS170,000 (Year 1 cap) * Lot 3: PS247,000 (Year 1 cap) These values represent the absolute ceiling for Year 1 pricing. Submissions above these thresholds cannot be considered. Access to Tender Documents and Procurement Programme The Council will administrate the procurement using its e-sourcing system In-Tend, which will be used for: * Access to and issue of procurement information and documentation * Pre-tender submission clarification requests and responses * Tender submissions * Tender opening and access to responses * Post tender submission clarification requests and response * Award decision notification and feedback * Publication of summary contract register information in accordance with Local Government Transparency Code (2015) requirements. The In-Tend system can be accessed free of charge via the following web link: https://intendhost.co.uk/portsmouthcc/aspx/home This procurement timetable is indicative and, while the council does not intend to depart from it, it reserves the right to do so at any time. Tender documents available on Intend - Tuesday 31st March 2026 Deadline requests for clarification - Friday 17th April 2026 at 23:59 Tender return deadline - Friday 1st May 2026 at 17:00 Evaluation of tenders completed - Monday 11th May 2026 Internal governance & moderation sign-offs - Tuesday 13th May 2026 to Thursday 14th May 2026 Award decision notified to providers - Friday 15th May 2026 Standstill Period - Monday 18th May 2026 - Thursday 28th May 2026 Contract award - Friday 29th May 2026 Mobilisation Period - Monday 1st June 2026 - 31st August 2026 Contract Commencement - Tuesday 1st September 2026

Lot Information

Inclusive Community Short Breaks: Play and Activity Sessions for Children and Young People with SEND

Regular structured tailored sessions, including community clubs, groups and family play activities for CYP with mild to moderate SEND, requiring a low level of support. Sessions will be supported by the CYP's parents/guardians and other family members. This will enable and support CYP and families to play and interact together, whilst also offering them the potential to meet with other families, in social and inclusive settings. Sessions will be available during every school holiday period, weekends, and/or during periods after school. For full description, see the main scope within this notice.

Renewal: Each contract will be let for an initial 3-year term, with the option to extend by up to a further 2 years in increments to be agreed.

Befriending & Mentoring for Children and Young People with SEND

A befriending and mentoring service which will involve careful matching of a CYP with a suitable and trusted adult, who will support the CYP in accessing social and community activities on a regular basis. Where necessary the support may take place in the CYP's home, as part of a structured plan to encourage the CYP out of their home on a regular basis. This service will not involve intimate care. For full description, see the main scope within this notice.

Renewal: Each contract will be let for an initial 3-year term, with the option to extend by up to a further 2 years in increments to be agreed.

Specialist SEND Playschemes for Children and Young People with Complex Needs

Specialist SEND Playschemes which can provide: * A specialist service for children and young people with complex SEND requiring a higher level of support and staff supervision (at least one staff member for every CYP involved). * A specialist service for children and young people with complex SEND who can engage with less adult/staff intervention and support (e.g. one staff member for every four children or young people). For full description, see the main scope within this notice.

Renewal: Each contract will be let for an initial 3-year term, with the option to extend by up to a further 2 years in increments to be agreed.

Planning Information

Interested suppliers should review and complete section 24. Request for Information withing the Pre-Liminary Market Engagement Request for Information Targeted Short Breaks And Specialist Playscheme Services, available via the Council's E-tendering platform, Intend. The In-tend system can be accessed free of charge via the following web link: https://intendhost.co.uk/portsmouthcc/aspx/home Suppliers who are not already registered on the In-tend system will need to register their details to access the procurement documentation, raise clarification requests and return the Conflict-of-Interest declaration. Upon completing the simple registration process access to the system is automatically approved allowing for immediate access to the procurement information and documentation. Information on registration and subsequent operation of the In-tend system is included for with the Supplier Guidance document access via the Help area of the In-tend system and is also included for within the procurement documents for subsequent ease of reference. Should Suppliers have any issues with registering or subsequently operating the In-tend system this should be raised directly with In-tend using the contact information provided within the Help area of the system. Suppliers should maintain an auditable record of any issues and correspondence with In-tend and should inform the Council of the issues promptly via In-tend correspondence if possible or if not possible via email to procurement@portsmouthcc.gov.uk. Section 24 includes a range of questions for consideration and any responses offered, would be greatly appreciated. Interested parties are advised to submit any questions they may have via the Council's sourcing system - InTend, using its 'Correspondence' function. Providers who engage in this exercise will not receive preferential treatment in any subsequent procurement process and all communications before, during and after this pre-procurement engagement will be accurately recorded in writing and made available upon request. Providers should note that there is no obligation to take part in this exercise and that if they do not take part, it will not prevent them from participating in any subsequent procurement exercise(s). Please be advised that this is purely a market consultation and therefore any involvement and participation in this, is in no way an indication of the selection of your organisation, or a guarantee of any future work. Post-survey submission clarification The Council reserves the right (but is not obliged) to seek clarification of any aspect of a Suppliers SMT survey response, to ensure the Council fully understands the information being submitted to help inform the final options appraisal. Suppliers are asked to respond to such requests promptly from receipt of correspondence, which will be issued via In-tend. Whilst the initial request for clarification will be via Intend Clarification, the Council reserve the right to invite representatives from the Supplier to attend a Microsoft Teams meeting with core members of the Councils project team to understand any ambiguities within a Suppliers response. Any clarifications received shall then be added to that Suppliers SMT Survey response for the purposes of the assessment. Where the information included within a survey response is incomplete, inaccurate, or clarifications have not been forthcoming, the Council may determine that survey information provided may need to be disregarded from the end report. This would not subsequently stop a Supplier from submitting a formal tender response should the Council decide to outsource the service. Award Process Dependent on feedback and interest for this market engagement exercise, the Council's intention will be to run the procurement process using the Open Procedure under the Procurement Act 2023. The Council will issue a Contract Tender Notice outlining the key details and requirements, including the overview of the procurement process & associated programme, value of the opportunity, scope of the contracts, lotting options & associated contractual terms, minimum levels of technical experience & accreditations and evaluation & award criteria. The notice will provide all necessary information for potential suppliers to assess and apply for the opportunity. In readiness for issue of the tender, any interested suppliers may register on the governments Central Digital Platform, as the Council is required to review information held there for any potential grounds for exclusion and undertake a debarment check. Guidance on accessing the Central Digital Platform can be found here - Suppliers: How to register your organisation and first administrator on Find a Tender in three easy steps (HTML) - GOV.UK Provider's may bid for all lots or certain lots without any limitations. If a provider secures multiple lots as a result of a bid, the Council reserves the right to combine them into a single contract. The Council is seeking to admit a maximum of one supplier per lot, to deliver each provision, though a provider can bid for and deliver more than one lot. The award criteria will be based on the most advantageous tender (MAT) during the procurement exercise, with the weighted criteria being split between quality and cost. This will apply to each lot, and different quality questions and pricing structures may be implemented for each lot and weighted accordingly. If the outcome of this market engagement exercise and/or any subsequent procurement exercise determines that the services are to be divided into lots, the service scope of each may be provided in individual service specifications and contracts. In accordance with the Procurement Act 2023, all individuals involved in a covered procurement must act, and be seen to act, with integrity. A conflict of interest arises where there is a conflict between the personal, financial, or other interests of an individual and the impartial execution of their procurement duties. All staff, suppliers, and stakeholders involved in the procurement process must declare any actual, potential, or perceived conflicts of interest as soon as they are identified. If a supplier thinks they might have a perceived or actual conflict of interest then they should contact the Council via Intend correspondence.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05ea26
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029990-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85310000 - Social work services

Notice Value(s)

Tender Value
£2,780,000 £1M-£10M
Lots Value
£2,780,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
31 Mar 20261 months ago
Submission Deadline
1 May 2026Expired
Future Notice Date
16 Jan 2026Expired
Award Date
Not specified
Contract Period
31 Aug 2026 - 31 Aug 2029 3-4 years
Recurrence
2029-03-01

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
PORTSMOUTH CITY COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
PORTSMOUTH
Postcode
PO1 2AL
Post Town
Portsmouth
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ31 Portsmouth
Delivery Location
TLJ31 Portsmouth, TLJ35 South Hampshire

Local Authority
Portsmouth
Electoral Ward
Charles Dickens
Westminster Constituency
Portsmouth South

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-h6vhtk-05ea26-2026-03-31T16:52:13+01:00",
    "date": "2026-03-31T16:52:13+01:00",
    "ocid": "ocds-h6vhtk-05ea26",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PCNL-5714-PRZV",
            "name": "Portsmouth City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PCNL-5714-PRZV"
            },
            "address": {
                "streetAddress": "Civic Offices, Guildhall Square",
                "locality": "Portsmouth",
                "postalCode": "PO1 2AL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ31"
            },
            "contactPoint": {
                "email": "procurement@portsmouthcc.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PCNL-5714-PRZV",
        "name": "Portsmouth City Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Interested suppliers should review and complete section 24. Request for Information withing the Pre-Liminary Market Engagement Request for Information Targeted Short Breaks And Specialist Playscheme Services, available via the Council's E-tendering platform, Intend. The In-tend system can be accessed free of charge via the following web link: https://intendhost.co.uk/portsmouthcc/aspx/home Suppliers who are not already registered on the In-tend system will need to register their details to access the procurement documentation, raise clarification requests and return the Conflict-of-Interest declaration. Upon completing the simple registration process access to the system is automatically approved allowing for immediate access to the procurement information and documentation. Information on registration and subsequent operation of the In-tend system is included for with the Supplier Guidance document access via the Help area of the In-tend system and is also included for within the procurement documents for subsequent ease of reference. Should Suppliers have any issues with registering or subsequently operating the In-tend system this should be raised directly with In-tend using the contact information provided within the Help area of the system. Suppliers should maintain an auditable record of any issues and correspondence with In-tend and should inform the Council of the issues promptly via In-tend correspondence if possible or if not possible via email to procurement@portsmouthcc.gov.uk. Section 24 includes a range of questions for consideration and any responses offered, would be greatly appreciated. Interested parties are advised to submit any questions they may have via the Council's sourcing system - InTend, using its 'Correspondence' function. Providers who engage in this exercise will not receive preferential treatment in any subsequent procurement process and all communications before, during and after this pre-procurement engagement will be accurately recorded in writing and made available upon request. Providers should note that there is no obligation to take part in this exercise and that if they do not take part, it will not prevent them from participating in any subsequent procurement exercise(s). Please be advised that this is purely a market consultation and therefore any involvement and participation in this, is in no way an indication of the selection of your organisation, or a guarantee of any future work. Post-survey submission clarification The Council reserves the right (but is not obliged) to seek clarification of any aspect of a Suppliers SMT survey response, to ensure the Council fully understands the information being submitted to help inform the final options appraisal. Suppliers are asked to respond to such requests promptly from receipt of correspondence, which will be issued via In-tend. Whilst the initial request for clarification will be via Intend Clarification, the Council reserve the right to invite representatives from the Supplier to attend a Microsoft Teams meeting with core members of the Councils project team to understand any ambiguities within a Suppliers response. Any clarifications received shall then be added to that Suppliers SMT Survey response for the purposes of the assessment. Where the information included within a survey response is incomplete, inaccurate, or clarifications have not been forthcoming, the Council may determine that survey information provided may need to be disregarded from the end report. This would not subsequently stop a Supplier from submitting a formal tender response should the Council decide to outsource the service. Award Process Dependent on feedback and interest for this market engagement exercise, the Council's intention will be to run the procurement process using the Open Procedure under the Procurement Act 2023. The Council will issue a Contract Tender Notice outlining the key details and requirements, including the overview of the procurement process & associated programme, value of the opportunity, scope of the contracts, lotting options & associated contractual terms, minimum levels of technical experience & accreditations and evaluation & award criteria. The notice will provide all necessary information for potential suppliers to assess and apply for the opportunity. In readiness for issue of the tender, any interested suppliers may register on the governments Central Digital Platform, as the Council is required to review information held there for any potential grounds for exclusion and undertake a debarment check. Guidance on accessing the Central Digital Platform can be found here - Suppliers: How to register your organisation and first administrator on Find a Tender in three easy steps (HTML) - GOV.UK Provider's may bid for all lots or certain lots without any limitations. If a provider secures multiple lots as a result of a bid, the Council reserves the right to combine them into a single contract. The Council is seeking to admit a maximum of one supplier per lot, to deliver each provision, though a provider can bid for and deliver more than one lot. The award criteria will be based on the most advantageous tender (MAT) during the procurement exercise, with the weighted criteria being split between quality and cost. This will apply to each lot, and different quality questions and pricing structures may be implemented for each lot and weighted accordingly. If the outcome of this market engagement exercise and/or any subsequent procurement exercise determines that the services are to be divided into lots, the service scope of each may be provided in individual service specifications and contracts. In accordance with the Procurement Act 2023, all individuals involved in a covered procurement must act, and be seen to act, with integrity. A conflict of interest arises where there is a conflict between the personal, financial, or other interests of an individual and the impartial execution of their procurement duties. All staff, suppliers, and stakeholders involved in the procurement process must declare any actual, potential, or perceived conflicts of interest as soon as they are identified. If a supplier thinks they might have a perceived or actual conflict of interest then they should contact the Council via Intend correspondence.",
                "dueDate": "2026-01-12T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "077677-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/077677-2025",
                "datePublished": "2025-11-27T13:05:10Z",
                "format": "text/html"
            },
            {
                "id": "000188-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/000188-2026",
                "datePublished": "2026-01-05T10:42:12Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "P00005217",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Portsmouth City Council - Term Service Contracts for Targeted Short Breaks and Specialist Playschemes 2026",
        "description": "Portsmouth City Council ('the council') is inviting tenders from suitably qualified Providers to provide Targeted Short Breaks and Specialist Holiday Playschemes for children and young people with Special Educational Needs and Disabilities (SEND) and additional needs within Portsmouth. The Council is looking to appoint a Provider or Providers via a multiple provider arrangement to deliver these services within the Northern, Southern and Central localities of Portsmouth, at an estimated annual value of approximately PS517,000 collectively per annum, which is to be split accordingly between three separate lots and services. Each contract will be let for an initial 3-year term, with the option to extend by up to a further 2 years. The scope of the services will include statutory duties and functions which meet Local Authority responsibilities in providing accessible Short Breaks provisions, which will support the needs of disabled children and young people, as well as their families, ensuring that the Council can offer a range of services within this field, during the day, inclusive of schools holidays, weekends, and after school, to meet the requirements of the applicable residents within Portsmouth boundaries. This is a re-procurement of an existing service. Scope and Specifications The services are to be provided for children and young people with SEND, and/or additional or complex health needs (support needs and provisions will differ, dependent on the service), who live within the city of Portsmouth from age 5 and up to their 18th birthday. Services must be delivered in line with the SEND Code of Practice, safeguarding standards, and local priorities. The targeted short breaks provisions will be offered to parent/careers, children and young people living in the city of Portsmouth, who meet the eligibility criteria, as set out in the Council's Short Breaks Statement. For certain services, providers should offer additional opportunities for families who are able to self-fund places for their child/children, as this will prove to be more cost effective. The Portsmouth Short Breaks offer, falls into three categories, as below: Level 1 - Low Level of Support For children and young people who cannot access universal services alone These services are provided for disabled children and young people who have additional needs that cannot be met by universal services. Level 2 - Higher Level of Support For children and young people who need a higher level of support. Those who meet eligibility criteria have access to short breaks. These services can be accessed by self-referral or via a Lead Professional. Level 3 - Specialist Support For children and young people who require services identified through a social care assessment These services are provided in addition to Levels 1 and 2 services where needs are identified through a social care assessment and meet the threshold for additional support. The commissioned services involved will cover categories 1 and 2 only. Dependent on the service, children and young people will be able to gain access to provisions via the following methods: Direct Parent/Carer Access Parents/carers will be able to book or register directly with the Contractor and will be able to access activities, either via the Contractors website, email of online booking form, phone or Local Offer directory link. Professional Referral Professionals may signpost or refer the family including: Early Help teams, Schools/SENCO's, Health visitors, Family support workers or Social care (if already involved). Council route The Council may send referral information for: Children known to services who require support * Children on targeted short breaks lists * Families who have requested short breaks through the SEND Local Offer Specifications The Specifications have been designed to ensure that all Providers have an effective and equal understanding of the contract's functional and performance requirements. Full details of requirements can be found in the Specification Documents. The Council reserves the right to make amendments to the specifications if deemed necessary, during the clarification stage. Partnership Working In addition to working in close partnership with the council, the Provider will also demonstrate effective communication and embody a strong partnership approach with other agencies and stakeholders, inclusive of Education, Health and Social Care partners in addition to parent carer forums, such as Portsmouth Parent Voice (PPV) Social Value The Council are committed to continuously reviewing and improving the approach to social value delivery, and Providers can find further information using the following link - https://www.portsmouth.gov.uk/services/council-and-democracy/social-value/ Contract Model The council intends to award a fixed price schedule per contract, which meets the dedicated Council budgets. Provider's may bid for all lots or certain lots without any limitations. If a provider secures multiple lots as a result of their bid(s), the Council reserves the right to combine them into a single contract. The Council is seeking to admit a maximum of one Provider per lot, to deliver each provision, though a provider can bid for and deliver more than one lot. Contract Costs and Duration When splitting the services into lots, the contract for each lot will possess an initial term of 3 years, with the opportunity and potential to be extended by a further 2 years in increments to be agreed, up to a maximum term of 5 years in total, dependent on Contractor performance and Council funding availability. Furthermore, the contract value may increase or decrease subject to any changes to budget allocation changes in legislation, additional funding sources, variation of services, or addition of further associated services in order to meet changes in demand or service delivery, The baseline contract cost figure above is to be split between the lots based on financial stability for each, and therefore, a set amount will be allocated to each provision per annum. If only one provider is to bid for the opportunity or is deemed the winning bidder for all lots, following on from the tender, and secures all the commissioned services, then the total combined figure can be funded under one contract, similarly if two of the three lots are secured by one provider, then the funding for those two lots can be combined into one, with the remainder going to the provider for the remaining lot. Should a provider secure more than one lot, then it will be at their discretion as to how the funding is allocated for each provision, provided that the service is consistently delivered effectively and service user needs are being met, and this is discussed with the relevant Council members prior. The Council will be regularly notified by the provider when determining how funds are to be/being allocated. Funding allocation for each lot per annum, will be determined as follows, considering a potential 3% annual inflation applied over 5 years: a) Lot 1 (PS100,000 base) * Year 1: PS100,000.00 * Year 2: PS103,000.00 * Year 3: PS106,090.00 * Year 4: PS109,272.70 * Year 5: PS112,550.88 o Total (5 years): PS530,913.58 b) Lot 2 (PS170,000 base) * Year 1: PS170,000.00 * Year 2: PS175,100.00 * Year 3: PS180,353.00 * Year 4: PS185,763.59 * Year 5: PS191,336.50 o Total (5 years): PS902,553.09 c) Lot 3 (PS247,000 base) * Year 1: PS247,000.00 * Year 2: PS254,410.00 * Year 3: PS262,042.30 * Year 4: PS269,903.57 * Year 5: PS278,000.68 o Total (5 years): PS1,311,356.55 Budget Cap and Affordability Requirement The Council has defined maximum annual funding allocations for each lot. Tenderers must not exceed the Year 1 base budget allocation for the lot(s) they are bidding for. Any Tenderer whose Year 1 total cost submission exceeds the stated base budget for that lot will be automatically excluded from evaluation for that lot. The Year 1 maximum budget allocations are as follows: * Lot 1: PS100,000 (Year 1 cap) * Lot 2: PS170,000 (Year 1 cap) * Lot 3: PS247,000 (Year 1 cap) These values represent the absolute ceiling for Year 1 pricing. Submissions above these thresholds cannot be considered. Access to Tender Documents and Procurement Programme The Council will administrate the procurement using its e-sourcing system In-Tend, which will be used for: * Access to and issue of procurement information and documentation * Pre-tender submission clarification requests and responses * Tender submissions * Tender opening and access to responses * Post tender submission clarification requests and response * Award decision notification and feedback * Publication of summary contract register information in accordance with Local Government Transparency Code (2015) requirements. The In-Tend system can be accessed free of charge via the following web link: https://intendhost.co.uk/portsmouthcc/aspx/home This procurement timetable is indicative and, while the council does not intend to depart from it, it reserves the right to do so at any time. Tender documents available on Intend - Tuesday 31st March 2026 Deadline requests for clarification - Friday 17th April 2026 at 23:59 Tender return deadline - Friday 1st May 2026 at 17:00 Evaluation of tenders completed - Monday 11th May 2026 Internal governance & moderation sign-offs - Tuesday 13th May 2026 to Thursday 14th May 2026 Award decision notified to providers - Friday 15th May 2026 Standstill Period - Monday 18th May 2026 - Thursday 28th May 2026 Contract award - Friday 29th May 2026 Mobilisation Period - Monday 1st June 2026 - 31st August 2026 Contract Commencement - Tuesday 1st September 2026",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85310000",
                        "description": "Social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ31",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ35",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ31",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ35",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ31",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ35",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85310000",
                        "description": "Social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ31",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ35",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85310000",
                        "description": "Social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ31",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ35",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amountGross": 3336000,
            "amount": 2780000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2029-08-31T23:59:59+01:00",
                    "maxExtentDate": "2031-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "title": "Inclusive Community Short Breaks: Play and Activity Sessions for Children and Young People with SEND",
                "description": "Regular structured tailored sessions, including community clubs, groups and family play activities for CYP with mild to moderate SEND, requiring a low level of support. Sessions will be supported by the CYP's parents/guardians and other family members. This will enable and support CYP and families to play and interact together, whilst also offering them the potential to meet with other families, in social and inclusive settings. Sessions will be available during every school holiday period, weekends, and/or during periods after school. For full description, see the main scope within this notice.",
                "value": {
                    "amountGross": 660000,
                    "amount": 550000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Service Delivery Model, Accessibility & Exclusivity",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Pathways, Access, Booking Processes & Support Planning",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Safeguarding, Risk Management & Compliance",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Staffing Model, Workforce Skills & Inclusion Practice",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality Assurance, Monitoring, Outcome tracking & Continuous Improvement",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Mobilisation",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As described in the procurement specific questionnaire and the conditions of participation."
                        },
                        {
                            "type": "technical",
                            "description": "As described in the procurement specific questionnaire and the conditions of participation."
                        }
                    ]
                },
                "renewal": {
                    "description": "Each contract will be let for an initial 3-year term, with the option to extend by up to a further 2 years in increments to be agreed."
                }
            },
            {
                "id": "2",
                "title": "Befriending & Mentoring for Children and Young People with SEND",
                "description": "A befriending and mentoring service which will involve careful matching of a CYP with a suitable and trusted adult, who will support the CYP in accessing social and community activities on a regular basis. Where necessary the support may take place in the CYP's home, as part of a structured plan to encourage the CYP out of their home on a regular basis. This service will not involve intimate care. For full description, see the main scope within this notice.",
                "status": "active",
                "value": {
                    "amountGross": 1092000,
                    "amount": 910000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Service Delivery Model & Approach",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Referral, Triage, Matching & Case Management",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Safeguarding, Risk Management, Training & Compliance",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Staffing Model, Workforce Capability & Supervision",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality Assurance, Performance Monitoring & Continuous Improvement",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Mobilisation",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As described in the procurement specific questionnaire and the conditions of participation."
                        },
                        {
                            "type": "technical",
                            "description": "As described in the procurement specific questionnaire and the conditions of participation."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2029-08-31T23:59:59+01:00",
                    "maxExtentDate": "2031-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Each contract will be let for an initial 3-year term, with the option to extend by up to a further 2 years in increments to be agreed."
                }
            },
            {
                "id": "3",
                "title": "Specialist SEND Playschemes for Children and Young People with Complex Needs",
                "description": "Specialist SEND Playschemes which can provide: * A specialist service for children and young people with complex SEND requiring a higher level of support and staff supervision (at least one staff member for every CYP involved). * A specialist service for children and young people with complex SEND who can engage with less adult/staff intervention and support (e.g. one staff member for every four children or young people). For full description, see the main scope within this notice.",
                "status": "active",
                "value": {
                    "amountGross": 1584000,
                    "amount": 1320000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Service Model & Delivery Approach",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Communication, Maintained Processes & Outcomes",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Safeguarding & Risk Management",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Personal Support Plans & Outcomes",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality Assurance, Monitoring, Outcome Tracking & Continuous Improvement",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Venue & Accessibility Arrangements",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Mobilisation",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As described in the procurement specific questionnaire and the conditions of participation."
                        },
                        {
                            "type": "technical",
                            "description": "As described in the procurement specific questionnaire and the conditions of participation."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2029-08-31T23:59:59+01:00",
                    "maxExtentDate": "2031-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Each contract will be let for an initial 3-year term, with the option to extend by up to a further 2 years in increments to be agreed."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-16T23:59:59Z"
        },
        "status": "active",
        "amendments": [
            {
                "id": "000188-2026",
                "description": "The Council have extended the deadline for suppliers to submit PME returns via Intend to Monday 12th January 2026."
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "The Council will publish the associated tender documents via Intend, the Councils e-tendering platform. https://in-tendhost.co.uk/portsmouthcc/aspx/home",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-05-01T17:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-17T23:59:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-05-29T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "029990-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/029990-2026",
                "datePublished": "2026-03-31T16:52:13+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2029-03-01T23:59:59Z"
                }
            ]
        },
        "riskDetails": "Local Government Review As part of the wider Local Government Review (LGR), the Council is required to actively engage in discussions with neighbouring authorities to explore potential opportunities for collaboration, shared service delivery, and governance alignment. While this engagement is ongoing, no formal decisions or agreements have been reached at this stage. Under current LGR proposals, it is likely to require Portsmouth City Council to form a new Authority by merging with other neighbouring Authorities. For Portsmouth, this will result in a new Council being created to provide the same services to everyone in the city, whilst covering a larger area and have a different name. Effectively all the current council services in the area of the new council boundary, would be merged to create a new Council. At this stage, the Council can only confirm its current demand and scope of requirements; however, this may be subject to change, should additional needs arise from other local authorities, as part of wider structural reforms. Any tender opportunities and contracts may be structured to allow adjustments in the scope of services and the value of contracts to the Council to respond to changes in demand and budgetary constraints, whilst ensuring that services remain efficient and continue to provide value for money. Additionally, provisions will be included to adapt to changes in geographical boundaries, resulting from any reorganisation. This will ensure that services can be extended or retracted to align with new administrative areas. The impacts of Local Government Review cannot be fully understood at this stage. In the event of reorganisation, contracts will include clauses that allow for the assignment of the contract to successor authorities. Any assignment clause is likely to state any contract may be assigned to any new authority that succeeds the original contracting authority. For further details in respect of LGR see the following link - https://www.portsmouth.gov.uk/services/council-and-democracy/devolution-and-plans-for-local-government-reorganisation/"
    },
    "language": "en"
}