Buyer Name: The Dudley Group NHS Foundation Trust
Buyer Address: Russells Hall Hospital Pensnett Road, Dudley, UKG36, DY1 2HQ, United Kingdom
Contact Name: Kirk Johnson
Contact Email: kirk.johnson1@nhs.net
Contact Telephone: +44 7896607624
Buyer Name: The Dudley Group NHS Foundation Trust
Buyer Address: Russells Hall Hospital Pensnett Road, Dudley, UKG36, DY1 2HQ, United Kingdom
Contact Name: Kirk Johnson
Contact Email: kirk.johnson1@nhs.net
Contact Telephone: +44 7896607624
Award of provision of Inpatient Stroke Rehabilitation services, commencing <br/>1st October 25 for the period of 6 Months; until the 31st March 2026.
No linked documents found for this notice.
Lot Description: This notice is to support a retrospective award for the provision of Inpatient Stroke Rehabilitation services to commence for a six (6) month period; until 31st March 2026. The provision will then be stood down, with no further extensions possible, the requirement is just for short term capacity. <br/><br/>The PSR 'Most Suitable Provider Award' process has been applied to support the provisional award.<br/><br/>The service selected will provide both clinical and corporate service support and<br/>oversight including appropriate skilled and trained workforce to deliver 24/7 Nursing<br/>care, intensive Stroke Therapy (7 days a week) and medical cover (Monday – Friday).<br/><br/>The provision is for a minimum of 11 inpatient Stroke Rehabilitation beds<br/>with an expected average length of stay of 4 weeks (+/- 2 weeks). <br/>The facility is selected is equipped to meet the needs of patients requiring Stroke rehabilitation,<br/>including access to gym and facilities which support rehabilitation of activities of daily living.<br/><br/>It is expected that the people will have access to the full range of specialist Stroke<br/>rehabilitation including:<br/>• Physiotherapy<br/>• Occupational Therapy<br/>• Speech and Language Therapy<br/>• Dietetics<br/>• Psychology<br/><br/>The service selected will operate in line with National clinical guidelines recommendations<br/>offering people to participate in at least 45 minutes of each appropriate therapy every<br/>day, at a frequency that enables them to meet their rehabilitation goals, and for as long<br/>as they are willing and capable of participating and showing measurable benefit from<br/>treatment.<br/><br/>DGFT Consultants will continue to maintain specialist clinical oversight of the services in use.<br/><br/>The selected provider shall maintain the Sentinel Stroke National Audit. <br/><br/>PSR Option C – Most Suitable Provider Assessment Undertaken <br/><br/>1. Quality and Safety<br/>The selected provider is a local NHS Trust with an established track record of delivering comparable NHS services to the required clinical standards. The Trust employs a substantive workforce with appropriate clinical and technical expertise, supported by experienced clinical leadership and established governance and assurance arrangements.<br/><br/>The Trust is known to have the ability to deliver the service safely and effectively from contract commencement, without reliance on untested delivery models or disproportionate use of temporary staffing. Importantly, the Trust is the only known local provider with existing clinical capacity and workforce capability which could be utilised at pace, providing assurance that patient safety and service continuity can be maintained without transitional risk.<br/><br/>2. Value<br/>Value has been considered in the round, including quality, deliverability, continuity, and system benefit, rather than cost alone. Awarding the contract to the selected NHS Trust avoids the need for extensive mobilisation, recruitment, or duplication of infrastructure that would be required with alternative providers.<br/>The Trust’s existing operational readiness and immediately deployable capacity represent efficient use of NHS resources and provide confidence that the service can be delivered at pace, representing good value for money while maintaining required quality standards.<br/><br/>3. Integration, Collaboration, and Sustainability<br/>A key factor in determining suitability is the existing collaborative working arrangements between the relevant authority and the selected provider. The Trust is already part of a collaborative Trust groups model, through which organisations work together to support service delivery, resilience, and mutual aid across the local health system.<br/>This established collaboration enables rapid operational alignment and supports sustainable delivery. The Trust is the only known local NHS provider within this collaborative model that has the relevant capacity available to support the service at the required timescale, further reinforcing its suitability under PSR Option C.<br/><br/>4. Access, Health Inequalities, and Choice<br/>The selected provider operates within a relevant local geography, ensuring the service is accessible to the population served by the authority. The Trust already supports established access, referral, and escalation pathways across the local health economy, which are embedded and well understood by clinicians and system partners.<br/>The ability to utilise existing local provision with available capacity at pace ensures that access to services can be maintained without disruption, supporting timely care and reducing the risk of inequalities arising from delays, service gaps, or unfamiliar referral routes.<br/><br/>5. Social Value<br/>Awarding the contract to a local NHS Trust supports retention of services within the NHS and contributes to wider system objectives, including workforce stability, resilience, and collaborative service delivery.<br/>The Trust’s position as the only known local provider with immediately usable capacity enables it to support system sustainability, local employment, training, and long‑term service resilience aligned with NHS priorities.
Lot 1 Status: cancelled
Lot 1 Has Options: Yes
Lot 1 Options: Award of a contract without prior publication of a call for competition.<br/><br/>Options have previously been reviewed and the awarded partner was the only supplier identified to be in a suitable position to support.
Lot 1 Award Criterion (quality): As detailed in Description of Procurement
Lot 1 Award Criterion (cost): As detailed in Description of Procurement
{
"awards": [
{
"id": "011876-2026-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-133553",
"name": "Sandwell and West Birmingham Hospitals NHS trust"
}
]
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "2",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "electronicBids",
"relatedLot": "1",
"value": 0
}
]
},
"buyer": {
"id": "GB-FTS-82155",
"name": "The Dudley Group NHS Foundation Trust"
},
"contracts": [
{
"awardID": "011876-2026-1",
"dateSigned": "2025-10-01T00:00:00+01:00",
"id": "011876-2026-1",
"status": "active",
"value": {
"amount": 684000.0,
"currency": "GBP"
}
}
],
"date": "2026-02-10T13:19:38Z",
"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 do not apply to this award. The publication of this notice marks retrospective award via PSR Most Suitable Provider process. \u003cbr/\u003e\u003cbr/\u003eThe Contract will not extend past 31st March 2026.",
"id": "011876-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-064c88",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Dudley",
"postalCode": "DY1 2HQ",
"region": "UKG36",
"streetAddress": "Russells Hall Hospital Pensnett Road"
},
"contactPoint": {
"email": "kirk.johnson1@nhs.net",
"name": "Kirk Johnson",
"telephone": "+44 7896607624"
},
"details": {
"buyerProfile": "https://www.dgft.nhs.uk/",
"classifications": [
{
"description": "Body governed by public law",
"id": "BODY_PUBLIC",
"scheme": "TED_CA_TYPE"
},
{
"description": "Health",
"id": "07",
"scheme": "COFOG"
}
],
"url": "https://www.dgft.nhs.uk/"
},
"id": "GB-FTS-82155",
"identifier": {
"legalName": "The Dudley Group NHS Foundation Trust"
},
"name": "The Dudley Group NHS Foundation Trust",
"roles": [
"buyer"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "West Bromwich",
"postalCode": "B71 4HJ",
"region": "UKG",
"streetAddress": "Trust HQ Sandwell Hospital Lyndon, West Bromwich"
},
"contactPoint": {
"email": "swbh.patient-experience@nhs.net",
"telephone": "+44 7980902246"
},
"details": {
"scale": "large",
"url": "https://www.swbh.nhs.uk/"
},
"id": "GB-FTS-133553",
"identifier": {
"legalName": "Sandwell and West Birmingham Hospitals NHS trust"
},
"name": "Sandwell and West Birmingham Hospitals NHS trust",
"roles": [
"supplier"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "SE1 8UG",
"streetAddress": "Wellington House"
},
"id": "GB-FTS-133554",
"identifier": {
"legalName": "Independent patient choice and procurement panel"
},
"name": "Independent patient choice and procurement panel",
"roles": [
"reviewBody"
]
}
],
"tag": [
"award",
"contract"
],
"tender": {
"classification": {
"description": "Rehabilitation hospital services",
"id": "85111400",
"scheme": "CPV"
},
"description": "Award of provision of Inpatient Stroke Rehabilitation services, commencing \u003cbr/\u003e1st October 25 for the period of 6 Months; until the 31st March 2026.",
"id": "ocds-h6vhtk-064c88",
"items": [
{
"deliveryAddresses": [
{
"region": "UKG36"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "50",
"name": "As detailed in Description of Procurement",
"type": "quality"
},
{
"description": "50",
"name": "As detailed in Description of Procurement",
"type": "cost"
}
]
},
"description": "This notice is to support a retrospective award for the provision of Inpatient Stroke Rehabilitation services to commence for a six (6) month period; until 31st March 2026. The provision will then be stood down, with no further extensions possible, the requirement is just for short term capacity. \u003cbr/\u003e\u003cbr/\u003eThe PSR \u0027Most Suitable Provider Award\u0027 process has been applied to support the provisional award.\u003cbr/\u003e\u003cbr/\u003eThe service selected will provide both clinical and corporate service support and\u003cbr/\u003eoversight including appropriate skilled and trained workforce to deliver 24/7 Nursing\u003cbr/\u003ecare, intensive Stroke Therapy (7 days a week) and medical cover (Monday \u2013 Friday).\u003cbr/\u003e\u003cbr/\u003eThe provision is for a minimum of 11 inpatient Stroke Rehabilitation beds\u003cbr/\u003ewith an expected average length of stay of 4 weeks (+/- 2 weeks). \u003cbr/\u003eThe facility is selected is equipped to meet the needs of patients requiring Stroke rehabilitation,\u003cbr/\u003eincluding access to gym and facilities which support rehabilitation of activities of daily living.\u003cbr/\u003e\u003cbr/\u003eIt is expected that the people will have access to the full range of specialist Stroke\u003cbr/\u003erehabilitation including:\u003cbr/\u003e\u2022 Physiotherapy\u003cbr/\u003e\u2022 Occupational Therapy\u003cbr/\u003e\u2022 Speech and Language Therapy\u003cbr/\u003e\u2022 Dietetics\u003cbr/\u003e\u2022 Psychology\u003cbr/\u003e\u003cbr/\u003eThe service selected will operate in line with National clinical guidelines recommendations\u003cbr/\u003eoffering people to participate in at least 45 minutes of each appropriate therapy every\u003cbr/\u003eday, at a frequency that enables them to meet their rehabilitation goals, and for as long\u003cbr/\u003eas they are willing and capable of participating and showing measurable benefit from\u003cbr/\u003etreatment.\u003cbr/\u003e\u003cbr/\u003eDGFT Consultants will continue to maintain specialist clinical oversight of the services in use.\u003cbr/\u003e\u003cbr/\u003eThe selected provider shall maintain the Sentinel Stroke National Audit. \u003cbr/\u003e\u003cbr/\u003ePSR Option C \u2013 Most Suitable Provider Assessment Undertaken \u003cbr/\u003e\u003cbr/\u003e1. Quality and Safety\u003cbr/\u003eThe selected provider is a local NHS Trust with an established track record of delivering comparable NHS services to the required clinical standards. The Trust employs a substantive workforce with appropriate clinical and technical expertise, supported by experienced clinical leadership and established governance and assurance arrangements.\u003cbr/\u003e\u003cbr/\u003eThe Trust is known to have the ability to deliver the service safely and effectively from contract commencement, without reliance on untested delivery models or disproportionate use of temporary staffing. Importantly, the Trust is the only known local provider with existing clinical capacity and workforce capability which could be utilised at pace, providing assurance that patient safety and service continuity can be maintained without transitional risk.\u003cbr/\u003e\u003cbr/\u003e2. Value\u003cbr/\u003eValue has been considered in the round, including quality, deliverability, continuity, and system benefit, rather than cost alone. Awarding the contract to the selected NHS Trust avoids the need for extensive mobilisation, recruitment, or duplication of infrastructure that would be required with alternative providers.\u003cbr/\u003eThe Trust\u2019s existing operational readiness and immediately deployable capacity represent efficient use of NHS resources and provide confidence that the service can be delivered at pace, representing good value for money while maintaining required quality standards.\u003cbr/\u003e\u003cbr/\u003e3. Integration, Collaboration, and Sustainability\u003cbr/\u003eA key factor in determining suitability is the existing collaborative working arrangements between the relevant authority and the selected provider. The Trust is already part of a collaborative Trust groups model, through which organisations work together to support service delivery, resilience, and mutual aid across the local health system.\u003cbr/\u003eThis established collaboration enables rapid operational alignment and supports sustainable delivery. The Trust is the only known local NHS provider within this collaborative model that has the relevant capacity available to support the service at the required timescale, further reinforcing its suitability under PSR Option C.\u003cbr/\u003e\u003cbr/\u003e4. Access, Health Inequalities, and Choice\u003cbr/\u003eThe selected provider operates within a relevant local geography, ensuring the service is accessible to the population served by the authority. The Trust already supports established access, referral, and escalation pathways across the local health economy, which are embedded and well understood by clinicians and system partners.\u003cbr/\u003eThe ability to utilise existing local provision with available capacity at pace ensures that access to services can be maintained without disruption, supporting timely care and reducing the risk of inequalities arising from delays, service gaps, or unfamiliar referral routes.\u003cbr/\u003e\u003cbr/\u003e5. Social Value\u003cbr/\u003eAwarding the contract to a local NHS Trust supports retention of services within the NHS and contributes to wider system objectives, including workforce stability, resilience, and collaborative service delivery.\u003cbr/\u003eThe Trust\u2019s position as the only known local provider with immediately usable capacity enables it to support system sustainability, local employment, training, and long\u2011term service resilience aligned with NHS priorities.",
"hasOptions": true,
"id": "1",
"options": {
"description": "Award of a contract without prior publication of a call for competition.\u003cbr/\u003e\u003cbr/\u003eOptions have previously been reviewed and the awarded partner was the only supplier identified to be in a suitable position to support."
},
"status": "cancelled"
}
],
"mainProcurementCategory": "services",
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"procurementMethodRationale": "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 do not apply to this award.",
"procurementMethodRationaleClassifications": [
{
"description": "The procurement falls outside the scope of application of the directive",
"id": "D_OUTSIDE_SCOPE",
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL"
}
],
"status": "complete",
"title": "Provision of In-patient Stroke Rehabilitation services"
}
}