Award

Provision of In-patient Stroke Rehabilitation services

THE DUDLEY GROUP NHS FOUNDATION TRUST

This public procurement record has 1 release in its history.

Award

10 Feb 2026 at 13:19

Summary of the contracting process

The procurement process for the "Provision of In-patient Stroke Rehabilitation services" is a retrospective award notice managed by The Dudley Group NHS Foundation Trust. Classified under the services industry with a focus on rehabilitation hospital services, this procurement is part of the Health Care Services (Provider Selection Regime) Regulations 2023. The service, starting on 1st October 2025 and concluding on 31st March 2026, is located in the UKG36 region and employs a limited procurement method without a prior call for competition. The contract, valued at £684,000, has been awarded to Sandwell and West Birmingham Hospitals NHS Trust. This award is at the "award" stage, and the tender status is marked as complete.

The contract offers significant opportunities for businesses specialising in healthcare services, particularly those involved in stroke rehabilitation. Companies that could benefit include those with expertise in physiotherapy, occupational therapy, speech and language therapy, dietetics, and clinical psychology. The awarded NHS Trust, with its established track record and operational readiness, exemplifies how collaborations within the local health system can enhance service delivery while maintaining high clinical standards. This contract could inspire similar organisations to pursue opportunities in providing specialised healthcare services, drawing on existing infrastructure and an experienced workforce to ensure efficient and effective service delivery.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of In-patient Stroke Rehabilitation services

Notice Description

Award of provision of Inpatient Stroke Rehabilitation services, commencing <br/>1st October 25 for the period of 6 Months; until the 31st March 2026.

Lot Information

Lot 1

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.

The PSR 'Most Suitable Provider Award' process has been applied to support the provisional award.

The service selected will provide both clinical and corporate service support and
oversight including appropriate skilled and trained workforce to deliver 24/7 Nursing
care, intensive Stroke Therapy (7 days a week) and medical cover (Monday - Friday).

The provision is for a minimum of 11 inpatient Stroke Rehabilitation beds
with an expected average length of stay of 4 weeks (+/- 2 weeks).
The facility is selected is equipped to meet the needs of patients requiring Stroke rehabilitation,
including access to gym and facilities which support rehabilitation of activities of daily living.

It is expected that the people will have access to the full range of specialist Stroke
rehabilitation including:
* Physiotherapy
* Occupational Therapy
* Speech and Language Therapy
* Dietetics
* Psychology

The service selected will operate in line with National clinical guidelines recommendations
offering people to participate in at least 45 minutes of each appropriate therapy every
day, at a frequency that enables them to meet their rehabilitation goals, and for as long
as they are willing and capable of participating and showing measurable benefit from
treatment.

DGFT Consultants will continue to maintain specialist clinical oversight of the services in use.

The selected provider shall maintain the Sentinel Stroke National Audit.

PSR Option C - Most Suitable Provider Assessment Undertaken

1. Quality and Safety
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.

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.

2. Value
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.
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.

3. Integration, Collaboration, and Sustainability
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.
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.

4. Access, Health Inequalities, and Choice
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.
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.

5. Social Value
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.
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.

Options: Award of a contract without prior publication of a call for competition.

Options have previously been reviewed and the awarded partner was the only supplier identified to be in a suitable position to support.

Procurement 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 do not apply to this award.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-064c88
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011876-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85111400 - Rehabilitation hospital services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£684,000 £500K-£1M

Notice Dates

Publication Date
10 Feb 20261 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
30 Sep 20254 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE DUDLEY GROUP NHS FOUNDATION TRUST
Contact Name
Kirk Johnson
Contact Email
kirk.johnson1@nhs.net
Contact Phone
+44 7896607624

Buyer Location

Locality
DUDLEY
Postcode
DY1 2HQ
Post Town
Dudley
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG3 West Midlands
Small Region (ITL 3)
TLG36 Dudley
Delivery Location
TLG36 Dudley

Local Authority
Dudley
Electoral Ward
St. James's
Westminster Constituency
Dudley

Supplier Information

Number of Suppliers
1
Supplier Name

SANDWELL AND WEST BIRMINGHAM HOSPITALS NHS TRUST

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-064c88-2026-02-10T13:19:38Z",
    "date": "2026-02-10T13:19:38Z",
    "ocid": "ocds-h6vhtk-064c88",
    "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. <br/><br/>The Contract will not extend past 31st March 2026.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-064c88",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of In-patient Stroke Rehabilitation services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85111400",
            "description": "Rehabilitation hospital services"
        },
        "mainProcurementCategory": "services",
        "description": "Award of provision of Inpatient Stroke Rehabilitation services, commencing <br/>1st October 25 for the period of 6 Months; until the 31st March 2026.",
        "lots": [
            {
                "id": "1",
                "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "As detailed in Description of Procurement",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "As detailed in Description of Procurement",
                            "type": "cost",
                            "description": "50"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKG36"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "id": "D_OUTSIDE_SCOPE",
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "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."
    },
    "awards": [
        {
            "id": "011876-2026-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-133553",
                    "name": "Sandwell and West Birmingham Hospitals NHS trust"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-82155",
            "name": "The Dudley Group NHS Foundation Trust",
            "identifier": {
                "legalName": "The Dudley Group NHS Foundation Trust"
            },
            "address": {
                "streetAddress": "Russells Hall Hospital Pensnett Road",
                "locality": "Dudley",
                "region": "UKG36",
                "postalCode": "DY1 2HQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Kirk Johnson",
                "telephone": "+44 7896607624",
                "email": "kirk.johnson1@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.dgft.nhs.uk/",
                "buyerProfile": "https://www.dgft.nhs.uk/",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "07",
                        "scheme": "COFOG",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-133553",
            "name": "Sandwell and West Birmingham Hospitals NHS trust",
            "identifier": {
                "legalName": "Sandwell and West Birmingham Hospitals NHS trust"
            },
            "address": {
                "streetAddress": "Trust HQ Sandwell Hospital Lyndon, West Bromwich",
                "locality": "West Bromwich",
                "region": "UKG",
                "postalCode": "B71 4HJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7980902246",
                "email": "swbh.patient-experience@nhs.net"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.swbh.nhs.uk/",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-133554",
            "name": "Independent patient choice and procurement panel",
            "identifier": {
                "legalName": "Independent patient choice and procurement panel"
            },
            "address": {
                "streetAddress": "Wellington House",
                "locality": "London",
                "postalCode": "SE1 8UG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-82155",
        "name": "The Dudley Group NHS Foundation Trust"
    },
    "contracts": [
        {
            "id": "011876-2026-1",
            "awardID": "011876-2026-1",
            "status": "active",
            "value": {
                "amount": 684000,
                "currency": "GBP"
            },
            "dateSigned": "2025-10-01T00:00:00+01:00"
        }
    ],
    "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
            }
        ]
    },
    "language": "en"
}