Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}