Contract

Provision of In-patient Stroke Rehabilitation services

  • The Dudley Group NHS Foundation Trust

F03: Contract award notice

Notice identifier: 2026/S 000-011876

Procurement identifier (OCID): ocds-h6vhtk-064c88

Published 10 February 2026, 1:19pm



Section one: Contracting authority

one.1) Name and addresses

The Dudley Group NHS Foundation Trust

Russells Hall Hospital Pensnett Road

Dudley

DY1 2HQ

Contact

Kirk Johnson

Email

kirk.johnson1@nhs.net

Telephone

+44 7896607624

Country

United Kingdom

Region code

UKG36 - Dudley

Internet address(es)

Main address

https://www.dgft.nhs.uk/

Buyer's address

https://www.dgft.nhs.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of In-patient Stroke Rehabilitation services

two.1.2) Main CPV code

  • 85111400 - Rehabilitation hospital services

two.1.3) Type of contract

Services

two.1.4) Short description

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

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £684,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKG36 - Dudley

two.2.4) Description of the procurement

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.

two.2.5) Award criteria

Quality criterion - Name: As detailed in Description of Procurement / Weighting: 50

Cost criterion - Name: As detailed in Description of Procurement / Weighting: 50

two.2.11) Information about options

Options: Yes

Description of 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.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 October 2025

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 0

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Sandwell and West Birmingham Hospitals NHS trust

Trust HQ Sandwell Hospital Lyndon, West Bromwich

West Bromwich

B71 4HJ

Email

swbh.patient-experience@nhs.net

Telephone

+44 7980902246

Country

United Kingdom

NUTS code
  • UKG - West Midlands (England)
Internet address

https://www.swbh.nhs.uk/

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £684,000

Total value of the contract/lot: £684,000


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks retrospective award via PSR Most Suitable Provider process.

The Contract will not extend past 31st March 2026.

six.4) Procedures for review

six.4.1) Review body

Independent patient choice and procurement panel

Wellington House

London

SE1 8UG

Country

United Kingdom