Contract

Provision of In-patient Stroke Rehabilitation services

  • The Dudley Group NHS Foundation Trust

F03: Contract award notice

Notice identifier: 2024/S 000-041360

Procurement identifier (OCID): ocds-h6vhtk-04cc83

Published 23 December 2024, 10:08am



Section one: Contracting authority

one.1) Name and addresses

The Dudley Group NHS Foundation Trust

Russells Hall Hospital Pensnett Road

Dudley

DY1 2HQ

Contact

daniel o'sullivan

Email

danielosullivan4@nhs.net

Telephone

+44 13842443313

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

Reference number

FTS-013991 C324175

two.1.2) Main CPV code

  • 85111400 - Rehabilitation hospital services

two.1.3) Type of contract

Services

two.1.4) Short description

The provision of Inpatient Stroke Rehabilitation services to commence
January 2025, for the period of 12 weeks until the end of March 2025.

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: £460,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKG36 - Dudley

two.2.4) Description of the procurement

The provision of Inpatient Stroke Rehabilitation services to commence
January 2025, for the period of 12 weeks until the end of March 2025.
The service will need to 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 needs to be for a minimum of 11 inpatient Stroke Rehabilitation beds
with an expected average length of stay of 4 weeks (+/- 2 weeks). The facility will need
to be well 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 should 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 be willing to maintain specialist clinical oversight if the service
falls outside of borough but would require access to necessary IT systems.
The provider must have the facility to input into the Sentinel Stroke National Audit
Programme (SSNAP) and ensure all data is shared with the Trust on a regular basis.
The following performance measures will be implemented to ensure the service
outlined is delivered:
• Average length of stay with Criteria to Reside (CTR)
• Average length of stay post No Criteria to Reside (NCTR).
• Incidents, Risks, Complaints and Compliments
• Quarterly review meetings between key stakeholders.
• Patient & family feedback
• Staff survey results
This notice is an intention to award a contract under the most suitable provider process;
The approximate lifetime value of the contract is £460000

This is a new service with a new provider
The services will be provided between January and 31st March 2025.

two.2.5) Award criteria

Quality criterion - Name: QUALITY / Weighting: 20

Quality criterion - Name: SERVICE SUSTAINABILITY / Weighting: 20

Quality criterion - Name: COLLABORATION / Weighting: 20

Quality criterion - Name: IMPROVING ACCESS / Weighting: 20

Cost criterion - Name: VALUE / Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

Award of a contract without prior publication of a call for competition, as selected in the preliminary questions.

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. The publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by 8.1.25 in writing to: Danielosullivan4@nhs.net. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR The award decision makers are Diane Wake, Karen Kelly and Chris Walker. There are no declared or potential conflicts of interest. Key criteria was particularly quality, collaboration and service sustainability with a focus on providing a service

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

20 December 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 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

Telephone

+44 1215531831

Country

United Kingdom

NUTS code
  • UKG37 - Sandwell
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: £460,000

Total value of the contract/lot: £460,000


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 the start of the standstill period. Representations by providers must be made to the relevant authority by 6.1.25. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR

six.4) Procedures for review

six.4.1) Review body

Independent patient choice and procurement panel

Wellington House

London

SE1 8UG

Country

United Kingdom