Notice Information
Notice Title
Medical Workforce Rota Management Review
Notice Description
1 Background to the Medical Workforce Rota Management Review 1.1 King's College Hospital NHS Foundation Trust (KCH) is undertaking a strategic review of its medical workforce rota management as part of its wider financial and workforce transformation programme. The Trust's Financial Strategy highlights the need to deliver sustainable workforce efficiencies over the next five years, with a target of achieving a PS37m recurrent cost improvement plan (CIP) in 2025/26 across clinical services. 1.2 Within this context, Workstream 7 - Workforce Improvement has been established to identify and deliver opportunities for workforce optimisation. A key focus is the medical workforce, where improvements in rota design, utilisation, and deployment are essential to balancing financial efficiency with patient safety, education and training, and staff work-life balance. 1.3 The Trust is therefore seeking an external partner to conduct a combination of deep dive reviews and diagnostic assessments of medical rotas. These will test whether the Trust can achieve sustainable financial efficiencies while maintaining high standards of care. The work will involve extensive engagement with clinical and managerial leaders, on-the-ground clinicians, and the use of proven analytical tools and methodologies to generate actionable insights. 1.4 This programme is expected to deliver not only cost savings (the financial value of the recurrent savings will need to be confirmed as part of this review) but also improved rota alignment with activity levels, better leave management, enhanced skill mix utilisation, and a more consistent approach to medical workforce planning across specialties - which includes a robust understanding of cost per medical WTE when benchmarked amongst peers. 2 Specification of Requirements 2.1 Objectives The Trust seeks to appoint an experienced Provider to conduct a comprehensive review of medical workforce rotas. For clarity this will involve all doctor grades. The objectives are to: 2.1.1 Identify efficiency opportunities within rota design and workforce deployment. 2.1.2 Validate internal diagnostics on medical workforce efficiency. 2.1.3 Deliver two specialty deep-dive reviews. The two specialty deep dives will need to be confirmed but please expect one of them to involve a medical care group. 2.1.4 Deliver diagnostic overviews for 10 specialties with overspend. 2.5 Produce clear, practical action plans (e.g. job-planning improvements, rota right-sizing, rostering) with benefits, risks and dependencies set out. 2.6 Provide an optional proposal for later implementation/delivery support once the diagnostic phase has been completed at week 12 (do not price unless requested). This delivery support will be required to ensure that any recommendations are implemented appropriately and, in turn, provide advice and support to the Trust's own team on how to achieve it. 2.7 Ensure recommendations safeguard patient safety, education and training, working time and contractual commitments and staff work-life balance. 2.8 Provide evidence-based workforce planning solutions (which will include the design of new rotas) aligned with contractual, regulatory, and financial frameworks - i.e. all relevant doctor contracts. This work must link with the Trust's existing workforce management arrangements as provided by Patchwork and Allocate and how the Trust currently rotas its nursing, midwifery and other allied health professionals. 2.9 Support delivery of the Trust's financial strategy, aiming for recurrent pay savings from 2026/27 - the actual recurrent value will need to be determined as part of this engagement. 2.10Ensure that any new rota solutions and/or workforce planning solutions will take into account the Trust's existing commitments to deliver its agreed levels of clinical activity and operational performance against the national waiting time targets. 2.2 Necessary Experience The selected Provider must have: 2.2.1 Demonstrated expertise in medical workforce analysis within NHS or equivalent healthcare systems. 2.2.2 Access to analytical tools. 2.2.3 Experience working collaboratively with clinical and operational leadership. 2.2.4 Understanding of NHS workforce contracts (Consultant, Resident Doctors, Agenda for Change) and EWTR compliance. 2.2.5 Ability to evidence medical workforce efficiencies. 2.3 Scope of Work The selected Provider will undertake the following: 2.3.1 Deep Dive Reviews * Two specialties (to be confirmed). * Detailed review of workforce utilisation, rota design, leave management, and skill mix optimisation / cost per WTE. * Simulation and modelling (e.g. 24/7 attendance flows, consultant presence planning, heat mapping). 2.3.2 Diagnostic Review * Light-touch reviews of 10 additional specialties where budget overspends are anticipated. * Data-driven diagnostics validated with specialty clinical directors and general managers. * To consider how/if any of the 10 specialties would benefit from a wider South East London Acute Provider collaborative approach. The collaborative is assessing what a scope of works could look like for an acute Provider-led approach to medical workforce rota management. 2.3.3 Implementation Planning * Develop a 12-week delivery programme, including milestones and resource requirements. * Provide an implementation roadmap with options for Phase 2 delivery support. 2.3.4 Capability Assessment and Knowledge Transfer * Assess the Trust's internal capability to implement recommendations. * Provide training/knowledge transfer to build sustainable capability. 2.4 Deliverables The Provider will deliver: * Week 2: Baseline diagnostic report * Week 6: Draft deep dive findings * Week 10: Diagnostic outputs for 10 specialties * Week 12: Final consolidated report, including financial opportunity assessment, workforce plans, and implementation roadmap. * Final Presentation: Board-level presentation summarising findings, recommendations, and next steps.
Planning Information
King’s College Hospital NHS Foundation Trust (KCH) is undertaking preliminary market engagement in relation to a forthcoming Medical Workforce Rota Management Review. This exercise is being conducted as an informal engagement to gather insight and best practice from both peer NHS Trusts and experienced consultants who have delivered similar reviews. The purpose of this engagement is to explore: Approaches and methodologies adopted in implementing medical workforce rota reviews. Lessons learned from comparable workforce transformation programmes within other Trusts. Innovative solutions and tools that can improve efficiency, enhance sustainability, and align workforce planning with national benchmarks. How rota redesign can support the dual priorities of safeguarding patient safety and clinical training requirements, while also promoting staff wellbeing. The feedback from this informal engagement will help to shape KCH’s procurement strategy, specification, and evaluation criteria for the planned Medical Workforce Rota Management Review.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-059f21
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/068707-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79410000 - Business and management consultancy services
Notice Value(s)
- Tender Value
- £200,000 £100K-£500K
- Lots Value
- £200,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Oct 20251 weeks ago
- Submission Deadline
- 30 Oct 2025Expired
- Future Notice Date
- 6 Oct 2025Expired
- Award Date
- Not specified
- Contract Period
- 5 Jan 2026 - 29 Mar 2026 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- KING'S COLLEGE HOSPITAL NHS FOUNDATION TRUST
- Additional Buyers
- Contact Name
- Naomi O'Malley, Sunday Okhiria
- Contact Email
- kch-tr.corporateprocurement@nhs.net, naomi.omalley@nhs.net
- Contact Phone
- 02045340573
Buyer Location
- Locality
- LONDON
- Postcode
- SE5 9NY
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI45 Lambeth
- Delivery Location
- TLI London, TLI45 Lambeth, TLJ South East (England)
-
- Local Authority
- Lambeth
- Electoral Ward
- Herne Hill & Loughborough Junction
- Westminster Constituency
- Dulwich and West Norwood
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/068707-2025
27th October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/058522-2025
22nd September 2025 - Preliminary market engagement notice on Find a Tender
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-059f21-2025-10-27T16:31:26Z",
"date": "2025-10-27T16:31:26Z",
"ocid": "ocds-h6vhtk-059f21",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PXLV-9225-PRBN",
"name": "King's College Hospital NHS Foundation Trust",
"identifier": {
"scheme": "GB-PPON",
"id": "PXLV-9225-PRBN"
},
"address": {
"streetAddress": "KCH Business Park, 129 Coldharbour Lane",
"locality": "London",
"postalCode": "SE5 9NY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI45"
},
"contactPoint": {
"name": "Sunday Okhiria",
"email": "kch-tr.corporateprocurement@nhs.net",
"telephone": "02045340573"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.kch.nhs.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-PPON-PDWQ-2826-VTWP",
"name": "KCH Interventional Facilities Management LLP",
"identifier": {
"scheme": "GB-PPON",
"id": "PDWQ-2826-VTWP"
},
"address": {
"streetAddress": "Unit 1, KCH Business Park, 129 Coldharbour Lane",
"locality": "London",
"postalCode": "SE5 9NY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI45"
},
"contactPoint": {
"name": "Naomi O'Malley",
"email": "naomi.omalley@nhs.net"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Overseeing and delivering end-to-end procurement services on behalf of the Trust. In this capacity, KFM's primary role is to ensure that all procurement activities are conducted in a compliant, transparent, and commercially effective manner, aligned with both NHS procurement regulations and the Trust's strategic objectives.",
"details": {
"url": "https://www.kings-fm.co.uk/"
}
}
],
"buyer": {
"id": "GB-PPON-PXLV-9225-PRBN",
"name": "King's College Hospital NHS Foundation Trust"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "King's College Hospital NHS Foundation Trust (KCH) is undertaking preliminary market engagement in relation to a forthcoming Medical Workforce Rota Management Review. This exercise is being conducted as an informal engagement to gather insight and best practice from both peer NHS Trusts and experienced consultants who have delivered similar reviews. The purpose of this engagement is to explore: Approaches and methodologies adopted in implementing medical workforce rota reviews. Lessons learned from comparable workforce transformation programmes within other Trusts. Innovative solutions and tools that can improve efficiency, enhance sustainability, and align workforce planning with national benchmarks. How rota redesign can support the dual priorities of safeguarding patient safety and clinical training requirements, while also promoting staff wellbeing. The feedback from this informal engagement will help to shape KCH's procurement strategy, specification, and evaluation criteria for the planned Medical Workforce Rota Management Review.",
"dueDate": "2025-09-26T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "058522-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/058522-2025",
"datePublished": "2025-09-22T14:11:34+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "C387759",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Medical Workforce Rota Management Review",
"description": "1 Background to the Medical Workforce Rota Management Review 1.1 King's College Hospital NHS Foundation Trust (KCH) is undertaking a strategic review of its medical workforce rota management as part of its wider financial and workforce transformation programme. The Trust's Financial Strategy highlights the need to deliver sustainable workforce efficiencies over the next five years, with a target of achieving a PS37m recurrent cost improvement plan (CIP) in 2025/26 across clinical services. 1.2 Within this context, Workstream 7 - Workforce Improvement has been established to identify and deliver opportunities for workforce optimisation. A key focus is the medical workforce, where improvements in rota design, utilisation, and deployment are essential to balancing financial efficiency with patient safety, education and training, and staff work-life balance. 1.3 The Trust is therefore seeking an external partner to conduct a combination of deep dive reviews and diagnostic assessments of medical rotas. These will test whether the Trust can achieve sustainable financial efficiencies while maintaining high standards of care. The work will involve extensive engagement with clinical and managerial leaders, on-the-ground clinicians, and the use of proven analytical tools and methodologies to generate actionable insights. 1.4 This programme is expected to deliver not only cost savings (the financial value of the recurrent savings will need to be confirmed as part of this review) but also improved rota alignment with activity levels, better leave management, enhanced skill mix utilisation, and a more consistent approach to medical workforce planning across specialties - which includes a robust understanding of cost per medical WTE when benchmarked amongst peers. 2 Specification of Requirements 2.1 Objectives The Trust seeks to appoint an experienced Provider to conduct a comprehensive review of medical workforce rotas. For clarity this will involve all doctor grades. The objectives are to: 2.1.1 Identify efficiency opportunities within rota design and workforce deployment. 2.1.2 Validate internal diagnostics on medical workforce efficiency. 2.1.3 Deliver two specialty deep-dive reviews. The two specialty deep dives will need to be confirmed but please expect one of them to involve a medical care group. 2.1.4 Deliver diagnostic overviews for 10 specialties with overspend. 2.5 Produce clear, practical action plans (e.g. job-planning improvements, rota right-sizing, rostering) with benefits, risks and dependencies set out. 2.6 Provide an optional proposal for later implementation/delivery support once the diagnostic phase has been completed at week 12 (do not price unless requested). This delivery support will be required to ensure that any recommendations are implemented appropriately and, in turn, provide advice and support to the Trust's own team on how to achieve it. 2.7 Ensure recommendations safeguard patient safety, education and training, working time and contractual commitments and staff work-life balance. 2.8 Provide evidence-based workforce planning solutions (which will include the design of new rotas) aligned with contractual, regulatory, and financial frameworks - i.e. all relevant doctor contracts. This work must link with the Trust's existing workforce management arrangements as provided by Patchwork and Allocate and how the Trust currently rotas its nursing, midwifery and other allied health professionals. 2.9 Support delivery of the Trust's financial strategy, aiming for recurrent pay savings from 2026/27 - the actual recurrent value will need to be determined as part of this engagement. 2.10Ensure that any new rota solutions and/or workforce planning solutions will take into account the Trust's existing commitments to deliver its agreed levels of clinical activity and operational performance against the national waiting time targets. 2.2 Necessary Experience The selected Provider must have: 2.2.1 Demonstrated expertise in medical workforce analysis within NHS or equivalent healthcare systems. 2.2.2 Access to analytical tools. 2.2.3 Experience working collaboratively with clinical and operational leadership. 2.2.4 Understanding of NHS workforce contracts (Consultant, Resident Doctors, Agenda for Change) and EWTR compliance. 2.2.5 Ability to evidence medical workforce efficiencies. 2.3 Scope of Work The selected Provider will undertake the following: 2.3.1 Deep Dive Reviews * Two specialties (to be confirmed). * Detailed review of workforce utilisation, rota design, leave management, and skill mix optimisation / cost per WTE. * Simulation and modelling (e.g. 24/7 attendance flows, consultant presence planning, heat mapping). 2.3.2 Diagnostic Review * Light-touch reviews of 10 additional specialties where budget overspends are anticipated. * Data-driven diagnostics validated with specialty clinical directors and general managers. * To consider how/if any of the 10 specialties would benefit from a wider South East London Acute Provider collaborative approach. The collaborative is assessing what a scope of works could look like for an acute Provider-led approach to medical workforce rota management. 2.3.3 Implementation Planning * Develop a 12-week delivery programme, including milestones and resource requirements. * Provide an implementation roadmap with options for Phase 2 delivery support. 2.3.4 Capability Assessment and Knowledge Transfer * Assess the Trust's internal capability to implement recommendations. * Provide training/knowledge transfer to build sustainable capability. 2.4 Deliverables The Provider will deliver: * Week 2: Baseline diagnostic report * Week 6: Draft deep dive findings * Week 10: Diagnostic outputs for 10 specialties * Week 12: Final consolidated report, including financial opportunity assessment, workforce plans, and implementation roadmap. * Final Presentation: Board-level presentation summarising findings, recommendations, and next steps.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI45",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 240000,
"amount": 200000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-01-05T00:00:00Z",
"endDate": "2026-03-29T23:59:59+01:00",
"maxExtentDate": "2028-01-04T23:59:59Z"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 240000,
"amount": 200000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commercial",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 3
},
"selectionCriteria": {
"criteria": [
{
"description": "participation stage to down-select",
"forReduction": true
}
]
}
}
],
"communication": {
"futureNoticeDate": "2025-10-06T23:59:59+01:00"
},
"status": "active",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"isAccelerated": true,
"acceleratedRationale": "State of urgency",
"features": "Aim of participation stage is to reduce participation to 3 tenderers to take through to the tendering stage."
},
"submissionMethodDetails": "https://atamis-1928.my.salesforce-sites.com/?searchtype=Projects",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-11-12T17:00:00Z",
"enquiryPeriod": {
"endDate": "2025-10-30T17:00:00Z"
},
"awardPeriod": {
"endDate": "2025-12-08T23:59:59Z"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest"
},
{
"id": "068707-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/068707-2025",
"datePublished": "2025-10-27T16:31:26Z",
"format": "text/html"
}
]
},
"language": "en"
}