← Back to opportunities

Medical Workforce Rota Management Review

King's College Hospital NHS Foundation Trust

Buyer Contact Info

Buyer Name: King’s College Hospital NHS Foundation Trust

Buyer Address: KCH Business Park, 129 Coldharbour Lane, London, UKI45, SE5 9NY, United Kingdom

Contact Email: kch-tr.corporateprocurement@nhs.net

Status
active
Procedure
selective
Value
200000.0 GBP
Gross: 240000.0 GBP
Published
27 Oct 2025, 16:31
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
79410000 - Business and management consultancy services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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 £37m 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.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/068707-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 200,000.00

Lot 1 Value (Gross): GBP 240,000.00

Lot 1 Contract Start: 2026-01-05T00:00:00Z

Lot 1 Contract End: 2026-03-29T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Technical (70%)

Lot 1 Award Criterion (cost): Commercial (20%)

Lot 1 Award Criterion (quality): Social Value (10%)

Documents

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PXLV-9225-PRBN",
    "name": "King\u0027s College Hospital NHS Foundation Trust"
  },
  "date": "2025-10-27T16:31:26Z",
  "id": "068707-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-059f21",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "SE5 9NY",
        "region": "UKI45",
        "streetAddress": "KCH Business Park, 129 Coldharbour Lane"
      },
      "contactPoint": {
        "email": "kch-tr.corporateprocurement@nhs.net"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.kch.nhs.uk/"
      },
      "id": "GB-PPON-PXLV-9225-PRBN",
      "identifier": {
        "id": "PXLV-9225-PRBN",
        "scheme": "GB-PPON"
      },
      "name": "King\u2019s College Hospital NHS Foundation Trust",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2025-12-08T23:59:59Z"
    },
    "description": "1 Background to the Medical Workforce Rota Management Review\n1.1 King\u2019s 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\u2019s Financial Strategy highlights the need to deliver sustainable workforce efficiencies over the next five years, with a target of achieving a \u00a337m recurrent cost improvement plan (CIP) in 2025/26 across clinical services.\n1.2 Within this context, Workstream 7 \u2013 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.\n1.3 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.\n1.4 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 \u2013 which includes a robust understanding of cost per medical WTE when benchmarked amongst peers.\n2 Specification of Requirements \n2.1 Objectives \nThe 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:\n2.1.1 Identify efficiency opportunities within rota design and workforce deployment.\n2.1.2 Validate internal diagnostics on medical workforce efficiency.\n2.1.3 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.\n2.1.4 Deliver diagnostic overviews for 10 specialties with overspend.\n2.5 Produce clear, practical action plans (e.g. job-planning improvements, rota right-sizing, rostering) with benefits, risks and dependencies set out.\n2.6 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\u2019s own team on how to achieve it.\n2.7 Ensure recommendations safeguard patient safety, education and training, working time and contractual commitments and staff work-life balance. \n2.8 Provide evidence-based workforce planning solutions (which will include the design of new rotas) aligned with contractual, regulatory, and financial frameworks \u2013 i.e. all relevant doctor contracts. This work must link with the Trust\u2019s existing workforce management arrangements as provided by Patchwork and Allocate and how the Trust currently rotas its nursing, midwifery and other allied health professionals.\n2.9 Support delivery of the Trust\u2019s financial strategy, aiming for recurrent pay savings from 2026/27 \u2013 the actual recurrent value will need to be determined as part of this engagement.\n2.10Ensure that any new rota solutions and/or workforce planning solutions will take into account the Trust\u2019s existing commitments to deliver its agreed levels of clinical activity and operational performance against the national waiting time targets.\n2.2 Necessary Experience\nThe selected Provider must have:\n2.2.1 Demonstrated expertise in medical workforce analysis within NHS or equivalent healthcare systems.\n2.2.2 Access to analytical tools.\n2.2.3 Experience working collaboratively with clinical and operational leadership.\n2.2.4 Understanding of NHS workforce contracts (Consultant, Resident Doctors, Agenda for Change) and EWTR compliance.\n2.2.5 Ability to evidence medical workforce efficiencies. \n2.3 Scope of Work \nThe selected Provider will undertake the following:\n2.3.1 Deep Dive Reviews\n\u2022 Two specialties (to be confirmed).\n\u2022 Detailed review of workforce utilisation, rota design, leave management, and skill mix optimisation / cost per WTE.\n\u2022 Simulation and modelling (e.g. 24/7 attendance flows, consultant presence planning, heat mapping).\n2.3.2 Diagnostic Review\n\u2022 Light-touch reviews of 10 additional specialties where budget overspends are anticipated.\n\u2022 Data-driven diagnostics validated with specialty clinical directors and general managers.\n\u2022 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. \n2.3.3 Implementation Planning\n\u2022 Develop a 12-week delivery programme, including milestones and resource requirements. \n\u2022 Provide an implementation roadmap with options for Phase 2 delivery support. \n2.3.4 Capability Assessment and Knowledge Transfer\n\u2022 Assess the Trust\u2019s internal capability to implement recommendations.\n\u2022 Provide training/knowledge transfer to build sustainable capability.\n2.4 Deliverables\nThe Provider will deliver:\n\u2022 Week 2: Baseline diagnostic report\n\u2022 Week 6: Draft deep dive findings\n\u2022 Week 10: Diagnostic outputs for 10 specialties\n\u2022 Week 12: Final consolidated report, including financial opportunity assessment, workforce plans, and implementation roadmap.\n\u2022 Final Presentation: Board-level presentation summarising findings, recommendations, and next steps.",
    "documents": [
      {
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-10-27T16:31:26Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "068707-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/068707-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-10-30T17:00:00Z"
    },
    "expressionOfInterestDeadline": "2025-11-12T17:00:00Z",
    "id": "C387759",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Business and management consultancy services",
            "id": "79410000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Technical",
              "numbers": [
                {
                  "number": 70.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Commercial",
              "numbers": [
                {
                  "number": 20.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            },
            {
              "name": "Social Value",
              "numbers": [
                {
                  "number": 10.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2026-03-29T23:59:59+01:00",
          "startDate": "2026-01-05T00:00:00Z"
        },
        "id": "1",
        "secondStage": {
          "maximumCandidates": 3
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "participation stage to down-select",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "value": {
          "amount": 200000.0,
          "amountGross": 240000.0,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "acceleratedRationale": "State of urgency",
      "features": "Aim of participation stage is to reduce participation to 3 tenderers to take through to the tendering stage.",
      "isAccelerated": true
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "status": "active",
    "submissionMethodDetails": "https://atamis-1928.my.salesforce-sites.com/?searchtype=Projects",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "Medical Workforce Rota Management Review",
    "value": {
      "amount": 200000.0,
      "amountGross": 240000.0,
      "currency": "GBP"
    }
  }
}