Find Government Contracts

FREE Tender Search & Historical Database

With our free, powerful, and auto-updated UK government contract finder, you can focus more on bidding for tenders you’re likely to win.

Get free notifications across multiple devices when new contracts matching your criteria are added, access our historical database, view competitor activity, and find the right point of contact.

The Low Pay Commission (LPC) invites tenders from researchers with ideas for new or innovative research in relation to the National Living Wage (NLW) and the National Minimum Wage (NMW). The Low Pay Commission is a non-departmental public body that advises the Government about the NMW, including the NLW and the minimum wage rates for young workers and apprentices. We are responsible for evaluating the effects of the NMW and NLW and making recommendations on future rates. To carry out these functions, our work involves: • carrying out extensive research and consultation with employers, workers and their representatives and taking written and oral evidence from a wide range of organisations; • analysing relevant data to understand the state of the economy and labour market and the impact of the minimum wage; • commissioning research projects into these questions. This research will fill gaps in our current understanding of the impacts of the minimum wage, particularly the increases in the minimum wage rates since 2020. It will complement the LPC's own analysis of pay, the labour market and the broader economy and sit alongside other pieces of commissioned research. We are aware that the pandemic and its aftermath have disrupted many of the usual data sources upon which we rely. However, there have also been recent developments in new data sources, and in data linking. We are therefore keen to consider tenders that can take advantage of these. A list of suggested topics for research is provided in Section A2 of the Invitation to Tender document. However, we recognise that there may be areas of investigation worth pursuing that we have not yet identified, or which have not previously been considered in great depth. Researchers who believe that they have a worthwhile proposal that would fall into these categories are welcome to submit it for consideration. We would also encourage proposals from those who wish to extend current research on the impact of the minimum wage, whether that original research was funded by us or another organisation. We will award up to three contracts under this Procurement. The maximum estimated value of any single contract is £45,000 (exclusive of VAT). However, we welcome proposals for smaller projects and anticipate bids will typically be in the range £25,000 to £40,000. Bids will be assessed on value for money and so should be priced appropriately for the scale of the proposed project and the resources required to complete it.

Published 6 minutes ago

This tender is for the supply of Visual Display (VD) Surrounds for the 1992 Tube Stock (92TS) as part of Central Line Improvement Programme (CLIP) delivery. The VD Surrounds enclose the displays that provide real-time travel information to passengers during their journey. The existing panels will not be compatible with the new displays and therefore need replacing

Published 56 minutes ago

To provide training that raises safeguarding awareness and disability awareness to taxi and private hire drivers and operators.

Published 1 hour ago

London Borough of Haringey is seeking to establish an open framework for the Provision of Tuition services for children and young people in accordance with the Invitation to tender (ITT) documents. The framework will cover the following services: Lot 1: Small group, in-person, educational tuition for key stages 1-4, delivered by a qualified teacher. Group size range: two to five pupils. 2a: Individual, in-person, educational tuition for key stages 1-5+, delivered by a qualified teacher. 2b: Individual, in-person, educational tuition for key stages 1-5+, delivered by a teaching assistant with, at minimum, NCFE CACHE Level 3 Diploma in Supporting Teaching and Learning qualification. This educational learning will be reviewed by a qualified teacher. Lot 3: Online educational learning delivered live and in real-time by a qualified teacher for key stages 1-5+. Resources such as pre-recorded videos, where used, to be supplementary. Lot 4: Small group, in-person, key stage 5+ post-16 educational tuition (for ages 16-19 & 19-25), in accordance with the Children and Families Act 2014, for pupils with EHCPs (Section 61 duties), delivered by a qualified teacher. Group size range: two to five pupils.

Published 1 hour ago

The Legal Aid Agency (LAA) is inviting Applicants to submit a Tender for a 2025 Standard Crime Contract (“Crime Contract”) to deliver publicly funded criminal legal aid services from 1 October 2025. Applicants wishing to deliver criminal legal aid services under a Crime Contract must submit a response to the SQ for 2025 Standard Crime Contracts - Stage 3 and the 2025 Standard Crime Contract ITT - Stage 3. This application period opens on 01May 2025. The LAA intends that the application period will remain open until on, or around, 30 September 2034, subject to the right of early termination. It is the Applicant’s sole responsibility to ensure that it submits a Complete Tender before the Tender Deadline. Before submitting your Complete Tender, please carefully read the Application Guide (AG) for the Crime Contract procurement process. The AG gives information about the procurement process, including how to complete a Tender and when you can expect to receive a decision. If Applicants are rejected from the procurement process, they will generally be able to submit a new Tender at any point whilst the Application Period remains open. It is the Applicant’s sole responsibility to ensure its Tender has been correctly completed to fully and properly represents its tender for the 2025 Crime Contract.

Published 1 hour ago

The Low Pay Commission (LPC) invites tenders for research relating to the Apprentice Rate of the minimum wage. This call for research is for projects that would deliver their final results by September 2026 (with a final report after this). Researchers with projects that require a longer timeframe may wish to consider bidding on LPC 2026/07 The Low Pay Commission is a non-departmental public body that advises the Government about the National Minimum Wage (NMW), including the National Living Wage (NLW) and the minimum wage rates for young workers and apprentices. You can view our most recent published remit for 2025 here. We are responsible for evaluating the effects of the NMW and NLW and making recommendations on future rates. To carry out these functions, our work involves: • carrying out extensive research and consultation with employers, workers and their representatives and taking written and oral evidence from a wide range of organisations; • analysing relevant data to understand the state of the economy and labour market and the impact of the minimum wage; • commissioning research projects into these questions. The current government has an ambition to move to a single adult minimum wage rate for all workers aged 18 and above. Our most recent remit asked the LPC to balance this ambition with the Government's concern about current levels of youth unemployment when making our recommendations on the 18-20 Year Old Rate. We have previously noted the importance of the interactions between the youth and apprentice rates of the minimum wage (see, for example, the LPC's Beyond 2024 Report) and are considering the full range of options for the future of the Apprentice Rate. We have also recommended considerable increases to the Apprentice Rate in recent years, but the data available to evaluate these increases are limited. This research will support our understanding of the impacts of the Apprentice Rate of the minimum wage on employer and/or worker decisions and outcomes. It will complement the LPC's own analysis of apprenticeship starts, vacancies and pay (including later salaries of those have completed apprenticeships). The estimated maximum value for the contract is £40,000 (excluding VAT; £48,000 including VAT). However we welcome proposals for smaller projects and anticipate bids in the range £20,000 to £40,000 exclusive of VAT. The project will deliver findings for September 2026.

Published 1 hour ago

In recent years, we have recommended a number of large increases to the 16-17 Year Old and 18-20 Year Old Rates of the minimum wage. In addition, the current government has an ambition to move to a single adult minimum wage rate for all workers aged 18 and above. Our most recent remit asked the LPC to balance this ambition with the Government's concern about current levels of youth unemployment when making our recommendations on the 18-20 Year Old Rate. Reducing the age of entitlement to the NLW to 18 would require significant increases in the wage floor for 18-20 year olds. It is therefore vital that the LPC has a robust evidence base for understanding the impact of recent increases in the youth rates of the minimum wage as well as the potential future impacts. The LPC carries out its own descriptive and econometric analysis of the youth labour market and the impact of minimum wage increases. However, some of the key data sources we rely on, including the Labour Force Survey, have suffered from data quality issues since the pandemic. We are therefore looking for research that would use alternative data sources and/or develop novel methods to provide robust quantitative estimates of the impact of increases in the youth rates of the minimum wage since 2020. The full requirement is set out in Schedule 07 of the Invitation to Tender document available on the Low Pay Commission website. We anticipate bids in the range £20,000 to £35,000 + VAT. The project will deliver final results in September 2026 (with a final report due later in 2026). A detailed description of the project requirements is provided in the Invitation to Tender (ITT) document published on the Low Pay Commission website. The pricing schedule template can be found alongside the ITT document.

Published 1 hour ago

The 11 Midlands Region NHS Integrated Care Boards are inviting suitably qualified suppliers to provide Clinical Waste Collection and Disposal Services from Primary Care waste producing sites, these being General Practice (GPs) and Community Pharmacy (CP) settings across the geographical footprint of each of the 11 Midlands Region NHS Integrated Care Boards as set out in table 1.1 of Document 1 to this opportunity. These 11 ICB Commissioning organisations are separate Contracting Authorities, as listed below: Lot 1 = NHS Birmingham and Solihull ICB Lot 2 = NHS Black Country ICB Lot 3 = NHS Coventry and Warwickshire ICB Lot 4 = NHS Herefordshire and Worcestershire ICB Lot 5 = NHS Staffordshire and Stoke-on-Trent ICB Lot 6 = NHS Shropshire, Telford and Wrekin ICB Lot 7 = NHS Derby and Derbyshire ICB Lot 8 = NHS Nottingham and Nottinghamshire ICB Lot 9 = NHS Lincolnshire ICB Lot 10 = NHS Leicester, Leicestershire and Rutland ICB Lot 11 = NHS Northamptonshire ICB Each of the individual 11 ICBs are looking for a Supplier to deliver a Clinical Waste Collection and Disposal Service within their geographical area that: 1. Understands the importance of this collection service for our Waste Producer who deliver key services to the local population 2. Ensures collections are as scheduled and communicated to the GPs and Community Pharmacies with replacement consumables provided as required to Tier 1 Defined Active Waste Producers, Tier 2 Defined Pending Waste Producers and Tier 3 Undefined Pending Waste Procedures. Definitions of the Waste Provider Tiers are located in Document 5 Specification, section 5 Waste Producer Tiers. 3. Complies with regulatory requirements for safe and sustainable management of healthcare waste 4. Supports a circular economy concept of reducing, recycling and reusing waste 5. Supports the Greener NHS and the carbon reduction target 6. Supports each ICB’s cost reduction target of 50% set out by NHS England The Supplier will be required to demonstrate appropriate capability and infrastructure to enable the delivery of the service. For specific note, the Document 1 sets out the following: Please refer to Document 5 - Schedule 5 Service Specification, paragraph 5.5, which states that each Waste Producer is assigned a tier: Tier 1: Defined/Active Waste Producers Active Waste Producers are defined as Waste Producers which form the majority of the Service Requirements, and the core group of Waste Producers receiving Services. The Supplier will be required to provide Services to all Active Waste Producers from the Services Commencement Date. Tier 2: Defined/Pending Waste Producers “Pending Waste Producers” are defined as Waste Producers which can be defined/detailed but are not Active Waste Producers on the Services Commencement Date because they have other existing arrangements in place. It is intended that these Waste Producers will become Active Waste Producers following during the Term in accordance with Document 5 – Specification and or Document 6 – the Contract. The Service Requirements of Tier 2 Waste Producers will not form part of the Services until such time as the Authority notifies the Supplier that a Tier 2 Waste Producer is Active. Once a Tier 2 is designated by the Authority an Active Waste Producer, their Service Requirements shall form part of the Services. For the avoidance of doubt, no Change Control Process is required where a Tier 2 Waste Producer becomes Active and such change is solely at the discretion of the Authority. Tier 3: Undefined/Pending Waste Producer(s) These are other Waste Producers who have similar Service Requirements to Tier 1 and 2 Waste Producers who are unknown / undefined at the Services Commencement Date and may be added during the Term following completion of the Change Control Process (Schedule 13 of Document 6 - Contract). Examples of Waste Producers covered within Tier 3 include, but are not limited to: Other GP sites not included within Tier 1 and Tier 2 (as set out in Clauses 5.5.1 and 5.5.2 in Document 5 Specification) due to other existing arrangements or insufficient data available to include within the Service Requirements. This is estimated to be <1% of all GPs in England. Community Pharmacy Influenza Vaccination Scheme waste, which responsibility for commissioning currently sits with the Waste Producer themselves. There are approximately 1700 Community Pharmacies offering this service. Home Patients waste, i.e. any waste generated by clinicians or the patient themselves in a residential setting (e.g. diabetes sharps, home based dialysis, virtual wards). This may be collected via other NHS premises (e.g. GP/ Community Pharmacy) or the patient’s own home. Any other NHS services provided by new or existing primary care sites (e.g. Enhanced Services, pop-up clinics/vaccine sites), which are introduced during the Term. The Successful Bidder will need to anticipate possible changes to Service Requirements as NHS services evolve and change over time. As a result of this procurement exercise, a separate contract (NHS Terms and Conditions for the Supply of Goods and Services) will be established with each Successful Bidder for each of the eleven (11) Lots as set out in table 1.7 of Document 1 ITT process overview’ (which can be found in the supplier documents folder found in the Supplier Document Folders | Salesforce for this opportunity. A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years). Please note: Over the past few months, the Authority has been working on the service requirements, documentation, and process to ensure it reflects our service needs and meets the new Procurement Act 2023 (PA23). Consequently, please be aware that the documents published may differ from those previously published as part of our preliminary market engagement discussions and Bidders MUST read all the attached documentation to understanding the requirements, prior to completing the response documentation. For specific notice, a UK3 notice (Notice identifier) 2025/S000-056062)was published 28th August 2025. However, the procedure identified has been amended in this opportunity, form a Competitive Flexible Procedure to a Open Procedure. To register your interest and submit a bid, please follow the link below, and search for the project reference as detailed: https://health- family.force.com/s/Welcome Project Reference: C319725 Project Title Healthcare Clinical Waste Services for Primary Care: 11 Midlands Region NHS ICBs

Published 2 hours ago

This Invitation to Tender is for quantitative research into the impacts of recent increases in the youth rates of the National Minimum Wage. In recent years, we have recommended a number of large increases to the 16-17 Year Old and 18-20 Year Old Rates of the minimum wage. In addition, the current government has an ambition to move to a single adult minimum wage rate for all workers aged 18 and above. Our most recent remit asked the LPC to balance this ambition with the Government's concern about current levels of youth unemployment when making our recommendations on the 18-20 Year Old Rate. Reducing the age of entitlement to the NLW to 18 would require significant increases in the wage floor for 18-20 year olds. It is therefore vital that the LPC has a robust evidence base for understanding the impact of recent increases in the youth rates of the minimum wage as well as the potential future impacts. The LPC carries out its own descriptive and econometric analysis of the youth labour market and the impact of minimum wage increases. However, some of the key data sources we rely on, including the Labour Force Survey, have suffered from data quality issues since the pandemic. We are therefore looking for research that would use alternative data sources and/or develop novel methods to provide robust quantitative estimates of the impact of increases in the youth rates of the minimum wage since 2020. The full requirement is set out in Schedule 07 of the Invitation to Tender document available on the Low Pay Commission website. We anticipate bids in the range £30,000- £40,000 excluding VAT. The project will deliver results by September 2026 (with a final report due later in 2026).

Published 2 hours ago

Lot 1 - The Treatment and Processing of Recyclable Waste Lot 2 - The Treatment and Processing of Food Waste Lot 3 - The Disposal of Municipal Waste

Published 2 hours ago

More contracts

Explore our full database of active and historic contracts for free. Find leads in our Organisation database with over 100k contacts.

View More