Tender

FWK4002 - Provision of Fruit and Vegetables

CORPORATE OFFICER OF THE HOUSE OF COMMONS

This public procurement record has 3 releases in its history.

Tender

23 Dec 2025 at 15:43

Planning

03 Jul 2025 at 11:29

Planning

16 May 2025 at 09:39

Summary of the contracting process

The Corporate Officer of the House of Commons and the Corporate Officer of the House of Lords are seeking to establish an internal framework agreement for the provision of fresh and prepared fruit and vegetables, supporting the catering services across the Parliamentary Estate. This procurement, titled "FWK4002 - Provision of Fruit and Vegetables," falls under the goods category. The framework, divided into two lots for fresh and prepared products, will ensure supply resilience and value for money. The procurement follows an open procedure and is currently in the tender stage, with submissions due by 12 February 2026 and the contract award anticipated by 25 March 2026. Interested suppliers can access the tender documents through the Atamis procurement portal.

This tender presents significant growth opportunities for businesses in the produce supply industry, especially SMEs and VCSEs, by entering the vendor pool for the Parliamentary Estate. The framework will support multiple suppliers, providing them with potential access to substantial and consistent orders until April 2030. Suitable businesses should have robust capabilities in both supply chain management and quality control to meet the high standards required by the procurement criteria, which evaluate commercial proposal, quality, and social value. Engaging in this tender not only offers the opportunity for immediate business growth but also the potential for long-term collaborations with a prestigious client.

How relevant is this notice?

Notice Information

Notice Title

FWK4002 - Provision of Fruit and Vegetables

Notice Description

The Corporate Officer of the House of Lords and Corporate Officer of the House of Commons (the Authority), acting jointly, requires suitable suppliers, under an internal framework, to provide a wide range of fresh and prepared fruit and vegetable products, for use across the Catering Services of both Houses of Parliament. All produce is for resale in Parliament's catering venues. This procurement is for the establishment of an internal framework agreement for the supply of fresh and prepared fruit and vegetables to the Parliamentary Estate. The framework will be awarded to multiple suppliers and is divided into two lots: - Lot 1 - Fresh Produce: A wide range of fresh fruit, vegetables, and herbs. - Lot 2 - Prepared Produce: A large selection of prepared fruit and vegetables. The framework will support catering operations across the Parliamentary Estate and is intended to ensure consistent quality, value for money, and supply resilience. To register your interest and participate in this tender, please create an account on Atamis via https://atamis-ukparliament.my.site.com/s/Welcome. Once registered, search for the project in order to access the tender documents. If you experience any issues with registration, please contact the team at pcd@parliament.uk.

Lot Information

Lot 1: Fresh Fruit, Vegetables and Herbs

Supply of unprocessed, whole fresh fruit, vegetables, and herbs intended for direct consumption or further preparation.

Options: The following possible modification/s may be made to this Framework Agreement in accordance with para. 1 of Schedule 8 PA 2023: The Authority may add or remove products from the Statement of Requirements in accordance with para. 5.2 and Table 1 of the Statement of Requirements. The Authority may increase or reduce the provision of the goods if it opens new venues or closes venues on the Parliamentary Estate. This will be solely the Authority's discretion. The Authority reserves the right to extend the Framework Agreement for additional periods, up to a total of 2 years, in increments (2+1+1), at its sole discretion.

Renewal: +1+1

Lot 2: Prepared Fruit and Vegetables

Supply of pre-cut, peeled, portioned, or otherwise minimally processed fruit and vegetables, ready for immediate use.

Options: The following possible modification/s may be made to this Framework Agreement in accordance with para. 1 of Schedule 8 PA 2023: The Authority may add or remove products from the Statement of Requirements in accordance with para. 5.2 and Table 1 of the Statement of Requirements. The Authority may increase or reduce the provision of the goods if it opens new venues or closes venues on the Parliamentary Estate. This will be solely the Authority's discretion. The Authority reserves the right to extend the Framework Agreement for additional periods, up to a total of 2 years, in increments (2+1+1), at its sole discretion.

Renewal: +1+1

Planning Information

Request for Information

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051572
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/085936-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

03 - Agricultural, farming, fishing, forestry and related products

15 - Food, beverages, tobacco and related products


CPV Codes

03221200 - Fruit vegetables

15300000 - Fruit, vegetables and related products

Notice Value(s)

Tender Value
£3,288,000 £1M-£10M
Lots Value
£3,288,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Dec 20256 days ago
Submission Deadline
12 Feb 20262 months to go
Future Notice Date
25 Sep 2025Expired
Award Date
Not specified
Contract Period
30 Apr 2026 - 30 Apr 2028 2-3 years
Recurrence
2027-12-15

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
CORPORATE OFFICER OF THE HOUSE OF COMMONS
Additional Buyers

CORPORATE OFFICER OF THE HOUSE OF LORDS

Contact Name
Parliamentary Commercial Directorate
Contact Email
pcd@parliament.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1A 0AA
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLI London, TLI32 Westminster

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-051572-2025-12-23T15:43:14Z",
    "date": "2025-12-23T15:43:14Z",
    "ocid": "ocds-h6vhtk-051572",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "022084-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/022084-2025",
                "datePublished": "2025-05-16T10:39:05+01:00",
                "format": "text/html"
            },
            {
                "id": "037075-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/037075-2025",
                "datePublished": "2025-07-03T12:29:04+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Request for Information",
                "dueDate": "2025-07-16T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PRMR-5585-NTMY",
            "name": "Corporate Officer of the House of Lords",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PRMR-5585-NTMY"
            },
            "address": {
                "streetAddress": "Parliament Square",
                "locality": "LONDON",
                "postalCode": "SW1A 0AA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "Parliamentary Commercial Directorate",
                "email": "pcd@parliament.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.parliament.uk/",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PQCD-6982-LPZW",
            "name": "Corporate Officer of the House of Commons",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PQCD-6982-LPZW"
            },
            "address": {
                "streetAddress": "Parliament Square",
                "locality": "LONDON",
                "postalCode": "SW1A 0AA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "Parliamentary Commercial Directorate",
                "email": "pcd@parliament.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.parliament.uk/",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PQCD-6982-LPZW",
        "name": "Corporate Officer of the House of Commons"
    },
    "tender": {
        "id": "C2171",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "FWK4002 - Provision of Fruit and Vegetables",
        "description": "The Corporate Officer of the House of Lords and Corporate Officer of the House of Commons (the Authority), acting jointly, requires suitable suppliers, under an internal framework, to provide a wide range of fresh and prepared fruit and vegetable products, for use across the Catering Services of both Houses of Parliament. All produce is for resale in Parliament's catering venues. This procurement is for the establishment of an internal framework agreement for the supply of fresh and prepared fruit and vegetables to the Parliamentary Estate. The framework will be awarded to multiple suppliers and is divided into two lots: - Lot 1 - Fresh Produce: A wide range of fresh fruit, vegetables, and herbs. - Lot 2 - Prepared Produce: A large selection of prepared fruit and vegetables. The framework will support catering operations across the Parliamentary Estate and is intended to ensure consistent quality, value for money, and supply resilience. To register your interest and participate in this tender, please create an account on Atamis via https://atamis-ukparliament.my.site.com/s/Welcome. Once registered, search for the project in order to access the tender documents. If you experience any issues with registration, please contact the team at pcd@parliament.uk.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "15300000",
                        "description": "Fruit, vegetables and related products"
                    },
                    {
                        "scheme": "CPV",
                        "id": "03221200",
                        "description": "Fruit vegetables"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "15300000",
                        "description": "Fruit, vegetables and related products"
                    },
                    {
                        "scheme": "CPV",
                        "id": "03221200",
                        "description": "Fruit vegetables"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 3945600,
            "amount": 3288000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2028-04-30T23:59:59+01:00",
                    "maxExtentDate": "2030-04-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "title": "Lot 1: Fresh Fruit, Vegetables and Herbs",
                "description": "Supply of unprocessed, whole fresh fruit, vegetables, and herbs intended for direct consumption or further preparation.",
                "value": {
                    "amountGross": 3288000,
                    "amount": 3288000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Award to the framework: It should be noted that the Authority cannot guarantee this value of orders will be made from the Framework Agreement; this is based on what the Authority currently estimates it could expect to pay under the contract. Award of each lot will be based on the published evaluation criteria set out within this ITT, including quality, price and social value. If only one appointable supplier is identified for a lot, the Authority reserves the right to appoint only that supplier to the relevant lot. Award of each lot will be based on the published evaluation criteria set out within this ITT, including quality, price and social value. The Authority intends to appoint a maximum of two suppliers for Lot 1 and one supplier for lot 2.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Commercial Proposal",
                            "description": "60%"
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "30%"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "10%"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Conditions of Participation Legal and financial and Technical Ability to perform the contract (Refer to PSQ documents)."
                        },
                        {
                            "type": "technical",
                            "description": "Conditions of Participation: Legal and financial and Technical Ability to perform the contract (Refer to PSQ documents)."
                        }
                    ]
                },
                "renewal": {
                    "description": "+1+1"
                },
                "hasOptions": true,
                "options": {
                    "description": "The following possible modification/s may be made to this Framework Agreement in accordance with para. 1 of Schedule 8 PA 2023: The Authority may add or remove products from the Statement of Requirements in accordance with para. 5.2 and Table 1 of the Statement of Requirements. The Authority may increase or reduce the provision of the goods if it opens new venues or closes venues on the Parliamentary Estate. This will be solely the Authority's discretion. The Authority reserves the right to extend the Framework Agreement for additional periods, up to a total of 2 years, in increments (2+1+1), at its sole discretion."
                }
            },
            {
                "id": "2",
                "title": "Lot 2: Prepared Fruit and Vegetables",
                "description": "Supply of pre-cut, peeled, portioned, or otherwise minimally processed fruit and vegetables, ready for immediate use.",
                "status": "active",
                "value": {
                    "amountGross": 3288000,
                    "amount": 3288000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Award to the framework: It should be noted that the Authority cannot guarantee this value of orders will be made from the Framework Agreement; this is based on what the Authority currently estimates it could expect to pay under the contract. Award of each lot will be based on the published evaluation criteria set out within this ITT, including quality, price and social value. If only one appointable supplier is identified for a lot, the Authority reserves the right to appoint only that supplier to the relevant lot. Award of each lot will be based on the published evaluation criteria set out within this ITT, including quality, price and social value. The Authority intends to appoint a maximum of two suppliers for Lot 1 and one supplier for lot 2.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Commercial Proposal",
                            "description": "60%"
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "30%"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "10%"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Conditions of Participation Legal and financial and Technical Ability to perform the contract (Refer to PSQ documents)."
                        },
                        {
                            "type": "technical",
                            "description": "Conditions of Participation: Legal and financial and Technical Ability to perform the contract (Refer to PSQ documents)."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2028-04-30T23:59:59+01:00",
                    "maxExtentDate": "2030-04-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "+1+1"
                },
                "hasOptions": true,
                "options": {
                    "description": "The following possible modification/s may be made to this Framework Agreement in accordance with para. 1 of Schedule 8 PA 2023: The Authority may add or remove products from the Statement of Requirements in accordance with para. 5.2 and Table 1 of the Statement of Requirements. The Authority may increase or reduce the provision of the goods if it opens new venues or closes venues on the Parliamentary Estate. This will be solely the Authority's discretion. The Authority reserves the right to extend the Framework Agreement for additional periods, up to a total of 2 years, in increments (2+1+1), at its sole discretion."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-09-25T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "participationFees": [
            {
                "id": "ocds-h6vhtk-051572",
                "type": [
                    "win"
                ],
                "description": "N/A"
            }
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "isOpenFrameworkScheme": true,
                "maximumParticipants": 3,
                "method": "withReopeningCompetition",
                "type": "closed",
                "description": "Refer to ITT documents.",
                "openFrameworkSchemeEndDate": "2030-04-30T23:59:59+01:00"
            }
        },
        "submissionMethodDetails": "Please submit all tender responses via our procurement portal, Atamis. Tenderers can create an account here: https://atamis-ukparliament.my.site.com/s/Welcome.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-12T12:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-12T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-25T23:59:59Z"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 1,
            "maximumLotsAwardedPerSupplier": 1,
            "awardCriteriaDetails": "The framework will be divided into lots as follows: Lot 1: Fresh Fruit, Vegetables and Herbs Supply of unprocessed, whole fresh fruit, vegetables, and herbs intended for direct consumption or further preparation. Lot 2: Prepared Fruit and Vegetables Supply of pre-cut, peeled, portioned, or otherwise minimally processed fruit and vegetables, ready for immediate use. Suppliers may bid on one or both lots, however, the Authority will award only one lot per supplier (suppliers cannot be awarded both lots). The Authority intends to appoint a maximum of two suppliers for Lot 1 and one supplier for lot 2. If only one appointable supplier is identified for a lot, the Authority reserves the right to appoint only that supplier to the relevant lot. Award of each lot will be based on the published evaluation criteria set out within this ITT, including quality, price and social value.. If only one appointable supplier is identified for a lot, the Authority reserves the right to appoint only that supplier to the relevant lot. Award of each lot will be based on the published evaluation criteria set out within this ITT, including quality, price and social value. Where a supplier submits compliant bids for both Lot 1 (Fresh Fruit, Vegetables and Herbs) and Lot 2 (Prepared Fruit and Vegetables), and is eligible for award on both, the Authority will apply the following mechanism: The Authority will first determine the highest scoring suppliers for each lot, based on the published evaluation criteria. If a supplier is eligible for award on both lots, and this would result in fewer than three suppliers being appointed in total, the Authority will invite the supplier to state their preference for which lot they wish to be awarded. The supplier's stated preference will be considered alongside operational requirements and the overall objective to appoint two suppliers for Lot 1 and one supplier for Lot 2. If the supplier does not express a preference, or if operational needs dictate, the Authority reserves the right to allocate the supplier to the lot that best meets the needs of the contract and achieves the intended supplier distribution. The Authority will not award both lots to the same supplier. The final allocation decision will be communicated to all bidders as part of the award notification process."
        },
        "documents": [
            {
                "id": "L-4001",
                "documentType": "biddingDocuments",
                "description": "PSQ documents and Tender Documents can be accessed via Atamis.",
                "url": "https://atamis-ukparliament.my.site.com/s/Welcome"
            },
            {
                "id": "L-4002",
                "documentType": "technicalSpecifications",
                "description": "The Statement of Requirements (Specification) can be accessed via Atamis.",
                "url": "https://atamis-ukparliament.my.site.com/s/Welcome"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest"
            },
            {
                "id": "085936-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/085936-2025",
                "datePublished": "2025-12-23T15:43:14Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2027-12-15T23:59:59Z"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "Payment of valid and undisputed invoices shall be made within 30 days of receipt."
        },
        "riskDetails": "The Authority may add or remove products from the Statement of Requirements in accordance with para. 5.2 and Table 1 of the Statement of Requirements. For example, this could occur if the Authority acquires a new building, undertakes refurbishment projects, or makes a strategic decision to expand or reduce the product range to meet operational needs: The Authority may increase or reduce the provision of the goods if it opens new venues or closes venues on the Parliamentary Estate. This will be solely the Authority's discretion. The Authority also reserves the right to carry out a subsequent procurement of similar goods, services or works in reliance on the direct award justification in paragraph 8 of Schedule 5 to the PA 2023."
    },
    "language": "en"
}