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 VegetablesSupply 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
- 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
-
https://www.find-tender.service.gov.uk/Notice/085936-2025
23rd December 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/037075-2025
3rd July 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/022084-2025
16th May 2025 - Pipeline notice on Find a Tender -
https://atamis-ukparliament.my.site.com/s/Welcome
PSQ documents and Tender Documents can be accessed via Atamis.
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-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"
}