Tender

FWK4000 - Provision of Meat, Poultry, Game and Associated Products

  • Corporate Officer of the House of Lords
  • Corporate Officer of the House of Commons

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-044821

Procurement identifier (OCID): ocds-h6vhtk-05156b (view related notices)

Published 29 July 2025, 1:14pm

Last edited 31 July 2025, 3:05pm

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

Potential Modifications to the Contract and Additional or repeat goods, services or works 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 f 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. Conditions of Partipation Legal and financial and Technical Ability to perform the contract (Refer to PSQ documents)

Scope

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 meat, poultry, game and associated products for use across the Catering Services of both Houses of Parliament. All produce is for resale in Parliament's catering venues.

Commercial tool

Establishes a framework

Total value (estimated)

  • £3,697,142.09 excluding VAT
  • £4,436,570.51 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 December 2025 to 30 November 2027
  • Possible extension to 30 November 2029
  • 4 years

Description of possible extension:

2 +1 +1

Options

The right to additional purchases while the contract is valid.

Potential Modifications to the Contract and Additional or repeat goods, services or works 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 f 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.

Main procurement category

Goods

CPV classifications

  • 15100000 - Animal products, meat and meat products

Contract locations

  • UK - United Kingdom
  • UKI - London
  • UKI32 - Westminster

Framework

Maximum number of suppliers

3

Maximum percentage fee charged to suppliers

0%

Further information about fees

N/A

Framework operation description

Refer to ITT documents

Award method when using the framework

With competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

Conditions of Participation Legal and financial and Technical Ability to perform the contract (Refer to PSQ documents)

Technical ability conditions of participation

Conditions of Participation Legal and financial and Technical Ability to perform the contract (Refer to PSQ documents)

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

29 August 2025, 12:00pm

Tender submission deadline

14 September 2025, 12:00pm

Submission address and any special instructions

Register with Atamis: https://atamis-ukparliament.my.site.com/s/Welcome. The ITT period is planned to open 01/08/2025.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

14 November 2025

Recurring procurement

Publication date of next tender notice (estimated): 1 May 2027


Award criteria

This table displays the award criteria of the lot
Name Description Type
Commercial

60%Weighting - Refer to ITT documents

Price
Quality

36% Refer to ITT Documents

Quality
Social Value

4% Refer to ITT documents

Quality

Weighting description

Refer to ITT documents


Other information

Payment terms

Refer to ITT documents

Description of risks to contract performance

Refer to ITT documents

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authorities

Corporate Officer of the House of Lords

  • Public Procurement Organisation Number: PRMR-5585-NTMY

Parliament Square

LONDON

SW1A 0AA

United Kingdom

Contact name: Parliamentary Commercial Directorate

Email: pcd@parliament.uk

Website: https://www.parliament.uk/

Region: UKI32 - Westminster

Organisation type: Public authority - central government

Corporate Officer of the House of Commons

  • Public Procurement Organisation Number: PQCD-6982-LPZW

Parliament Square

LONDON

SW1A 0AA

United Kingdom

Contact name: Parliamentary Commercial Directorate

Email: pcd@parliament.uk

Website: https://www.parliament.uk/

Region: UKI32 - Westminster

Organisation type: Public authority - central government


Contact organisation

Contact Corporate Officer of the House of Lords for any enquiries.