Tender

FWK4002 - Provision of Fruit and Vegetables

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

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

Notice identifier: 2025/S 000-085936

Procurement identifier (OCID): ocds-h6vhtk-051572 (view related notices)

Published 23 December 2025, 3:43pm



Scope

Reference

C2171

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.

Commercial tool

Establishes an open framework

Total value (estimated)

  • £3,288,000 excluding VAT
  • £3,945,600 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 May 2026 to 30 April 2028
  • Possible extension to 30 April 2030
  • 4 years

Description of possible extension:

+1+1

Options

The right to additional purchases while the contract is valid.

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.

Main procurement category

Goods

CPV classifications

  • 15300000 - Fruit, vegetables and related products
  • 03221200 - Fruit vegetables

Contract locations

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

Lot constraints

Maximum number of lots a supplier can bid for: 1

Maximum number of lots a supplier can be awarded: 1

Description of how multiple lots may be awarded:

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.


Lot 1. Lot 1: Fresh Fruit, Vegetables and Herbs

Description

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

Lot value (estimated)

  • £3,288,000 excluding VAT
  • £3,288,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 2. Lot 2: Prepared Fruit and Vegetables

Description

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

Lot value (estimated)

  • £3,288,000 excluding VAT
  • £3,288,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Framework

Open framework scheme end date (estimated)

30 April 2030

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

Lot 1. Lot 1: Fresh Fruit, Vegetables and Herbs

Lot 2. Lot 2: Prepared Fruit and Vegetables

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

Technical ability conditions of participation

Lot 1. Lot 1: Fresh Fruit, Vegetables and Herbs

Lot 2. Lot 2: Prepared Fruit and Vegetables

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

Particular suitability

Lot 1. Lot 1: Fresh Fruit, Vegetables and Herbs

Lot 2. Lot 2: Prepared Fruit and Vegetables

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

Submission

Enquiry deadline

12 January 2026, 12:00pm

Tender submission deadline

12 February 2026, 12:00pm

Submission address and any special instructions

Please submit all tender responses via our procurement portal, Atamis. Tenderers can create an account here: https://atamis-ukparliament.my.site.com/s/Welcome.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

25 March 2026

Recurring procurement

Publication date of next tender notice (estimated): 15 December 2027


Award criteria

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

60%

Price
Quality

30%

Quality
Social Value

10%

Quality

Weighting description

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...


Other information

Payment terms

Payment of valid and undisputed invoices shall be made within 30 days of receipt.

Description of risks to contract performance

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.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

https://atamis-ukparliament.my.site.com/s/Welcome

PSQ documents and Tender Documents can be accessed via Atamis.

Technical specifications to be met

https://atamis-ukparliament.my.site.com/s/Welcome

The Statement of Requirements (Specification) can be accessed via Atamis.


Contracting authorities

Corporate Officer of the House of Commons

  • Public Procurement Organisation Number: PQCD-6982-LPZW

Parliament Square

LONDON

SW1A 0AA

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - central government

Corporate Officer of the House of Lords

  • Public Procurement Organisation Number: PRMR-5585-NTMY

Parliament Square

LONDON

SW1A 0AA

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - central government


Contact organisation

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