Beverage Supplies (Alcoholic and Non Alcoholic)

Open

Value

£90,000,000

Classifications

  • Food, beverages, tobacco and related products
  • Non-alcoholic beverages
  • Distilled alcoholic beverages
  • Beverages, tobacco and related products

Tags

  • tender

Submission Deadline

3 years from now

Published

10 months ago

Description

PA invites organisations to participate in a 60-month DPS for the supply of alcoholic and non-alcoholic beverage products. The DPS will be accessible by all current and future Clients of PA. The DPS may be used by all NHS Trusts, Social Housing Providers, Local Authorities, Blue Light Services, Education, Charities and all other contracting authorities that are located in the United Kingdom including those listed in Schedule 1 of the Public Contracts Regulations 2015/102.
The categories included in this DPS are as follows:
Category 1 - Supply of Chilled Non-Alcoholic Drinks
Category 2 - Supply of Chilled Alcoholic Drinks
Category 3 - Supply of Chilled Alcoholic and Non Alcoholic Drinks
PA encourages suppliers to apply for one, some or all of the above categories.
Procurement Assist is publishing this Notice of Amendment made pursuant to the original Notice 2021/S 000-027612 to extend the DPS to 31 May 2029.  The remaining information in relation to this DPS is unchanged.

Similar Contracts

Open

The Barbican Centre for the supply of draft beers, supply of wine & the supply of packaged drinks spirits and soft drinks

The City of London Corporation (the City) invites Tenders for the provision of the supply of soft drinks, spirits, wines, beers and ciders, for sale at the Barbican Centre. We aspire to develop the Barbican bars to reflect the iconic nature of the Barbican Centre, and also to reflect the organisation’s credentials as a centre for bold and creative ideas. Our drinks should represent good value for money at sensible price points. The competition will be separated into three different requirements: • Lot 1 – Supply of pre-packaged drinks including spirits, soft drinks, beers and ciders (excluding wines) • Lot 2 – Supply of Wines • Lot 3 – Supply of Draught Beer The duration of the contract for Lot 1 & 2 is 2 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 2 years. The maximum length of the contract is therefore 4 years. The duration of the contract for Lot 3 is 4 years and no extensions available. The maximum length of the contract is 4 years. This tendering exercise is being undertaken using the electronic tendering system ‘City of London Corporation Sourcing & Contracts Portal’ (https://cityoflondon.ukp.app.jaggaer.com/). Suppliers will need to register an interest on the system in order to participate and registration is free. The estimated contract value given at sections 31 and 32 is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value for Lot 1 is therefore £125,000 The estimated annual contract value for Lot 2 is therefore £100,000 The estimated annual contract value flor Lot 3 is therefore £120,000

Katy Reed

Published 1 day ago
Open

Provision of Outsourced Catering

The Contract is to provide BBCET and its community of children with consistently high-quality food services that meet nutritional standards and support the wellbeing of all recipients. The awarded Supplier(s) are to work in partnership with BBCET in line with the following principles:  Transparency: Operate with transparency, ensuring that all the actions, decisions, services and processes related to the Contract are open and easily understood.  Assurance: Provide accurate information and assurance that the services delivered meet the agreed-upon standards and specifications.  Efficiency: Adhere to agreed-upon timelines to ensure that the Contract progresses smoothly and meets deadlines.  Communication and Engagement: Maintain open and effective communication and engagement with BBCET and individual schools, addressing concerns and providing updates on progress on a timely basis.  Knowledgeable: Demonstrate expertise in their field and be open to considering and incorporating different ideas or approaches that may benefit BBCET, individual schools and the children.  Proactive Approach: Proactive stance in identifying and addressing potential issues or challenges.  Escalation: Clear escalation procedures in place for resolving any disputes, issues, or conflicts that may arise.  Continuous Improvement: Commit to a culture of continuous improvement, striving to enhance processes, technologies, and services throughout the Contract.  Adaptability: Demonstrate a supportive and flexible approach in working with the BBCET and individual schools. This includes being adaptable to changing requirements, addressing needs promptly, and offering assistance when necessary.  Service Delivery: A commitment to delivering high-quality services and adhere to established quality standards and benchmarks.

Katy Reed

Published 1 week ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete