APUC Hair and Beauty Framework
The Framework will consist of 10 lots to cover specialist requirements: beauty consumables and beauty kits.
United Kingdom-Stirling: Personal care products
2019/S 141-346704
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
United Kingdom
Telephone: +44 1314428930
E-mail: acahill@apuc-scot.ac.uk
NUTS code: UKM
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Hair and Beauty Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The main aim of the Framework Agreement is to provide Institutions with an easy to use, EU compliant Framework Agreement to meet their Hair and Beauty consumable and supply needs for their hair and beauty courses.
The framework will consist of 10 lots to cover specialist requirements:
— beauty consumables and beauty kits,
— hair consumables and hair kits,
— colour houses,
— hairdressing products (wet products),
— specialist skincare,
— nail care products,
— theatrical/specialist make-up,
— wigs/hair pieces,
— uniforms,
— specialist equipment (including repair and maintenance).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Hair Consumables and Hair Kits
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland wide.
II.2.4)Description of the procurement:
Hair consumables and hair kits:
— including but not limited to:
Hair removal products, salon essentials, styling products and tools.
— HABIA approved and personalised kits.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued institutions requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Colour Houses
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland wide.
II.2.4)Description of the procurement:
Colour Houses — including but not limited to:
— permanent, semi-permanent, temporary, quasi and bleaches.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued institutions requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Hairdressing Products — (Wet Products)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland wide.
II.2.4)Description of the procurement:
Hairdressing products — (wet products)
— including but not limited to: shampoos, conditioners and styling products
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued institutions requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Specialist Skincare
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland wide.
II.2.4)Description of the procurement:
Specialist Skincare — including but not limited to: facial and body cleansing, toning, exfoliating and moisturising products; massage mediums and aromatherapy products.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued institutions requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Nail Care Products
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland wide.
II.2.4)Description of the procurement:
Nail care products — including but not limited to: gels, polish, lamps, tools and kit systems.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued institutions requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Theatrical/Specialist Make-up
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland wide.
II.2.4)Description of the procurement:
Theatrical/specialist make-up — including but not limited to: make-up specific for media and fashion photography including tools and student kit products.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued institutions requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Wigs Hair Pieces
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland wide.
II.2.4)Description of the procurement:
Wigs hair pieces — including but not limited to: hair extensions and associated materials/equipment.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Uniforms
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland wide.
II.2.4)Description of the procurement:
Student and staff uniforms — including but not limited to: tunics, maternity tunics, t-shirts, trousers, aprons/tabards.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued institutions requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Specialist Salon Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland wide.
II.2.4)Description of the procurement:
Specialist salon equipment — including but not limited to: small furniture, electrical goods and repair/maintenance.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Beauty Consumables and Beauty Kits
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland.
II.2.4)Description of the procurement:
Beauty consumables and beauty kits — including but not limited to: facial enhancements, make-up, tanning products and tools — HABIA approved and personalised kits.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Authority reserves the right to extend the Framework Agreement for a period of up to 24 months subject to satisfactory performance and continued Institutions requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Not applicable.
III.1.2)Economic and financial standing
Minimum level(s) of standards required:
Please refer to question 4B.5 of the ESPD and economic and financial standing section of the Contract Notice. Tenderers must confirm they can provide the following supporting evidence prior to award:
— employer’s (compulsory) liability insurance = 5 000 000 GBP,
— product liability insurance = 2 000 000 GBP,
— public liability insurance = 5 000 000 GBP.
To demonstrate and evidence suitable economic standing, successful contractors will be required to provide 2 years audited accounts, or equivalent if awarded the Framework Agreement.
Alternatively, if the Contractor is unable to provide the required accounting information, e.g. a new business without the required accounts, then they will be required to provide a bankers letter demonstrating their willingness to support the contractors organisation over the term of the Framework Agreement.
Please refer to 4B.6 of the ESPD.
III.1.3)Technical and professional ability
Not applicable.
III.2.2)Contract performance conditions:
Submission of management information:
Following commencement of the Framework Agreement, the contractor will provide a performance report to the Authority on a quarterly basis to include spend by Institution under the Framework Agreement for the reporting period. Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be uploaded to the website:
http://ucsp.ac.uk/ using the template provided (template shall be provided during the lead-in period). The supplied template is the only format permissible and should contain contractor name, tender reference, total net spend by institution each month. If there has been no spend for the quarter, then this will still require you to login and record a nil spend return.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
48 months.
VI.2)Information about electronic workflows
VI.3)Additional information:
Form of tender:
Tenderers must sign the form of tender — Appendix A prior to award to confirm that their tender response is a complete, true and accurate submission.
Supply chain code of conduct:
The Authority has developed a supply chain code of conduct — Appendix D which sets out its expected standards for its supply chain in social, ethical and environmental compliance. Tenderers must complete the supply chain code of conduct prior to award to assist in achieving its objectives.
Freedom of information:
Please confirm that you will be in a position to complete, prior to award, Appendix B — Freedom of Information (if applicable) in the technical questionnaire in PCS-Tender. This information should only be submitted if applicable at point of award. It is for information only and will not be scored.
Living wage:
Please confirm that you will be in a position to complete, prior to award, Appendix E — Living Wage in the Technical Questionnaire in PCS-Tender. This information is for information only and will not be scored.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 13871
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?
The contractor will work with the Authority to deliver community benefits or social value where they are identifiable throughout the term of the Framework Agreement.
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 13871
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a subcontract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
The majority of Suppliers who will be appointed to this Framework are SME’s. The framework has been sub-divided into 10 lots to actively encourage SME participation.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The potential to take into account social considerations (also referred to as community benefits) in public procurement is firmly established and set out in European Directive 2014/24/EU, the Public Contracts (Scotland) Regulations 2015 (‘the regulations’) and European case law.
The Authority is interested in community benefit measures that contractors propose to take, for example these may include, but not limited to:
— joint approach to school open forum information events with local Institutions,
— school introduction/awareness raising days,
— local hairdresser participation events,
— work experience programme/modern apprentice participation,
— investment in local community programmes.
(SC Ref:591269)
VI.4.1)Review body
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
United Kingdom
Telephone: +44 1314428930Internet address: http://www.apuc-scot.ac.uk
VI.5)Date of dispatch of this notice: