Tender

Department for Education Period Products Scheme 2026

  • Department for Education

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

Notice identifier: 2026/S 000-009800

Procurement identifier (OCID): ocds-h6vhtk-05096c (view related notices)

Published 4 February 2026, 10:09am



Scope

Reference

itt_3864

Description

The Department for Education (DfE) is looking to provide free period products to schools and post-16 education providers across England through a procurement to appoint a national provider.

The Period Products Scheme ensures that period products are available and accessible, free of charge, to girls and women who need them in schools and colleges. The scheme aims to reduce periods as a barrier to education, promote dignity and equality in learning environments and tackle stigma associated with periods. The scheme was introduced after a 2018 Omnibus Survey suggested that 14% of female college students and 6% of female school pupils has been unable to access period products in the last 12-months due to affordability and 83% of secondary school leaders made free period products available in their school.

Tackling this problem remains a key priority and is part of DfE's strategy to support the Government's mission to break down the barriers to opportunity; one of the six missions which form the centrepiece of our plan for change. This mission-led approach drives coordination between different programmes and workstreams by setting ambitious shared goals.

The Department has published a competitive flexible tendering opportunity to find a single national supplier who can from September 2026:

• Source an appropriate range of period products including reusable and environmentally friendly products

• Design and implement user interfaces and support services

• Plan and execute a national delivery service

We require a 'demand-led' service which must be available to approximately 21,000 organisations across England, with an accessible and easy to use means of interaction and product ordering.

The Department is also seeking to maximise the value of the scheme beyond the core offer through financial benefits, added value, and/or awareness activities and materials. In return, the Department proposes to offer a package of rights to the lead supplier and/or key sub-contractors/supply chain members.

For further information, please access the ITT documents via the Jaggaer e-Procurement platform (itt_3864).

The Department will be holding a Bidder Engagement Event on 12th February 2026, from 10:30am:

1. Potential suppliers are invited to participate in this bidder engagement session, which will be facilitated via Microsoft Teams.

2. The session will be led by representatives of the Department for Education and will focus on the programme's requirements and the tendering process.

3. To register your interest in attending, please use the messaging facility in the Jaggaer Portal and include the email contact details of all attendees in your message.

4. Following registration, an invite will be sent to the email addresses of the attendees on 11th February 2026.

Attendance is not mandatory and slides and any Q&As from the session will be uploaded to Jaggaer following the event.

Total value (estimated)

  • £16,500,000 excluding VAT
  • £19,800,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 29 June 2026 to 31 August 2028
  • Possible extension to 31 August 2029
  • 3 years, 2 months, 2 days

Description of possible extension:

An addiional 12 months extension clause is inlcuded in the contract ( the maximum value given is inclusive of this possible extension)

Main procurement category

Goods

CPV classifications

  • 33771100 - Sanitary towels or tampons
  • 79342300 - Customer services
  • 64121200 - Parcel delivery services

Contract locations

  • UKC - North East (England)
  • UKF - East Midlands (England)
  • UKD - North West (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKJ - South East (England)
  • UKK - South West (England)

Justification for not using lots

The Department has considered whether the services could reasonably be supplied under more than one contract by dividing the procurement into Lots and has concluded that splitting the procurement into lots could make the requirement disproportionately expensive to manage and increase the technical risk to deliver the requirement, therefore, the Services will be supplied under one contract.


Participation

Legal and financial capacity conditions of participation

Potential Suppliers must complete and return the Financial Viability risk assessment tool.

Technical ability conditions of participation

Pass/Fail based on the details of up to 3 contracts/grants, or an explanation for how you meet the criteria relating to technical, which demonstrates and satisfies the following criteria:

• Your organisation's experience in delivering large goods and services contracts.

• An ability to successfully deliver similar requirements including customer service.

• Clear links demonstrated between these experiences and this project.

Particular suitability

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

Submission

Enquiry deadline

4 March 2026, 11:59pm

Submission type

Tenders

Tender submission deadline

11 March 2026, 12:00pm

Submission address and any special instructions

The Department is administering the Tender process via its e-Tendering Portal, (Jaggaer; https://education.app.jaggaer.com/web/login.html). Jaggaer is the only method for submitting tenders and suppliers should not make any other form of approach to the Department in connection with this procurement. It is the responsibility of the Potential Suppliers to ensure they can access and use the Jaggaer system. Jaggaer is owned and hosted by an independent organisation, any issues in respect to functionality or using the system may be directed to the Jaggaer helpdesk via 0800 069 8630 or https://www.jaggaer.com/submit-supplier-support-request/

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 June 2026

Recurring procurement

Publication date of next tender notice (estimated): 3 September 2028


Award criteria

This table displays the award criteria of the lot
Name Description Type
Mandatory Requirements

Pass/Fail

Quality
Delivery Plan

Quality - 30%

Quality
Sourcing Products

Quality - 25%

Quality
Delivery and Logistics

Quality - 25%

Quality
Ordering Process

Quality - 10%

Quality
Stock Management and Warehousing

Quality - 10%

Quality
Reducing Stigma

Social Impact and Value - 50%

Quality
Sustainable Procurement Practices

Social Impact and Value - 50%

Quality
Price

Price per quality point

Price

Weighting description

Mandatory Requirements - Questions (Pass/Fail)

Quality Requirements - Questions (70%)

Social Impact and Value Requirements - Questions (30%)

Pricing Requirements - Question (Price per Quality Point)


Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Compliance Checks: The Department will check all Tenders submitted to ensure they are compliant with this ITT and that all responses are valid. This includes satisfying the PSQ questions, CoP and Financial Health checks. Non-compliant Tenders will be excluded from further participation in this Procurement.

Evaluation stage (Quality): Evaluation of the responses to the Quality Questionnaire in accordance with Evaluation Criteria and Methodology set out in Document 2 of the ITT.

Evaluation Stage (Social Impact and Value): Evaluation of responses to the Social Impact and Value Questionnaire in accordance with Evaluation Criteria and Methodology set out in Document 2 of the ITT.

Evaluation Stage (Financial): Evaluation of the Financial Submission in accordance with Evaluation Methodology set out in Document 2 of the ITT.

Optional Negotiation stage: Optional negotiation with the Preferred Supplier of the service provided in return for the rights package offered by the Department.

Award Decision: Final due diligence, governance and assurance of Procurement outcome and confirmation of Preferred Supplier(s).


Documents

Documents to be provided after the tender notice

For further information, please access the ITT documents via the Jaggaer e-Procurement platform (itt_3864).


Contracting authority

Department for Education

  • Public Procurement Organisation Number: PDZG-3487-DPVD

Sanctuary Buildings, 20 Great Smith Street

London

SW1P3BT

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - central government