Scope
Reference
FMM-24-006
Description
This Framework Agreement will be established on behalf of EA, Primary and Post Primary schools under the control of the EA, Catholic Maintained Schools, Independent Schools in NI, Irish Medium Schools in NI, both Controlled and Voluntary Grammar Schools, Nursery School for NI (both controlled and Catholic Maintained), and Controlled Youth Centres (https:// www.education-ni.gov.uk/services/schools-plus),
Further Education Colleges in NI (https://www.nidirect.gov.uk/contacts/further-educationfe-colleges),
Grant Controlled Integrated Education Schools in NI (https:// www.ni cie.org/parents/ school -finder/), Independent Schools in NI (https://www.isc.co.uk/ schools/northern-ireland/),
Libraries NI (https:// www.librariesni.org.uk/ Libraries/),
EA Teachers' and Educational Centres,
Council for the Curriculum, Examination and Assessment NI (CCEA),
Armagh Observatory and Planetarium,
Middletown Centre for Autism,
Controlled Schools Support Council (CSSC),
Northern Ireland Council for Integrated Education (NICIE) who may also use this Framework .
Commercial tool
Establishes a framework
Total value (estimated)
- £3,011,000 excluding VAT
- £3,613,200 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 October 2025 to 30 September 2029
- 4 years
Main procurement category
Goods
Contract locations
- UKN - Northern Ireland
Not the same for all lots
CPV classifications and options are shown in Lot sections, because they are not the same for all lots.
Lot 1. Supply and Delivery of Period Products
Description
Lot 1 will be a ranked arrangement with multiple Suppliers. The Supplier(s) will be required to supply and deliver the relevant period hygiene products to schools and other EA locations across Northern Ireland on an ad-hoc basis.
Lot value (estimated)
- £2,890,000 excluding VAT
- £3,468,000 including VAT
Framework lot values may be shared with other lots
Options
The right to additional purchases while the contract is valid.
The Buyer reserves the right to run Secondary Competitions within Lot 1 as detailed within the tender documents.
CPV classifications
- 33711430 - Disposable personal wipes
- 18310000 - Underwear
- 33771100 - Sanitary towels or tampons
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Fully Managed Service for Primary School Annual Provision
Description
Lot 2 will be awarded to a single Supplier to provide a fully managed service for the supply and delivery of period products to all primary schools in Northern Ireland.
Lot value (estimated)
- £121,000 excluding VAT
- £145,200 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 33771100 - Sanitary towels or tampons
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
The tender has been divided into two distinct Lots to reflect the differing specifications, operational models, and procurement requirements of the end users.
Lot 1 is envisaged to be a ranked agreement, with up to three (3) Suppliers awarded per Section.
Lot 2 is envisaged to be awarded to a single Supplier for the managed service provision to Primary Schools.
The Buyer may purchase items from the Framework Agreement via direct call-off or Secondary Competition throughout the Framework Term.
Further competition may be commissioned during the Framework Agreement term for additional Period Hygiene Products. Any further secondary competitions for Competed Goods will be run with all Suppliers appointed to the Framework Agreement, irrespective of the Lot they are awarded (unless otherwise excluded through poor performance). Once awarded, the Competed Goods shall form part of the Standard Goods which the successful Framework Agreement Supplier is eligible to provide under the terms of this Framework Agreement for the duration of the Framework Agreement.
The Buyer reserves the right to add or remove items from the Framework Agreement schedule at any time during the period of the Framework Agreement. The Supplier is reminded that the extent of these additions/deletions is not limited so long as they are within the scope of the Framework Agreement Lot. Further information in relation to the mechanism used is contained within the tender documents.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Technical ability conditions of participation
Lot 1. Supply and Delivery of Period Products
Lot 2. Fully Managed Service for Primary School Annual Provision
Previous Experience
Particular suitability
Lot 1. Supply and Delivery of Period Products
Lot 2. Fully Managed Service for Primary School Annual Provision
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
22 July 2025, 3:00pm
Tender submission deadline
29 July 2025, 3:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
22 September 2025
Recurring procurement
Publication date of next tender notice (estimated): 27 June 2029
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
AC1 - Price | The evaluation of this tender will be based on the assessment of Mandatory Requirements (Pass/Fail) and the prices submitted within the document FMM-24-006 Pricing Schedule to achieve the MAT bid for... |
Cost | 100% |
Other information
Payment terms
Full details can be found in the CfT documents section on eTendersNI https://etendersni.gov.uk/epps/home.do
Description of risks to contract performance
The recent legislative expansion mandating the provision of period products to a broader range of end users-beyond pupils and students-introduces a degree of uncertainty that may impact contract performance. The extended scope potentially includes staff and visitors across participating bodies, for whom no historical usage data exists. While an additional contingency has been factored into the Framework value, actual demand levels remain difficult to forecast with precision and may exceed anticipated thresholds.
Other risks to satisfactory performance include:
Product Unavailability or Recall: There is a risk of supply chain disruptions or product recalls, particularly affecting branded items. This is mitigated through the appointment of multiple suppliers across sections within Lot 1, alongside a mechanism allowing Suppliers from the unbranded sanitary towels section (Lot 2) to deliver in the event of supplier failure or no award.
Manufacturer-Led Product Changes: Alterations to product specifications-such as pack sizes, formulations, or packaging-may affect perceived value or suitability. The Specification includes allowances for reasonable modifications where products continue to provide best value for money.
Legislative or Regulatory Shifts: Future changes to environmental, public health, or product safety legislation may necessitate updates to product requirements. The Specification has been designed to accommodate such changes without requiring separate procurement action.
Variable Uptake by Participating Bodies: Participation by bodies such as LibrariesNI remains unconfirmed. Should they onboard during the life of the Framework-subject to approval from the Education Authority-the resulting increase in demand could be substantial and is not currently reflected in contingency values. In such a scenario, a contract modification may be required to safeguard ongoing delivery.
These risks have been identified as "known unknown" risks.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Education Authority
- Public Procurement Organisation Number: PPHJ-6982-JPXY
40 Academy Street
Belfast
BT1 2NQ
United Kingdom
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland