Evaluation of Mission Strategies for the Department of Foreign Affairs and Trade

In summary, the Services comprise: Three separate teams of qualified external consultants to complete each of the three evaluations of three Global Ireland Mission strategies: for Malawi (2021–2026), South Africa/Zimbabwe (2022–2026), and Tanzania (2022–2026). The overall purpose of the evaluations of the Mission strategies is to assess specific aspects relating …

CPV: 75210000 Foreign affairs and other services, 75211000 Foreign-affairs services, 79419000 Evaluation consultancy services, 73220000 Development consultancy services
Deadline:
Sept. 26, 2025, 6 p.m.
Deadline type:
Submitting a bid
Place of execution:
Evaluation of Mission Strategies for the Department of Foreign Affairs and Trade
Awarding body:
Department of Foreign Affairs and Trade/An Roinn Gnóthaí Eachtracha agus Trádála
Award number:
1

1. Buyer

1.1 Buyer

Official name : Department of Foreign Affairs and Trade/An Roinn Gnóthaí Eachtracha agus Trádála
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Evaluation of Mission Strategies for the Department of Foreign Affairs and Trade
Description : In summary, the Services comprise: Three separate teams of qualified external consultants to complete each of the three evaluations of three Global Ireland Mission strategies: for Malawi (2021–2026), South Africa/Zimbabwe (2022–2026), and Tanzania (2022–2026). The overall purpose of the evaluations of the Mission strategies is to assess specific aspects relating to the respective Mission’s strategic activities during the respective Strategy periods. The three separate evaluations will be managed by three different Evaluation and Audit Unit project managers, and are timed to correspond with the final year of implementation of the current Mission strategies (2026). The evaluation exercises are expected to significantly inform the analysis of, discussions around, and subsequent drafting of the three successor Mission strategies expected to be approved by end-2026. In particular, the evaluations will be guided by the key evaluation questions and the evidence that reveals both the intended and unintended consequences of the respective Strategy interventions. It is expected that the findings and lessons from the evaluations will highlight learnings across the work of the respective Missions in recent years, support future Mission programming, and inform wider Departmental and global policy planning and programming.
Procedure identifier : 50b4c381-4f0a-4fa0-beb6-853363fd6266
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 75210000 Foreign affairs and other services
Additional classification ( cpv ): 75211000 Foreign-affairs services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 73220000 Development consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 208 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 3
The tenderer must submit tenders for all lots
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1 - Evaluation of the Mission Strategy of the Embassy of Ireland, Tanzania 2022-2026
Description : In summary, the Services comprise: Three separate teams of qualified external consultants to complete each of the three evaluations of three Global Ireland Mission strategies: for Malawi (2021–2026), South Africa/Zimbabwe (2022–2026), and Tanzania (2022–2026). The overall purpose of the evaluations of the Mission strategies is to assess specific aspects relating to the respective Mission’s strategic activities during the respective Strategy periods. The three separate evaluations will be managed by three different Evaluation and Audit Unit project managers, and are timed to correspond with the final year of implementation of the current Mission strategies (2026). The evaluation exercises are expected to significantly inform the analysis of, discussions around, and subsequent drafting of the three successor Mission strategies expected to be approved by end-2026. In particular, the evaluations will be guided by the key evaluation questions and the evidence that reveals both the intended and unintended consequences of the respective Strategy interventions. It is expected that the findings and lessons from the evaluations will highlight learnings across the work of the respective Missions in recent years, support future Mission programming, and inform wider Departmental and global policy planning and programming.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 75210000 Foreign affairs and other services
Additional classification ( cpv ): 75211000 Foreign-affairs services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 73220000 Development consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 18 Month

5.1.5 Value

Estimated value excluding VAT : 208 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 19/09/2025 18:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 26/09/2025 18:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 26/09/2025 18:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Department of Foreign Affairs and Trade/An Roinn Gnóthaí Eachtracha agus Trádála
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Department of Foreign Affairs and Trade/An Roinn Gnóthaí Eachtracha agus Trádála
Organisation processing tenders : Department of Foreign Affairs and Trade/An Roinn Gnóthaí Eachtracha agus Trádála

5.1 Lot technical ID : LOT-0002

Title : Lot 2 - Evaluation of the Mission Strategy of the Embassy of Ireland, Malawi 2021–2026
Description : In summary, the Services comprise: Three separate teams of qualified external consultants to complete each of the three evaluations of three Global Ireland Mission strategies: for Malawi (2021–2026), South Africa/Zimbabwe (2022–2026), and Tanzania (2022–2026). The overall purpose of the evaluations of the Mission strategies is to assess specific aspects relating to the respective Mission’s strategic activities during the respective Strategy periods. The three separate evaluations will be managed by three different Evaluation and Audit Unit project managers, and are timed to correspond with the final year of implementation of the current Mission strategies (2026). The evaluation exercises are expected to significantly inform the analysis of, discussions around, and subsequent drafting of the three successor Mission strategies expected to be approved by end-2026. In particular, the evaluations will be guided by the key evaluation questions and the evidence that reveals both the intended and unintended consequences of the respective Strategy interventions. It is expected that the findings and lessons from the evaluations will highlight learnings across the work of the respective Missions in recent years, support future Mission programming, and inform wider Departmental and global policy planning and programming.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 75210000 Foreign affairs and other services
Additional classification ( cpv ): 75211000 Foreign-affairs services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 73220000 Development consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 18 Month

5.1.5 Value

Estimated value excluding VAT : 208 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 19/09/2025 18:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 26/09/2025 18:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 26/09/2025 18:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Department of Foreign Affairs and Trade/An Roinn Gnóthaí Eachtracha agus Trádála
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Department of Foreign Affairs and Trade/An Roinn Gnóthaí Eachtracha agus Trádála
Organisation processing tenders : Department of Foreign Affairs and Trade/An Roinn Gnóthaí Eachtracha agus Trádála

5.1 Lot technical ID : LOT-0003

Title : Lot 3 - Evaluation of the Mission Strategy of the Embassy of Ireland, South Africa 2022-2026
Description : In summary, the Services comprise: Three separate teams of qualified external consultants to complete each of the three evaluations of three Global Ireland Mission strategies: for Malawi (2021–2026), South Africa/Zimbabwe (2022–2026), and Tanzania (2022–2026). The overall purpose of the evaluations of the Mission strategies is to assess specific aspects relating to the respective Mission’s strategic activities during the respective Strategy periods. The three separate evaluations will be managed by three different Evaluation and Audit Unit project managers, and are timed to correspond with the final year of implementation of the current Mission strategies (2026). The evaluation exercises are expected to significantly inform the analysis of, discussions around, and subsequent drafting of the three successor Mission strategies expected to be approved by end-2026. In particular, the evaluations will be guided by the key evaluation questions and the evidence that reveals both the intended and unintended consequences of the respective Strategy interventions. It is expected that the findings and lessons from the evaluations will highlight learnings across the work of the respective Missions in recent years, support future Mission programming, and inform wider Departmental and global policy planning and programming.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 75210000 Foreign affairs and other services
Additional classification ( cpv ): 75211000 Foreign-affairs services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 73220000 Development consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 18 Month

5.1.5 Value

Estimated value excluding VAT : 208 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 19/09/2025 18:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 26/09/2025 18:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 26/09/2025 18:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Department of Foreign Affairs and Trade/An Roinn Gnóthaí Eachtracha agus Trádála
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Department of Foreign Affairs and Trade/An Roinn Gnóthaí Eachtracha agus Trádála
Organisation processing tenders : Department of Foreign Affairs and Trade/An Roinn Gnóthaí Eachtracha agus Trádála

8. Organisations

8.1 ORG-0001

Official name : Department of Foreign Affairs and Trade/An Roinn Gnóthaí Eachtracha agus Trádála
Registration number : Department of Foreign Affairs and Trade
Postal address : Iveagh House. 80 St Stephen's Green. Dublin 2.
Town : Dublin
Postcode : D02 VY53
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 14082000
Internet address : https://www.dfa.ie
Buyer profile : https://www.dfa.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : dc71549c-ab19-4ee6-96b2-2593c6376637 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/08/2025 15:46 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00563888-2025
OJ S issue number : 165/2025
Publication date : 29/08/2025