External evaluation of Quality and Qualifications Ireland as an Awarding Body

The operating environment in which QQI awarding activity takes place is set out in the QQI Statement of Strategy 2025-2027 , together with focussed priorities, key actions to deliver on them and value propositions that underpin how we will do our work. Our strategic priority to ‘future proof the National …

CPV: 79411000 General management consultancy services, 73000000 Research and development services and related consultancy services, 73200000 Research and development consultancy services, 79410000 Business and management consultancy services
Deadline:
Oct. 30, 2025, noon
Deadline type:
Submitting a bid
Place of execution:
External evaluation of Quality and Qualifications Ireland as an Awarding Body
Awarding body:
Quality and Qualifications Ireland (QQI)
Award number:
0

1. Buyer

1.1 Buyer

Official name : Quality and Qualifications Ireland (QQI)
Legal type of the buyer : Central government authority
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : External evaluation of Quality and Qualifications Ireland as an Awarding Body
Description : The operating environment in which QQI awarding activity takes place is set out in the QQI Statement of Strategy 2025-2027 , together with focussed priorities, key actions to deliver on them and value propositions that underpin how we will do our work. Our strategic priority to ‘future proof the National Framework of Qualifications’ (NFQ) includes the commitment to ‘complete an external evaluation of QQI’s performance as an awarding body of tertiary education qualifications in the NFQ.’ Many of the guiding principles and values espoused by QQI in its latest Statement of Strategy are used to frame our approach to undertaking an external evaluation of QQI’s performance as an awarding body (‘the evaluation’). These include; the protection, promotion and privileging of learner interests; the recognition that few QQI functions, including its awarding functions, are performed by QQI alone and depend on collaboration and shared responsibility; that our planning and decision making is evidence-based, underpinned by systematic use of research and analysis; that evaluations that we conduct are independent and judgements about our own performance are impartial and arrived at through transparent processes; that we promote improvement and enhancement through learning and innovation and through engagement with international experts and peers; that the results of evaluations that we undertake or commission should contribute to public confidence and trust in the quality and integrity of qualifications. The purpose of this evaluation is to establish how effectively QQI quality assures the design and development of its awards, how it approves associated programmes and their ongoing review and delivery, and how it assures the assessment and certification of learners. The findings from this evaluation are intended to promote: - accountability: for the delivery of QQI’s mandate as a national awarding body by independently ensuring that its awarding function is fit for purpose and adding value to graduates, providers, funders and other users of QQI awards - enhancement: by understanding and learning about the model of awarding operated by QQI and identifying evidence-informed improvements in how QQI performs as an awarding body - trust: by demonstrating that transparent, consistently-implemented policies, procedures and decision-making processes underpin the trustworthiness of QQI as an awarding body and promote public confidence in QQI awards - evaluative capacity: consistent with government policy on transforming public services, making use of the best available advice and expertise to strengthen the capacity of QQI to undertake effective evaluations - strategic planning: by reflecting on the resilience of QQI’s awarding function and identifying the strategic priorities for QQI as an awarding body
Procedure identifier : 74767707-0d60-41e4-92a2-1029cb538565
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 79410000 Business and management consultancy services

2.1.2 Place of performance

Postal address : 26/27 Denzille Lane, Dublin 2, Ireland D02 P266
Town : Dublin, Ireland
Postcode : D02 P266
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 80 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : External evaluation of Quality and Qualifications Ireland as an Awarding Body
Description : The operating environment in which QQI awarding activity takes place is set out in the QQI Statement of Strategy 2025-2027 , together with focussed priorities, key actions to deliver on them and value propositions that underpin how we will do our work. Our strategic priority to ‘future proof the National Framework of Qualifications’ (NFQ) includes the commitment to ‘complete an external evaluation of QQI’s performance as an awarding body of tertiary education qualifications in the NFQ.’ Many of the guiding principles and values espoused by QQI in its latest Statement of Strategy are used to frame our approach to undertaking an external evaluation of QQI’s performance as an awarding body (‘the evaluation’). These include; the protection, promotion and privileging of learner interests; the recognition that few QQI functions, including its awarding functions, are performed by QQI alone and depend on collaboration and shared responsibility; that our planning and decision making is evidence-based, underpinned by systematic use of research and analysis; that evaluations that we conduct are independent and judgements about our own performance are impartial and arrived at through transparent processes; that we promote improvement and enhancement through learning and innovation and through engagement with international experts and peers; that the results of evaluations that we undertake or commission should contribute to public confidence and trust in the quality and integrity of qualifications. The purpose of this evaluation is to establish how effectively QQI quality assures the design and development of its awards, how it approves associated programmes and their ongoing review and delivery, and how it assures the assessment and certification of learners. The findings from this evaluation are intended to promote: - accountability: for the delivery of QQI’s mandate as a national awarding body by independently ensuring that its awarding function is fit for purpose and adding value to graduates, providers, funders and other users of QQI awards - enhancement: by understanding and learning about the model of awarding operated by QQI and identifying evidence-informed improvements in how QQI performs as an awarding body - trust: by demonstrating that transparent, consistently-implemented policies, procedures and decision-making processes underpin the trustworthiness of QQI as an awarding body and promote public confidence in QQI awards - evaluative capacity: consistent with government policy on transforming public services, making use of the best available advice and expertise to strengthen the capacity of QQI to undertake effective evaluations - strategic planning: by reflecting on the resilience of QQI’s awarding function and identifying the strategic priorities for QQI as an awarding body
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 79410000 Business and management consultancy services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 6 Month

5.1.5 Value

Estimated value excluding VAT : 80 000 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

5.1.11 Procurement documents

Deadline for requesting additional information : 20/10/2025 12:00 +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 : 30/10/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Day
Information about public opening :
Opening date : 03/11/2025 00:00 +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 : yes

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 : Quality and Qualifications Ireland (QQI)
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Quality and Qualifications Ireland (QQI)
Organisation processing tenders : Quality and Qualifications Ireland (QQI)

8. Organisations

8.1 ORG-0001

Official name : Quality and Qualifications Ireland (QQI)
Registration number : IE9848745L
Postal address : 26/27 Denzille Lane
Town : Dublin
Postcode : D02 P266
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0876993996
Internet address : https://www.qqi.ie
Buyer profile : https://www.qqi.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 : 330bad0e-46bd-4326-b905-2c13a1181f07 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/09/2025 10:56 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00575598-2025
OJ S issue number : 168/2025
Publication date : 03/09/2025