Request for Tenders for the provision of an Evaluation Framework and External Evaluation Services for Financial Education Policy and Initiatives

In summary, the Services comprise: • Advising on the development and use of toolkits to assess the impact of financial education initiatives, incorporating both quantitative and qualitative methodologies. • Supporting the definition of measurable goals, indicators, and KPIs for individual initiatives and the overall National Financial Literacy Strategy (“the Strategy”). …

CPV: 79419000 Storitve ocenjevanja in svetovanja, 73200000 Storitve svetovanja na področju raziskav in razvoja, 73000000 Storitve na področju raziskav in razvoja ter s tem povezane svetovalne storitve
Kraj izvršitve:
Request for Tenders for the provision of an Evaluation Framework and External Evaluation Services for Financial Education Policy and Initiatives
Organ za podeljevanje:
Competition and Consumer Protection Commission (CCPC)
Številka dodelitve:
0

1. Buyer

1.1 Buyer

Official name : Competition and Consumer Protection Commission (CCPC)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Request for Tenders for the provision of an Evaluation Framework and External Evaluation Services for Financial Education Policy and Initiatives
Description : In summary, the Services comprise: • Advising on the development and use of toolkits to assess the impact of financial education initiatives, incorporating both quantitative and qualitative methodologies. • Supporting the definition of measurable goals, indicators, and KPIs for individual initiatives and the overall National Financial Literacy Strategy (“the Strategy”). • Recommending best practices for monitoring and data collection, ensuring consistency and comparability across stakeholders. • Providing guidance on the collection, analysis, and reporting of data to track performance and measure outcomes. • Conducting external evaluations of selected initiatives and/or the overall Strategy, as required. • Ensuring that the evaluation framework is practical, scalable, and aligned with national and international best practices in financial education. The aim is to ensure that all stakeholders are equipped to assess the effectiveness of their initiatives and that the overall Strategy is continuously informed by robust evidence and evaluation.
Procedure identifier : 85f6819c-a5e7-4ac4-8a34-b75008f66b5e
Previous notice : 2ec412bd-a469-4b0b-9e5c-b2dabb416b0d-02
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 200 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Request for Tenders for the provision of an Evaluation Framework and External Evaluation Services for Financial Education Policy and Initiatives
Description : In summary, the Services comprise: • Advising on the development and use of toolkits to assess the impact of financial education initiatives, incorporating both quantitative and qualitative methodologies. • Supporting the definition of measurable goals, indicators, and KPIs for individual initiatives and the overall National Financial Literacy Strategy (“the Strategy”). • Recommending best practices for monitoring and data collection, ensuring consistency and comparability across stakeholders. • Providing guidance on the collection, analysis, and reporting of data to track performance and measure outcomes. • Conducting external evaluations of selected initiatives and/or the overall Strategy, as required. • Ensuring that the evaluation framework is practical, scalable, and aligned with national and international best practices in financial education. The aim is to ensure that all stakeholders are equipped to assess the effectiveness of their initiatives and that the overall Strategy is continuously informed by robust evidence and evaluation.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 200 000 Euro

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Quality
Description : 1. Quality of Proposal including: a) Understanding of Requirements b) Methodology and Approach c) Proposed Team: Experience and Approach d) Project Management and Delivery 2. Environmental Sustainability Considerations and Service Delivery
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 75
Criterion :
Type : Cost
Description : cost of services
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25

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 : Competition and Consumer Protection Commission (CCPC)
Organisation providing more information on the review procedures : The High Court of Ireland

6. Results

Value of all contracts awarded in this notice : 200 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Quality Matters Ltd
Tender :
Tender identifier : 000127314
Identifier of lot or group of lots : LOT-0001
Value of the tender : 200 000 Euro
Subcontracting : No
Contract information :
Identifier of the contract : 424624
Date on which the winner was chosen : 28/08/2025
Date of the conclusion of the contract : 22/09/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 3

8. Organisations

8.1 ORG-0001

Official name : Competition and Consumer Protection Commission (CCPC)
Registration number : 0000
Postal address : Bloom House, Railway Street
Town : Dublin
Postcode : D01 C576
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 014015513
Internet address : https://www.ccpc.ie
Buyer profile : https://www.ccpc.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Quality Matters Ltd
Size of the economic operator : Micro, small, or medium
Registration number : 521103
Postal address : 24 Mountjoy Square East
Town : Dublin 1
Postcode : D01 VP29
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 018270030
Internet address : www.qualitymatters.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

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-0004

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 : ce5c34c0-8e11-4b9f-903d-ee0b1459a7a5 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 24/09/2025 10:36 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00629427-2025
OJ S issue number : 184/2025
Publication date : 25/09/2025