The Central Bank intends to establish a Framework Agreement, comprising of two (2) Lots, for the delivery of a range of expert consultancy services connected with the recovery and resolution frameworks. The types of services that are likely to be required after the framework agreements have been established will be connected with the Bank Recovery and Resolution Directive 2014/59/EU (โBRRDโ) for lot 1 and the Insurance Recovery and Resolution Directive (2025/1/EU) (โIRRDโ) for lot 2. With regard to the IRRD, although it entered to force in January 2025, there is a two year time period for Member States to transpose the IRRD into National law . It is anticipated that the Central Bank will require that the successful Framework Members provide support and subject matter expertise across a range of requirements. Tenderers may submit responses for either Lot 1, Lot 2 or Lot 1 and 2 but are not obliged to submit for both of Lot 1 and Lot 2. Tenderers are referred to the ITT attached to the eTenders Notice for further details.
Deadline
The time limit for receipt of tenders was 2025-09-10.
The procurement was published on 2025-07-31.
Contract notice (2025-07-31) Object Scope of the procurement
Title: Provision of Crisis Management and Resolution Services to The Central Bank of Ireland
Reference number: 2024P167
Short description:
โThe Central Bank intends to establish a Framework Agreement, comprising of two (2) Lots, for the delivery of a range of expert consultancy services...โ
Short description
The Central Bank intends to establish a Framework Agreement, comprising of two (2) Lots, for the delivery of a range of expert consultancy services connected with the recovery and resolution frameworks. The types of services that are likely to be required after the framework agreements have been established will be connected with the Bank Recovery and Resolution Directive 2014/59/EU (โBRRDโ) for lot 1 and the Insurance Recovery and Resolution Directive (2025/1/EU) (โIRRDโ) for lot 2. With regard to the IRRD, although it entered to force in January 2025, there is a two year time period for Member States to transpose the IRRD into National law . It is anticipated that the Central Bank will require that the successful Framework Members provide support and subject matter expertise across a range of requirements.
Tenderers may submit responses for either Lot 1, Lot 2 or Lot 1 and 2 but are not obliged to submit for both of Lot 1 and Lot 2.
Tenderers are referred to the ITT attached to the eTenders Notice for further details.
Show more
Type of contract: Services
Products/services: Financial and insurance services๐ฆ
Estimated value excluding VAT: 20 000 000 EUR ๐ฐ
Information about lots
This contract is divided into lots โ
Maximum number of lots that may be awarded to one tenderer: 2
Tenders may be submitted for maximum number of lots: 2
Tenders may be submitted for all lots โ
1๏ธโฃ
Description of the procurement:
โThe Central Bank intends to establish a Framework Agreement, comprising of two (2) Lots, for the delivery of a range of expert consultancy services...โ
Description of the procurement
The Central Bank intends to establish a Framework Agreement, comprising of two (2) Lots, for the delivery of a range of expert consultancy services connected with the recovery and resolution frameworks. The types of services that are likely to be required after the framework agreements have been established will be connected with the Bank Recovery and Resolution Directive 2014/59/EU (โBRRDโ) for lot 1.
It is anticipated that the general scope of services that will be required under Lot 1 will relate to the delivery of a wide range of consultancy services connected with Financial Service Provider (FSP) balance sheet assessments, liquidity, capital adequacy and valuation work including the following:
a) Data Integrity Verification
b) Asset Quality Reviews, Balance sheet assessments, Capital and liquidity assessments
c) Valuation in accordance with the BRRD
d) Quantitative Analysis
e) Crisis Management
f) Resolution Planning, Execution and related Support Work
g) Capital Markets and M&A Advisory Services
Tenderers are referred to the ITT attached to the eTenders Notice for further details.
Show more
Additional products/services: Banking services๐ฆ
Additional products/services: Business and management consultancy and related services๐ฆ
Additional products/services: Crisis management services๐ฆ
Additional products/services: Financial management consultancy services๐ฆ
Place of performance: Dublin๐๏ธ
Duration: 4 (YEAR)
The time frame below is expressed in number of years.
Award criteria
Price โ
Price (weighting): 35
Quality criterion (name): Quality of Proposed Methodology and Approach for the Delivery of the specified services
Quality criterion (weighting): 15
Quality criterion (name): Quality and Relevant Experience of Proposed Resources
Quality criterion (weighting): 50
Title
Lot Identification Number: LOT-0001
2๏ธโฃ
Description of the procurement:
โThe Central Bank intends to establish a Framework Agreement, comprising of two (2) Lots, for the delivery of a range of expert consultancy services...โ
Description of the procurement
The Central Bank intends to establish a Framework Agreement, comprising of two (2) Lots, for the delivery of a range of expert consultancy services connected with the recovery and resolution frameworks.
The types of services that are likely to be required after the framework agreements have been established will be connected with the Insurance Recovery and Resolution Directive (2025/1/EU) (โIRRDโ) for lot 2. With regard to the IRRD, although it entered to force in January 2025, there is a two year time period for Member States to transpose the IRRD into National law .
It is anticipated that the general scope of the services that will be required under Lot 2 will relate to the delivery of a wide range of insurance related consultancy services, including the following:
a) Actuarial Valuation of an insurance/reinsurance entity
b) Assessment of adequacy of Solvency II technical provisions
c) Quantitative Analysis
d) Crisis Management
e) Resolution Planning, Execution and related Support Work
f) Capital Markets and M&A Advisory Services
g) Capital modelling under Solvency II
Tenderers are referred to the ITT attached to the eTenders Notice for further details.
Show more Title
Lot Identification Number: LOT-0002
Procedure Type of procedure
Open procedure โ Administrative information
Time limit for receipt of tenders or requests to participate: 2025-09-10 12:00:00 ๐
Conditions for opening of tenders: 2025-09-10 12:30:00 ๐
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=5638684
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Minimum time frame during which the tenderer must maintain the tender: 6
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator โ
โThe figure in the estimated value section represents the Central Bankโs best estimate of the anticipated maximum value, but it is not possible to be...โ
The figure in the estimated value section represents the Central Bankโs best estimate of the anticipated maximum value, but it is not possible to be definitive in this regard
by virtue of nature of the services. These figures represent an estimate only and do not amount to a guarantee that any purchases will be made pursuant to the Framework or any contracts thereunder. The total value may be significantly lower, or indeed significantly higher than the figures in the estimated value section.
Tenderers are referred to C. 6 of APPENDIX 2 - TENDERERโS STATEMENT, in the ITT, for further information on the Tender Validity Period.
Show more Review body
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐ Service from which information about the review procedure may be obtained
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐ Review procedure
Precise information on deadline(s) for review procedures:
โ14 days from issue of standstill letterโ Information about electronic workflows
Electronic invoicing will be accepted
Electronic ordering will be used
Electronic payment will be used
Source: OJS 2025/S 146-506790 (2025-07-31)