Provision of Crisis Management and Resolution Services to The Central Bank of Ireland

Central Bank of Ireland

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 (โ€œBRRDโ€) for lot 1 and the Insurance Recovery and Resolution Directive (2025/1/EU) (โ€œIRRDโ€) 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.

Who?

What?

Where?
  • โ€ข Aฯ„ฯ„ฮนฮบฮฎ โ€บ ฮ’ฯŒฯฮตฮนฮฟฯ‚ ฮคฮฟฮผฮญฮฑฯ‚ ฮ‘ฮธฮทฮฝฯŽฮฝ
  • โ€ข Eastern and Midland โ€บ Dublin

Procurement history
Date Document
2025-07-31 Contract notice
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:
โ€œThe Central Bank intends to establish a Framework Agreement, comprising of two (2) Lots, for the delivery of a range of expert consultancy services...โ€    Show more
Type of contract: Services
Products/services: Financial and insurance services ๐Ÿ“ฆ
Estimated value excluding VAT: 20 000 000 EUR ๐Ÿ’ฐ
Information about lots
This contract is divided into lots โœ…
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 โœ…

1๏ธโƒฃ
Description of the procurement:
โ€œThe Central Bank intends to establish a Framework Agreement, comprising of two (2) Lots, for the delivery of a range of expert consultancy services...โ€    Show more
Additional products/services: Banking services ๐Ÿ“ฆ
Additional products/services: Business and management consultancy and related services ๐Ÿ“ฆ
Additional products/services: Crisis management services ๐Ÿ“ฆ
Additional products/services: Financial management consultancy services ๐Ÿ“ฆ
Place of performance: Dublin ๐Ÿ™๏ธ
Duration: 4 (YEAR)
The time frame below is expressed in number of years.
Award criteria
Price โœ…
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๏ธโƒฃ
Description of the procurement:
โ€œThe Central Bank intends to establish a Framework Agreement, comprising of two (2) Lots, for the delivery of a range of expert consultancy services...โ€    Show more
Title
Lot Identification Number: LOT-0002

Procedure
Type of procedure
Open procedure โœ…
Administrative information
Time limit for receipt of tenders or requests to participate: 2025-09-10 12:00:00 ๐Ÿ“…
Conditions for opening of tenders: 2025-09-10 12:30:00 ๐Ÿ“…
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 ๐Ÿ—ฃ๏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 โœ…

Contracting authority
Name and addresses
Name: Central Bank of Ireland
National registration number: 6342077W
Postal address: New Wapping Street, North Wall Quay, Dublin 1
Postal code: D01 F7X3
Postal town: Dublin
Region: Dublin ๐Ÿ™๏ธ
Country: Ireland ๐Ÿ‡ฎ๐Ÿ‡ช
E-mail: tenders2@centralbank.ie ๐Ÿ“ง
Phone: +353 (0) 1 2246000 ๐Ÿ“ž
Fax: +353 (0) 1 2245550 ๐Ÿ“ 
URL: http://www.centralbank.ie ๐ŸŒ
Address of the buyer profile: http://www.centralbank.ie ๐ŸŒ
Type of the contracting authority
Body governed by public law
Main activity
Economic and financial affairs
Communication
Documents URL: https://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=5638684 ๐ŸŒ
Participation URL: https://www.etenders.gov.ie/epps/cft/viewTenders.do?resourceId=5638684 ๐ŸŒ

Complementary information
Additional information

โ€œThe figure in the estimated value section represents the Central Bankโ€™s best estimate of the anticipated maximum value, but it is not possible to be...โ€    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: Dublin ๐Ÿ™๏ธ
Country: Ireland ๐Ÿ‡ฎ๐Ÿ‡ช
E-mail: highcourtcentraloffice@courts.ie ๐Ÿ“ง
Phone: +353 1 8886000 ๐Ÿ“ž
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: Dublin ๐Ÿ™๏ธ
Country: Ireland ๐Ÿ‡ฎ๐Ÿ‡ช
E-mail: highcourtcentraloffice@courts.ie ๐Ÿ“ง
Phone: +353 1 8886000 ๐Ÿ“ž
Review procedure
Precise information on deadline(s) for review procedures:
โ€œ14 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)