Provision of Crisis Management and Resolution Services to The 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 …

CPV: 66000000 Finanční a pojišťovací služby, 66110000 Bankovnictví, 79400000 Podnikatelské a manažerské poradenství a související služby, 79430000 Služby v oblasti řešení krizí, 79412000 Poradenství v oblasti finančního řízení
Termín:
10. září 2025 12:00
Typ lhůty:
Podání nabídky
Místo provedení:
Provision of Crisis Management and Resolution Services to The Central Bank of Ireland
Misto zadání:
Central Bank of Ireland
Číslo zakázky:
2024P167

1. Buyer

1.1 Buyer

Official name : Central Bank of Ireland
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Economic affairs

2. Procedure

2.1 Procedure

Title : Provision of Crisis Management and Resolution Services to The Central Bank of Ireland
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 (“BRRD”) for lot 1 and the Insurance Recovery and Resolution Directive (2025/1/EU) (“IRRD”) 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.
Procedure identifier : fc77a60d-5151-4bf7-b346-23f07a4454ee
Internal identifier : 2024P167
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66000000 Financial and insurance services
Additional classification ( cpv ): 66110000 Banking services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79430000 Crisis management services
Additional classification ( cpv ): 79412000 Financial management consultancy services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Euro
Maximum value of the framework agreement : 20 000 000 Euro

2.1.4 General information

Additional information : The figure in the estimated value section represents the Central Bank’s 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 - TENDERER’S STATEMENT, in the ITT, for further information on the Tender Validity Period.
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 : 2
The tenderer must submit tenders for all lots
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Services connected with the BRRD
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 (“BRRD”) 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.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66000000 Financial and insurance services
Additional classification ( cpv ): 66110000 Banking services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79430000 Crisis management services
Additional classification ( cpv ): 79412000 Financial management 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 : 10 000 000 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

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 35
Criterion :
Type : Quality
Description : Quality of Proposed Methodology and Approach for the Delivery of the specified services
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 15
Criterion :
Type : Quality
Description : Quality and Relevant Experience of Proposed Resources
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50

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 : 27/08/2025 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 : Not allowed
Deadline for receipt of tenders : 10/09/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 10/09/2025 12:30 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 12
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
Information about review deadlines : 14 days from issue of standstill letter
Organisation providing offline access to the procurement documents : Central Bank of Ireland
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Central Bank of Ireland
Organisation processing tenders : Central Bank of Ireland

5.1 Lot technical ID : LOT-0002

Title : Insurance Services connected with the IRRD
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 Insurance Recovery and Resolution Directive (2025/1/EU) (“IRRD”) 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.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66000000 Financial and insurance services
Additional classification ( cpv ): 66110000 Banking services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79430000 Crisis management services
Additional classification ( cpv ): 79412000 Financial management 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 : 10 000 000 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
Approach to reducing environmental impacts : Other
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Quality and Relevant Experience of Proposed Resources
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : Quality of Proposed Methodology and Approach for the Delivery of the specified services
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 15
Criterion :
Type : Price
Description : Price
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 35

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 : 27/08/2025 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 : Not allowed
Deadline for receipt of tenders : 10/09/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 10/09/2025 12:30 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 12
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
Information about review deadlines : 14 days from issue of standstill letter
Organisation providing offline access to the procurement documents : Central Bank of Ireland
Organisation receiving requests to participate : Central Bank of Ireland
Organisation processing tenders : Central Bank of Ireland

8. Organisations

8.1 ORG-0001

Official name : Central Bank of Ireland
Registration number : 6342077W
Postal address : New Wapping Street, North Wall Quay, Dublin 1
Town : Dublin
Postcode : D01 F7X3
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 (0) 1 2246000
Fax : +353 (0) 1 2245550
Internet address : http://www.centralbank.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 : 36dba4a0-7504-47b0-bd62-d2e402d437e3 - 02
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/07/2025 09:37 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00506790-2025
OJ S issue number : 146/2025
Publication date : 01/08/2025