Tender for facility management services (Hard Services) at Ørsted Sites

The scope of Services includes preventive maintenance and corrective maintenance, including other service-related and ad hoc-tasks, as well as project management services and execution of minor projects, within the following Service Lines: • Mechanical • Electrical • Plumbing • Fabric • Fittings • Equipment • Fire & Safety • Fencing …

CPV: 50700000 Reparatur und Wartung von Einrichtungen in Gebäuden, 50000000 Reparatur- und Wartungsdienste, 50710000 Reparatur und Wartung von elektrischen und mechanischen Einrichtungen in Gebäuden, 50711000 Reparatur und Wartung von elektrischen Einrichtungen in Gebäuden, 50712000 Reparatur und Wartung von mechanischen Einrichtungen in Gebäuden, 50720000 Reparatur und Wartung von Zentralheizungen, 50730000 Reparatur und Wartung von Kühlgruppen, 50750000 Wartung von Aufzugsanlagen, 50800000 Diverse Reparatur- und Wartungsdienste, 45300000 Bauinstallationsarbeiten, 45310000 Installation von elektrischen Leitungen, 45330000 Installateurarbeiten, 45340000 Installation von Zäunen, Geländern und Sicherheitseinrichtungen, 45320000 Abdichtungs- und Dämmarbeiten, 45350000 Maschinentechnische Installationen, 45400000 Baufertigstellung, 45410000 Putzarbeiten, 45420000 Bautischlerei-Einbauarbeiten, 45430000 Bodenbelags- und Wandverkleidungsarbeiten, 45440000 Anstrich- und Verglasungsarbeiten, 45450000 Sonstige Baufertigstellungsarbeiten, 51100000 Installation von elektrischen und mechanischen Einrichtungen, 79993000 Gebäude- und Betriebsmittelverwaltung, 79993100 Betriebsmittelverwaltung, 45261900 Dachreparatur und Dachwartung, 71200000 Dienstleistungen von Architekturbüros, 71300000 Dienstleistungen von Ingenieurbüros, 71500000 Dienstleistungen im Bauwesen, 71540000 Bauverwaltungsleistungen, 71541000 Projektmanagement im Bauwesen, 71220000 Architekturentwurf, 71221000 Dienstleistungen von Architekturbüros bei Gebäuden, 71320000 Planungsleistungen im Bauwesen, 71321000 Technische Planungsleistungen für maschinen- und elektrotechnische Gebäudeanlagen, 71330000 Verschiedene von Ingenieuren erbrachte Dienstleistungen, 44000000 Baukonstruktionen und Baustoffe; Bauhilfsprodukte (elektrische Apparate ausgenommen), 44100000 Baustoffe und Zubehör, 44200000 Bauerzeugnisse, 44300000 Kabel, Draht und zugehörige Erzeugnisse, 44400000 Diverse vorgefertigte Erzeugnisse und zugehörige Artikel, 44500000 Werkzeug, Schlösser, Schlüssel, Scharniere, Verbindungselemente, Ketten und Federn, 44600000 Tanks, Sammelbehälter und Container; Heizkörper und Heizkessel für Zentralheizungen, 44800000 Anstrichfarben, Lacke und Mastixharze, 44900000 Bausteine, Kalkstein, Gips und Kiefer, 50413200 Reparatur und Wartung von Feuerlöschanlagen, 39300000 Diverse Ausrüstungen
Ausführungsort:
Tender for facility management services (Hard Services) at Ørsted Sites
Vergabestelle:
Ørsted Services A/S
Vergabenummer:
Lot 1 (Central Europe)

1. Buyer

1.1 Buyer

Official name : Ørsted Services A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Ørsted Group
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Ørsted A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Ørsted Horns Rev 2 A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Ørsted Wind Power A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Orsted (UK) Limited
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Mooir Vannin Offshore Wind Farm Limited
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Orsted Onshore Ireland Midco Limited
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Orsted Germany GmbH
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Orsted Polska Sp. z o.o.
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Orsted Wind Power Netherlands B.V.
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Ørsted Bioenergy & Thermal Power A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Tender for facility management services (Hard Services) at Ørsted Sites
Description : The scope of Services includes preventive maintenance and corrective maintenance, including other service-related and ad hoc-tasks, as well as project management services and execution of minor projects, within the following Service Lines: • Mechanical • Electrical • Plumbing • Fabric • Fittings • Equipment • Fire & Safety • Fencing & Gates
Procedure identifier : b7c1d0f1-3835-452e-8827-8ea7c58efbcc
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works, Supplies
Main classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50710000 Repair and maintenance services of electrical and mechanical building installations
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 50712000 Repair and maintenance services of mechanical building installations
Additional classification ( cpv ): 50720000 Repair and maintenance services of central heating
Additional classification ( cpv ): 50730000 Repair and maintenance services of cooler groups
Additional classification ( cpv ): 50750000 Lift-maintenance services
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45340000 Fencing, railing and safety equipment installation work
Additional classification ( cpv ): 45320000 Insulation work
Additional classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 45400000 Building completion work
Additional classification ( cpv ): 45410000 Plastering work
Additional classification ( cpv ): 45420000 Joinery and carpentry installation work
Additional classification ( cpv ): 45430000 Floor and wall covering work
Additional classification ( cpv ): 45440000 Painting and glazing work
Additional classification ( cpv ): 45450000 Other building completion work
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 79993000 Building and facilities management services
Additional classification ( cpv ): 79993100 Facilities management services
Additional classification ( cpv ): 45261900 Roof repair and maintenance work
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 71220000 Architectural design services
Additional classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71330000 Miscellaneous engineering services
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 44100000 Construction materials and associated items
Additional classification ( cpv ): 44200000 Structural products
Additional classification ( cpv ): 44300000 Cable, wire and related products
Additional classification ( cpv ): 44400000 Miscellaneous fabricated products and related items
Additional classification ( cpv ): 44500000 Tools, locks, keys, hinges, fasteners, chain and springs
Additional classification ( cpv ): 44600000 Tanks, reservoirs and containers; central-heating radiators and boilers
Additional classification ( cpv ): 44800000 Paints, varnishes and mastics
Additional classification ( cpv ): 44900000 Stone for construction, limestone, gypsum and slate
Additional classification ( cpv ): 50413200 Repair and maintenance services of firefighting equipment
Additional classification ( cpv ): 39300000 Miscellaneous equipment

2.1.2 Place of performance

Anywhere in the European Economic Area
Additional information : Cross-border scope split into three lots. Lot 1: Germany, Poland, Netherlands. Lot 2: United Kingdom, Ireland and Isle of Man. Lot 3: Denmark. Definition of Ørsted Group: "Ørsted Group" means all Affiliates who are directly or indirectly controlled by Ørsted A/S. Please see sections 1.1 and 8.1 regarding the entity "Ørsted Group". The registration number for “Ørsted Group”, as listed in section 8.1, is inserted for technical reasons but is not an actual registration number. Value of the lots: Lot 1: The estimated value, total duration is 88.000.000 DKK. The maximum value, total duration is 176.000.000 DKK. Lot 2: The estimated value, total duration is 136.000.000 DKK. The maximum value, total duration is 272.000.000 DKK. Lot 3: The estimated value, total duration is 264.000.000 DKK. The maximum value value, total duration is 528.000.000 DKK.

2.1.3 Value

Estimated value excluding VAT : 488 000 000 Danish krone
Maximum value of the framework agreement : 976 000 000 Danish krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Applicable cross-border law : The governing law of the tender procedure is Danish public procurement law

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 3
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Tender for facility management services (Hard Services) at Ørsted Sites, Lot 1 (Central Europe)
Description : Lot 1 (Central Europe) consists of the following countries: • Germany • Poland • The Netherlands The scope of Services includes preventive maintenance and corrective maintenance, including other service-related and ad hoc-tasks, as well as project management services and execution of minor projects, within the following Service Lines: • Mechanical • Electrical • Plumbing • Fabric • Fittings • Equipment • Fire & Safety • Fencing & Gates
Internal identifier : Lot 1 (Central Europe)

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works, Supplies
Main classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50710000 Repair and maintenance services of electrical and mechanical building installations
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 50712000 Repair and maintenance services of mechanical building installations
Additional classification ( cpv ): 50720000 Repair and maintenance services of central heating
Additional classification ( cpv ): 50730000 Repair and maintenance services of cooler groups
Additional classification ( cpv ): 50750000 Lift-maintenance services
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45340000 Fencing, railing and safety equipment installation work
Additional classification ( cpv ): 45320000 Insulation work
Additional classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 45400000 Building completion work
Additional classification ( cpv ): 45410000 Plastering work
Additional classification ( cpv ): 45420000 Joinery and carpentry installation work
Additional classification ( cpv ): 45430000 Floor and wall covering work
Additional classification ( cpv ): 45440000 Painting and glazing work
Additional classification ( cpv ): 45450000 Other building completion work
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 79993000 Building and facilities management services
Additional classification ( cpv ): 79993100 Facilities management services
Additional classification ( cpv ): 45261900 Roof repair and maintenance work
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 71220000 Architectural design services
Additional classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71330000 Miscellaneous engineering services
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 44100000 Construction materials and associated items
Additional classification ( cpv ): 44200000 Structural products
Additional classification ( cpv ): 44300000 Cable, wire and related products
Additional classification ( cpv ): 44400000 Miscellaneous fabricated products and related items
Additional classification ( cpv ): 44500000 Tools, locks, keys, hinges, fasteners, chain and springs
Additional classification ( cpv ): 44600000 Tanks, reservoirs and containers; central-heating radiators and boilers
Additional classification ( cpv ): 44800000 Paints, varnishes and mastics
Additional classification ( cpv ): 44900000 Stone for construction, limestone, gypsum and slate
Additional classification ( cpv ): 50413200 Repair and maintenance services of firefighting equipment
Additional classification ( cpv ): 39300000 Miscellaneous equipment
Options :
Description of the options : Options to extend the Framework Agreement: 2 x 2 years

5.1.2 Place of performance

Country : Germany
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Poland
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Netherlands
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/12/2025
Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Options to extend the Framework Agreement: 2 x 2 years

5.1.5 Value

Estimated value excluding VAT : 88 000 000 Danish krone
Maximum value of the framework agreement : 176 000 000 Danish krone

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
Additional information : Please note the start date is only indicative and is subject to change. Value of Lot 1: The estimated value, total duration is 88.000.000 DKK. The maximum value, total duration is 176.000.000 DKK.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : 4 Applicants will be prequalified for each lot. If the number of Applicants applying for prequalification exceeds the number set out above, prequalification will be based on an evaluation of the following criteria with the weights specified below: Economic and financial capacity: 30 % Experience: 70 % "Economic and Financial Capacity", weight 30 %: The Applicant is encouraged to provide the following figures based on the latest two signed and approved annual reports: - Turnover (revenue) - Earnings before tax (EBT) - Current assets - Total assets (sum of all assets) - Total shareholder’s equity (equity including minority shares) - Current liabilities - Intangible assets - Inventories - Trade receivables - Cash and cash equivalents - Trade payables - Total interest-bearing debt (bank loans, borrowings, draw on revolving credit facilities and corporate bonds). The evaluation of the Applicant’s economic and financial capacity will be based upon the information submitted and will be an assessment of the following three areas (in prioritized order), all for the latest signed and approved annual report unless otherwise mentioned below: (a) Capital structure, in prioritized order (but where the two items marked with a * have equal priority) consisting of: - Estimated yearly value of the framework agreement to equity, - Solvency ratio (equity / total assets), - Change of Tangible Net Worth, (equity less intangible assets) (based on both signed and approved annual reports) and - Debt to equity* - Debt to earnings* (b) Liquidity, in prioritized order (but where the two items marked with a * have equal priority) consisting of: - Current ratio (current assets / current liabilities) - Average working capital turnover (Turnover (Revenue)/Average working capital) (working capital calculated as the sum of inventories, trade receivables and cash and cash equivalents, subtracting trade payables) (based on both signed and approved annual reports)* - Current ratio (the oldest of the two latest signed and approved annual reports)* (c) Profitability. (The two criteria have equal priority) : - Earnings before tax to total assets, - Earnings before tax margin (Earnings before tax (EBT) / Turnover (revenue) (based on both signed and approved annual reports). For further details of the selection criterion, please refer to Section 6.6.4 of the Tender Conditions.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified services
Description : 4 Applicants will be prequalified for each lot. If the number of Applicants applying for prequalification exceeds the number set out above, prequalification will be based on an evaluation of the following criteria with the weights specified below: Economic and financial capacity: 30 % Experience: 70 % "Experience", weight 70 %: A maximum of five (5) references can be submitted per lot. If more references are submitted, only the five most recent references will be considered. The most recent references will be determined based on the start date. The Applicant is encouraged to provide the following information for each reference about the Applicant’s experience with the Services described in Section 4.1.2 of the Tender Conditions. • Title of reference • Name of the reference customer • Name and email address of contact at reference customer • Description of the reference customer • Location of the sites at which the Applicant delivered the services to the reference customer • Average contract value per year (preferably in DKK) • Contract duration, start date (month/year) and end date (month/year or ongoing) • Description of the Services delivered to the customer within the contract. Please specify which Services and Service Lines based on Section 4.1.2 of the Tender Conditions. The Applicant’s experience will be based on the information submitted in accordance with Section 6.6.5.1.1 of the Tender Conditions and will be an overall assessment of: Similarity to the Contract, cf. Section 4.1.2 of the Tender Conditions, in particular the following elements: (a) Delivery of services similar to the Services listed in Section 4.1.2 of the Tender Conditions to the highest possible degree (b) Delivery of services to a customer similar to the Contracting Entity, based on the number of sites, location of the sites and number of employees (c) References equivalent to or larger in value than the scope of the Framework Agreement the Contracting Entity is tendering for. For further details of the selection criterion, please refer to Section 6.6.5 of the Tender Conditions.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Evaluated Price
Description : The most economically advantages tender shall be identified on the basis of the best price-quality ratio as further described in the tender material.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : The most economically advantages tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Sustainability
Description : The most economically advantages tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Transition and Establishment of the Relationship
Description : The most economically advantages tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 14/04/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 01/04/2025 12:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Local Services Agreements and Project Call-offs will be entered into between the Contracting Entity’s Affiliates and the awarded Tenderer’s affiliates in the respective countries. The awarded Tenderer is responsible for the performance of its affiliates, as well as its sub-contractors and/or its affiliates’ subcontractors under Local Services Agreements and Project Call-offs. Please refer to the draft Master Services Agreement included in the tender material.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic payment will be used : yes
Financial arrangement : The details of the financial arrangements is described in the tender material, see Schedule 14 (Pricing Model), Part 5 (Invoicing, Payment terms etc.)

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Additional buyer coverage : All affiliates of the Contracting entities. Affiliates is defined in the contract and means any person(s) which is directly or indirectly controlling, controlled or under common control with Ørsted Services A/S. All Contracting Entities mentioned by name is Affiliates to Ørsted Services A/S but is also explicitly mentioned by name, but the definition comprise more entities than the ones explicitly mentioned by name as further described in this section and in the List of Contracting Entities, the Master Services Agreeement and Schedule 1; “control” meaning the power to direct the management of such person (directly or indirectly), alone or jointly, whether through ownership of securities, by contract or otherwise, and shall be presumed to exist in relation to a controlled person when another person holds: (a) a majority of the voting rights at general meetings or an equivalent governance forum; (b) the right to control a majority of the voting rights by virtue of an agreement; (c) the right to direct the financial and operational management by virtue of articles of association or agreement; or (d) the right to appoint or remove the majority of the members of the management board, supervisory board or equivalent bodies. Ørsted establish new Affiliates on an ongoing basis. Any new Affiliate will also become a Contracting Entity under the Contract. Ørsted Group and its Affiliates develops, construct and operate offshore and onshore wind farms, solar farms, energy storage facilities, and bioenergy plants, provides energy products to its customers and construct and operate carbon capture facilities and related activities as well as CO2 storages.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud, Nævnenes Hus -
Information about review deadlines : Complaints about not having been pre-qualified must be filed with the Complainants Board for Public Procurement (Klagenævnet for Udbud) within 20 (twenty) calendar days from the day after the day when the Contracting Entity has notified the applicants in question about the result of the pre-qualification, provided that the notification contains a short statement of relevant reasoning behind the decision. The complainant must notify the Contracting Entity in writing of the filing at the latest when complaint is filed. There is no deadline for the Complaints Board’s review of a complaint about the result of the pre-qualification."
Organisation providing additional information about the procurement procedure : Ørsted Services A/S -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation receiving requests to participate : Ørsted Services A/S -
Organisation processing tenders : Ørsted Services A/S -

5.1 Lot technical ID : LOT-0002

Title : Tender for facility management services (Hard Services) at Ørsted Sites, Lot 2 (UK and Ireland)
Description : Lot 2 (UK and Ireland) consists of the following countries: • United Kingdom • Ireland • Isle of Man The scope of Services includes preventive maintenance and corrective maintenance, including other service-related and ad hoc-tasks, as well as project management services and execution of minor projects, within the following Service Lines: • Mechanical • Electrical • Plumbing • Fabric • Fittings • Equipment • Fire & Safety • Fencing & Gates
Internal identifier : Lot 2 (UK and Ireland)

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works, Supplies
Main classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50710000 Repair and maintenance services of electrical and mechanical building installations
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 50712000 Repair and maintenance services of mechanical building installations
Additional classification ( cpv ): 50720000 Repair and maintenance services of central heating
Additional classification ( cpv ): 50730000 Repair and maintenance services of cooler groups
Additional classification ( cpv ): 50750000 Lift-maintenance services
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45340000 Fencing, railing and safety equipment installation work
Additional classification ( cpv ): 45320000 Insulation work
Additional classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 45400000 Building completion work
Additional classification ( cpv ): 45410000 Plastering work
Additional classification ( cpv ): 45420000 Joinery and carpentry installation work
Additional classification ( cpv ): 45430000 Floor and wall covering work
Additional classification ( cpv ): 45440000 Painting and glazing work
Additional classification ( cpv ): 45450000 Other building completion work
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 79993000 Building and facilities management services
Additional classification ( cpv ): 79993100 Facilities management services
Additional classification ( cpv ): 45261900 Roof repair and maintenance work
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 71220000 Architectural design services
Additional classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71330000 Miscellaneous engineering services
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 44100000 Construction materials and associated items
Additional classification ( cpv ): 44200000 Structural products
Additional classification ( cpv ): 44300000 Cable, wire and related products
Additional classification ( cpv ): 44400000 Miscellaneous fabricated products and related items
Additional classification ( cpv ): 44500000 Tools, locks, keys, hinges, fasteners, chain and springs
Additional classification ( cpv ): 44600000 Tanks, reservoirs and containers; central-heating radiators and boilers
Additional classification ( cpv ): 44800000 Paints, varnishes and mastics
Additional classification ( cpv ): 44900000 Stone for construction, limestone, gypsum and slate
Additional classification ( cpv ): 50413200 Repair and maintenance services of firefighting equipment
Additional classification ( cpv ): 39300000 Miscellaneous equipment
Options :
Description of the options : Options to extend the Framework Agreement: 2 x 2 years

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Isle of Man
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/12/2025
Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Options to extend the Framework Agreement: 2 x 2 years

5.1.5 Value

Estimated value excluding VAT : 136 000 000 Danish krone
Maximum value of the framework agreement : 272 000 000 Danish krone

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
Additional information : Please note the start date is only indicative and is subject to change. Value of Lot 2: The estimated value, total duration is 136.000.000 DKK. The maximum value, total duration is 272.000.000 DKK.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : 4 Applicants will be prequalified for each lot. If the number of Applicants applying for prequalification exceeds the number set out above, prequalification will be based on an evaluation of the following criteria with the weights specified below: Economic and financial capacity: 30 % Experience: 70 % "Economic and Financial Capacity", weight 30 %: The Applicant is encouraged to provide the following figures based on the latest two signed and approved annual reports: - Turnover (revenue) - Earnings before tax (EBT) - Current assets - Total assets (sum of all assets) - Total shareholder’s equity (equity including minority shares) - Current liabilities - Intangible assets - Inventories - Trade receivables - Cash and cash equivalents - Trade payables - Total interest-bearing debt (bank loans, borrowings, draw on revolving credit facilities and corporate bonds). The evaluation of the Applicant’s economic and financial capacity will be based upon the information submitted and will be an assessment of the following three areas (in prioritized order), all for the latest signed and approved annual report unless otherwise mentioned below: (a) Capital structure, in prioritized order (but where the two items marked with a * have equal priority) consisting of: - Estimated yearly value of the framework agreement to equity, - Solvency ratio (equity / total assets), - Change of Tangible Net Worth, (equity less intangible assets) (based on both signed and approved annual reports) and - Debt to equity* - Debt to earnings* (b) Liquidity, in prioritized order (but where the two items marked with a * have equal priority) consisting of: - Current ratio (current assets / current liabilities) - Average working capital turnover (Turnover (Revenue)/Average working capital) (working capital calculated as the sum of inventories, trade receivables and cash and cash equivalents, subtracting trade payables) (based on both signed and approved annual reports)* - Current ratio (the oldest of the two latest signed and approved annual reports)* (c) Profitability. (The two criteria have equal priority) : - Earnings before tax to total assets, - Earnings before tax margin (Earnings before tax (EBT) / Turnover (revenue) (based on both signed and approved annual reports). For further details of the selection criterion, please refer to Section 6.6.4 of the Tender Conditions.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified services
Description : 4 Applicants will be prequalified for each lot. If the number of Applicants applying for prequalification exceeds the number set out above, prequalification will be based on an evaluation of the following criteria with the weights specified below: Economic and financial capacity: 30 % Experience: 70 % "Experience", weight 70 %: A maximum of five (5) references can be submitted per lot. If more references are submitted, only the five most recent references will be considered. The most recent references will be determined based on the start date. The Applicant is encouraged to provide the following information for each reference about the Applicant’s experience with the Services described in Section 4.1.2 of the Tender Conditions. • Title of reference • Name of the reference customer • Name and email address of contact at reference customer • Description of the reference customer • Location of the sites at which the Applicant delivered the services to the reference customer • Average contract value per year (preferably in DKK) • Contract duration, start date (month/year) and end date (month/year or ongoing) • Description of the Services delivered to the customer within the contract. Please specify which Services and Service Lines based on Section 4.1.2 of the Tender Conditions. The Applicant’s experience will be based on the information submitted in accordance with Section 6.6.5.1.1 of the Tender Conditions and will be an overall assessment of: Similarity to the Contract, cf. Section 4.1.2 of the Tender Conditions, in particular the following elements: (a) Delivery of services similar to the Services listed in Section 4.1.2 of the Tender Conditions to the highest possible degree (b) Delivery of services to a customer similar to the Contracting Entity, based on the number of sites, location of the sites and number of employees (c) References equivalent to or larger in value than the scope of the Framework Agreement the Contracting Entity is tendering for. For further details of the selection criterion, please refer to Section 6.6.5 of the Tender Conditions.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Evaluated Price
Description : The most economically advantages tender shall be identified on the basis of the best price-quality ratio as further described in the tender material.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : The most economically advantages tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Sustainability
Description : The most economically advantages tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Transition and Establishment of the Relationship
Description : The most economically advantages tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 14/04/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 01/04/2025 12:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Local Services Agreements and Project Call-offs will be entered into between the Contracting Entity’s Affiliates and the awarded Tenderer’s affiliates in the respective countries. The awarded Tenderer is responsible for the performance of its affiliates, as well as its sub-contractors and/or its affiliates’ subcontractors under Local Services Agreements and Project Call-offs. Please refer to the draft Master Services Agreement included in the tender material.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic payment will be used : yes
Financial arrangement : The details of the financial arrangements is described in the tender material, see Schedule 14 (Pricing Model), Part 5 (Invoicing, Payment terms etc.)

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Additional buyer coverage : All affiliates of the Contracting entities. Affiliates is defined in the contract and means any person(s) which is directly or indirectly controlling, controlled or under common control with Ørsted Services A/S. All Contracting Entities mentioned by name is Affiliates to Ørsted Services A/S but is also explicitly mentioned by name, but the definition comprise more entities than the ones explicitly mentioned by name as further described in this section and in the List of Contracting Entities, the Master Services Agreeement and Schedule 1; “control” meaning the power to direct the management of such person (directly or indirectly), alone or jointly, whether through ownership of securities, by contract or otherwise, and shall be presumed to exist in relation to a controlled person when another person holds: (a) a majority of the voting rights at general meetings or an equivalent governance forum; (b) the right to control a majority of the voting rights by virtue of an agreement; (c) the right to direct the financial and operational management by virtue of articles of association or agreement; or (d) the right to appoint or remove the majority of the members of the management board, supervisory board or equivalent bodies. Ørsted establish new Affiliates on an ongoing basis. Any new Affiliate will also become a Contracting Entity under the Contract. Ørsted Group and its Affiliates develops, construct and operate offshore and onshore wind farms, solar farms, energy storage facilities, and bioenergy plants, provides energy products to its customers and construct and operate carbon capture facilities and related activities as well as CO2 storages.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud, Nævnenes Hus -
Information about review deadlines : Complaints about not having been pre-qualified must be filed with the Complainants Board for Public Procurement (Klagenævnet for Udbud) within 20 (twenty) calendar days from the day after the day when the Contracting Entity has notified the applicants in question about the result of the pre-qualification, provided that the notification contains a short statement of relevant reasoning behind the decision. The complainant must notify the Contracting Entity in writing of the filing at the latest when complaint is filed. There is no deadline for the Complaints Board’s review of a complaint about the result of the pre-qualification."
Organisation providing additional information about the procurement procedure : Ørsted Services A/S -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation receiving requests to participate : Ørsted Services A/S -
Organisation processing tenders : Ørsted Services A/S -

5.1 Lot technical ID : LOT-0003

Title : Tender for facility management services (Hard Services) at Ørsted Sites, Lot 3 (Nordics)
Description : Lot 3 (Nordics) consists of the following countries: • Denmark The scope of Services includes preventive maintenance and corrective maintenance, including other service-related and ad hoc-tasks, as well as project management services and execution of minor projects, within the following Service Lines: • Mechanical • Electrical • Plumbing • Fabric • Fittings • Equipment • Fire & Safety • Fencing & Gates
Internal identifier : Lot 3 (Nordics)

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works, Supplies
Main classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50710000 Repair and maintenance services of electrical and mechanical building installations
Additional classification ( cpv ): 50711000 Repair and maintenance services of electrical building installations
Additional classification ( cpv ): 50712000 Repair and maintenance services of mechanical building installations
Additional classification ( cpv ): 50720000 Repair and maintenance services of central heating
Additional classification ( cpv ): 50730000 Repair and maintenance services of cooler groups
Additional classification ( cpv ): 50750000 Lift-maintenance services
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45310000 Electrical installation work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45340000 Fencing, railing and safety equipment installation work
Additional classification ( cpv ): 45320000 Insulation work
Additional classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 45400000 Building completion work
Additional classification ( cpv ): 45410000 Plastering work
Additional classification ( cpv ): 45420000 Joinery and carpentry installation work
Additional classification ( cpv ): 45430000 Floor and wall covering work
Additional classification ( cpv ): 45440000 Painting and glazing work
Additional classification ( cpv ): 45450000 Other building completion work
Additional classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 79993000 Building and facilities management services
Additional classification ( cpv ): 79993100 Facilities management services
Additional classification ( cpv ): 45261900 Roof repair and maintenance work
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71540000 Construction management services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 71220000 Architectural design services
Additional classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71330000 Miscellaneous engineering services
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 44100000 Construction materials and associated items
Additional classification ( cpv ): 44200000 Structural products
Additional classification ( cpv ): 44300000 Cable, wire and related products
Additional classification ( cpv ): 44400000 Miscellaneous fabricated products and related items
Additional classification ( cpv ): 44500000 Tools, locks, keys, hinges, fasteners, chain and springs
Additional classification ( cpv ): 44600000 Tanks, reservoirs and containers; central-heating radiators and boilers
Additional classification ( cpv ): 44800000 Paints, varnishes and mastics
Additional classification ( cpv ): 44900000 Stone for construction, limestone, gypsum and slate
Additional classification ( cpv ): 50413200 Repair and maintenance services of firefighting equipment
Additional classification ( cpv ): 39300000 Miscellaneous equipment
Options :
Description of the options : Options to extend the Framework Agreement: 2 x 2 years

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/12/2025
Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Options to extend the Framework Agreement: 2 x 2 years

5.1.5 Value

Estimated value excluding VAT : 264 000 000 Danish krone
Maximum value of the framework agreement : 528 000 000 Danish krone

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
Additional information : Please note the start date is only indicative and is subject to change. Value of Lot 3: The estimated value, total duration is 264.000.000 DKK. The maximum value, total duration is 528.000.000 DKK.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : 4 Applicants will be prequalified for each lot. If the number of Applicants applying for prequalification exceeds the number set out above, prequalification will be based on an evaluation of the following criteria with the weights specified below: Economic and financial capacity: 30 % Experience: 70 % "Economic and Financial Capacity", weight 30 %: The Applicant is encouraged to provide the following figures based on the latest two signed and approved annual reports: - Turnover (revenue) - Earnings before tax (EBT) - Current assets - Total assets (sum of all assets) - Total shareholder’s equity (equity including minority shares) - Current liabilities - Intangible assets - Inventories - Trade receivables - Cash and cash equivalents - Trade payables - Total interest-bearing debt (bank loans, borrowings, draw on revolving credit facilities and corporate bonds). The evaluation of the Applicant’s economic and financial capacity will be based upon the information submitted and will be an assessment of the following three areas (in prioritized order), all for the latest signed and approved annual report unless otherwise mentioned below: (a) Capital structure, in prioritized order (but where the two items marked with a * have equal priority) consisting of: - Estimated yearly value of the framework agreement to equity, - Solvency ratio (equity / total assets), - Change of Tangible Net Worth, (equity less intangible assets) (based on both signed and approved annual reports) and - Debt to equity* - Debt to earnings* (b) Liquidity, in prioritized order (but where the two items marked with a * have equal priority) consisting of: - Current ratio (current assets / current liabilities) - Average working capital turnover (Turnover (Revenue)/Average working capital) (working capital calculated as the sum of inventories, trade receivables and cash and cash equivalents, subtracting trade payables) (based on both signed and approved annual reports)* - Current ratio (the oldest of the two latest signed and approved annual reports)* (c) Profitability. (The two criteria have equal priority) : - Earnings before tax to total assets, - Earnings before tax margin (Earnings before tax (EBT) / Turnover (revenue) (based on both signed and approved annual reports). For further details of the selection criterion, please refer to Section 6.6.4 of the Tender Conditions.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified services
Description : 4 Applicants will be prequalified for each lot. If the number of Applicants applying for prequalification exceeds the number set out above, prequalification will be based on an evaluation of the following criteria with the weights specified below: Economic and financial capacity: 30 % Experience: 70 % "Experience", weight 70 %: A maximum of five (5) references can be submitted per lot. If more references are submitted, only the five most recent references will be considered. The most recent references will be determined based on the start date. The Applicant is encouraged to provide the following information for each reference about the Applicant’s experience with the Services described in Section 4.1.2 of the Tender Conditions. • Title of reference • Name of the reference customer • Name and email address of contact at reference customer • Description of the reference customer • Location of the sites at which the Applicant delivered the services to the reference customer • Average contract value per year (preferably in DKK) • Contract duration, start date (month/year) and end date (month/year or ongoing) • Description of the Services delivered to the customer within the contract. Please specify which Services and Service Lines based on Section 4.1.2 of the Tender Conditions. The Applicant’s experience will be based on the information submitted in accordance with Section 6.6.5.1.1 of the Tender Conditions and will be an overall assessment of: Similarity to the Contract, cf. Section 4.1.2 of the Tender Conditions, in particular the following elements: (a) Delivery of services similar to the Services listed in Section 4.1.2 of the Tender Conditions to the highest possible degree (b) Delivery of services to a customer similar to the Contracting Entity, based on the number of sites, location of the sites and number of employees (c) References equivalent to or larger in value than the scope of the Framework Agreement the Contracting Entity is tendering for. For further details of the selection criterion, please refer to Section 6.6.5 of the Tender Conditions.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Evaluated Price
Description : The most economically advantages tender shall be identified on the basis of the best price-quality ratio as further described in the tender material.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : The most economically advantages tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Sustainability
Description : The most economically advantages tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Transition and Establishment of the Relationship
Description : The most economically advantages tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 14/04/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 01/04/2025 12:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Local Services Agreements and Project Call-offs will be entered into between the Contracting Entity’s Affiliates and the awarded Tenderer’s affiliates in the respective countries. The awarded Tenderer is responsible for the performance of its affiliates, as well as its sub-contractors and/or its affiliates’ subcontractors under Local Services Agreements and Project Call-offs. Please refer to the draft Master Services Agreement included in the tender material.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic payment will be used : yes
Financial arrangement : The details of the financial arrangements is described in the tender material, see Schedule 14 (Pricing Model), Part 5 (Invoicing, Payment terms etc.)

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Additional buyer coverage : All affiliates of the Contracting entities. Affiliates is defined in the contract and means any person(s) which is directly or indirectly controlling, controlled or under common control with Ørsted Services A/S. All Contracting Entities mentioned by name is Affiliates to Ørsted Services A/S but is also explicitly mentioned by name, but the definition comprise more entities than the ones explicitly mentioned by name as further described in this section and in the List of Contracting Entities, the Master Services Agreeement and Schedule 1; “control” meaning the power to direct the management of such person (directly or indirectly), alone or jointly, whether through ownership of securities, by contract or otherwise, and shall be presumed to exist in relation to a controlled person when another person holds: (a) a majority of the voting rights at general meetings or an equivalent governance forum; (b) the right to control a majority of the voting rights by virtue of an agreement; (c) the right to direct the financial and operational management by virtue of articles of association or agreement; or (d) the right to appoint or remove the majority of the members of the management board, supervisory board or equivalent bodies. Ørsted establish new Affiliates on an ongoing basis. Any new Affiliate will also become a Contracting Entity under the Contract. Ørsted Group and its Affiliates develops, construct and operate offshore and onshore wind farms, solar farms, energy storage facilities, and bioenergy plants, provides energy products to its customers and construct and operate carbon capture facilities and related activities as well as CO2 storages.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud, Nævnenes Hus -
Information about review deadlines : Complaints about not having been pre-qualified must be filed with the Complainants Board for Public Procurement (Klagenævnet for Udbud) within 20 (twenty) calendar days from the day after the day when the Contracting Entity has notified the applicants in question about the result of the pre-qualification, provided that the notification contains a short statement of relevant reasoning behind the decision. The complainant must notify the Contracting Entity in writing of the filing at the latest when complaint is filed. There is no deadline for the Complaints Board’s review of a complaint about the result of the pre-qualification."
Organisation providing additional information about the procurement procedure : Ørsted Services A/S -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation receiving requests to participate : Ørsted Services A/S -
Organisation processing tenders : Ørsted Services A/S -

8. Organisations

8.1 ORG-0001

Official name : Ørsted Services A/S
Registration number : DK27446485
Postal address : Kraftværksvej 53 Skærbæk
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Telephone : +4599551111
Internet address : https://orsted.com
Information exchange endpoint (URL) : https://orstedprocurement.com
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Ørsted Group
Registration number : 11111111
Postal address : Kraftværksvej 53
Town : Skærbæk
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Telephone : +4599551111
Internet address : https://orsted.com
Information exchange endpoint (URL) : https://orstedprocurement.com
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Ørsted A/S
Registration number : DK36213728
Postal address : Kraftværksvej 53 Skærbæk
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Telephone : +4599551111
Internet address : https://orsted.com
Information exchange endpoint (URL) : https://orstedprocurement.com
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Ørsted Horns Rev 2 A/S
Registration number : DK31849322
Postal address : c/o Ørsted A/S Kraftværksvej 53
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Telephone : +4599551111
Internet address : https://orsted.com
Information exchange endpoint (URL) : https://orstedprocurement.com
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Ørsted Wind Power A/S
Registration number : DK31849292
Postal address : Kraftværksvej 53
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Telephone : +4599551111
Internet address : https://orsted.com
Information exchange endpoint (URL) : https://orstedprocurement.com
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Orsted (UK) Limited
Registration number : 06730824
Postal address : 5 Howick Place
Town : London
Postcode : SW1P 1WG
Country subdivision (NUTS) : Camden and City of London ( UKI31 )
Country : United Kingdom
Telephone : +4599551111
Internet address : https://orsted.com
Information exchange endpoint (URL) : https://orstedprocurement.com
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Mooir Vannin Offshore Wind Farm Limited
Registration number : 013051V
Postal address : 33-37 Athol Street c/o Appleby Trust (Isle of Man) Limited
Town : Douglas
Postcode : IM11LB
Country : Isle of Man
Telephone : +4599551111
Internet address : https://orsted.com
Information exchange endpoint (URL) : https://orstedprocurement.com
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Orsted Onshore Ireland Midco Limited
Registration number : 137889
Postal address : 5th Floor, City Quarter Lapps Quay
Town : Cork
Postcode : T12 A2XD
Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Telephone : +4599551111
Internet address : https://orsted.com
Information exchange endpoint (URL) : https://orstedprocurement.com
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Orsted Germany GmbH
Registration number : HRB 116369
Postal address : Van-der-Smissen-Strasse 9
Town : Hamburg
Postcode : 22767
Country subdivision (NUTS) : Hamburg ( DE600 )
Country : Germany
Telephone : +4599551111
Internet address : https://orsted.com
Information exchange endpoint (URL) : https://orstedprocurement.com
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Orsted Polska Sp. z o.o.
Registration number : 0000401385
Postal address : Ul. Chmielna 73
Town : Warszawa
Postcode : 00-801
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Telephone : +4599551111
Internet address : https://orsted.com
Information exchange endpoint (URL) : https://orstedprocurement.com
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : Orsted Wind Power Netherlands B.V.
Registration number : 63586088
Postal address : Koninginnegracht 19
Town : Den Haag
Postcode : 2514 AB
Country subdivision (NUTS) : Delft en Westland ( NL333 )
Country : Netherlands
Telephone : +4599551111
Internet address : https://orsted.com
Information exchange endpoint (URL) : https://orstedprocurement.com
Roles of this organisation :
Buyer

8.1 ORG-0012

Official name : Klagenævnet for Udbud, Nævnenes Hus
Registration number : DK10294819
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +45 72 40 56 00
Roles of this organisation :
Review organisation

8.1 ORG-0013

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : DK37795526
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 41 71 50 00
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0014

Official name : Ørsted Bioenergy & Thermal Power A/S
Registration number : DK27446469
Postal address : Kraftværksvej 53 Skærbæk
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Telephone : +4599551111
Internet address : http://orsted.com
Information exchange endpoint (URL) : http://orstedprocurement.com
Roles of this organisation :
Buyer

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender

10. Change

Version of the previous notice to be changed : 129180-2025
Main reason for change : Information updated
Description : The Contracting Entity initially uploaded incorrect versions of our asset registers (B.16, B.17 and B.18) and drawings (B.15). To correct this issue, we made these documents inactive in the system for a couple of days. The asset registers are now reuploaded in their correct version. The drawings will be reuploaded during week 10, expectedly on Tuesday 4th. Furthermore, we expect to add an additional site visit in Lot 1. This will be communicated during week 10 via the procurement portal. As a result, and in particular to allow market operators sufficient time to take the information from the asset registers into account when determining their willingness to participate in this tender procedure, we have decided to extend the prequalification deadline until April 1st 12:00 Copenhagen time.

10.1 Change

Section identifier : LOT-0001
Section identifier : LOT-0002
Section identifier : LOT-0003
Description of changes : The Contracting Entity initially uploaded incorrect versions of our asset registers (B.16, B.17 and B.18) and drawings (B.15). To correct this issue, we made these documents inactive in the system for a couple of days. The asset registers are now reuploaded in their correct version. The drawings will be reuploaded during week 10, expectedly on Tuesday 4th. Furthermore, we expect to add an additional site visit in Lot 1. This will be communicated during week 10 via the procurement portal. As a result, and in particular to allow market operators sufficient time to take the information from the asset registers into account when determining their willingness to participate in this tender procedure, we have decided to extend the prequalification deadline until April 1st 12:00 Copenhagen time.
The procurement documents were changed on : 28/02/2025
Notice information
Notice identifier/version : cda0065c-7925-48ed-9f16-5abda3df3bfe - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 28/02/2025 14:08 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00138386-2025
OJ S issue number : 43/2025
Publication date : 03/03/2025