Strategy Consulting 2025

This Tender is for a framework agreement to cover Ørsted's demand for strategy consulting services. Framework agreements will be awarded to four suppliers, and call-off agreements under the framework agreement will be awarded by mini-tenders. All framework participants will be invited to participate in mini-tenders. Strategy consulting refers to high-impact, …

CPV: 79410000 Консултантски услуги по управление и стопанска дейност, 79411000 Консултантски услуги по общо управление, 79411100 Консултантски услуги по развитие на стопанската дейност, 79412000 Консултантски услуги по управление на финансите, без корпоративните данъци
Място на изпълнение:
Strategy Consulting 2025
Издаващ орган:
Ørsted Services A/S
Номер на наградата:
Strategy Consulting 2025

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

1.1 Buyer

Official name : Ørsted Salg & Service A/S
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

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

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Strategy Consulting 2025
Description : This Tender is for a framework agreement to cover Ørsted's demand for strategy consulting services. Framework agreements will be awarded to four suppliers, and call-off agreements under the framework agreement will be awarded by mini-tenders. All framework participants will be invited to participate in mini-tenders. Strategy consulting refers to high-impact, senior-sponsored advisory services that address business-critical challenges at the corporate, business unit, or functional level. These engagements typically have a visible and measurable impact on the organization’s bottom line and strategic direction. They often span from diagnostics and strategic design to implementation planning.
Procedure identifier : 0125e2e6-f6a9-4471-aee5-fc3c1b386cd1
Internal identifier : Strategy Consulting 2025
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 79411100 Business development consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 79412000 Financial management consultancy services

2.1.2 Place of performance

Postal address : Nesa Allé 1
Town : Gentofte
Postcode : 2820
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 350 000 000 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

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Strategy Consulting 2025
Description : This Tender is for a framework agreement to cover Ørsted's demand for strategy consulting services. Framework agreements will be awarded to four suppliers, and call-off agreements under the framework agreement will be awarded by mini-tenders. All framework participants will be invited to participate in mini-tenders. Strategy consulting refers to high-impact, senior-sponsored advisory services that address business-critical challenges at the corporate, business unit, or functional level. These engagements typically have a visible and measurable impact on the organization’s bottom line and strategic direction. They often span from diagnostics and strategic design to implementation planning.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 79411100 Business development consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 79412000 Financial management consultancy services
Options :
Description of the options : The framework agreement has a duration of 4 years. However, the contracting entity reserves the right to renew the framework agreement for a period of 12 months up to 4 times. As such, the total maximum duration of the framwork agreement is 8 years.

5.1.2 Place of performance

Postal address : Nesa Allé 1
Town : Gentofte
Postcode : 2820
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 4

5.1.5 Value

Estimated value excluding VAT : 350 000 000 Danish krone
Maximum value of the framework agreement : 625 000 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Estimated contract value: DKK 350,000,000. Maximum contract value: DKK 625,000,000.

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Average yearly manpower
Description : It is a minimum requirement for participation, that the Applicant has a minimum of 50 management consultants employed as of the Prequalification Deadline.
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 : It is a minimum requirement for participation, that the Applicant has at least 1 reference covering one or more of the areas described in Annex 2 (Specification of Services) from a customer in the energy sector with a market cap of at least 15 billion DKK, as of the start date of the provided service.
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 : Applicants will be selected for prequalification based on the information in the references cf. section 6.6.4.1.1 of the Tender Conditions, preferably submitted in Appendix E (Answering template for prequalification). The assessment of Applicant's experience will be an overall assessment be an overall assessment of the submitted references, considering the variety of the references in relation to the project types set out in Annex 2 (Specification of Services), as well as the duration of the project in terms of working hours relative to the scope of the project. In addition, the assessment will be considered more positive to the extent the references demonstrate the following: - Project are from the energy sector or other related/relevant industries, including a brief explanation of their relevance to Ørsted - A diverse set of client references, demonstrating broad experience across differ-ent organizations - A clear articulation of the value delivered to each client Applicant is encouraged to provide the following information for each reference about the Applicant's experience with the services described in Annex 2 (Specification of Services). - Project name and type - Client organization - Industry (if energy-related, please specify the sector and value chain focus, e.g., wind power, developer, etc.) - Brief project description, including the value delivered to the client - Project duration (start and end dates) and total working hours spent on the project Ambiguities and/or unclarity in the information in the references submitted may negatively affect the assessment No additional documentation for the selection criterion for experience will be re-quired from the Applicant. However, the Contracting Entity reserves the right to contact the Applicant or relevant third parties for verification of the information stated in the description(s). 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 criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 100
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 7
Maximum number of candidates to be invited for the second stage of the procedure : 7
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Description : The most economically advantages tender shall be identified on the basis of the best price­ to quality ratio as further described in the tender material.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : The most economically advantages tender shall be identified on the basis of the best price­ to quality ratio as further described in the tender material.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 80

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Address of the procurement documents : https://www.orstedprocurement.com/web/login.html

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 11/09/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 18/08/2025 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 : Assignment of the Contract, see clause 24 in the Service Framework Agreement. The Contract will grant the Contracting Entity a right to transfer the whole or any part of the Contract or any rights or obligations in or under the Contract without prior agreement of the Applicant to e.g., an Affiliate of the Contracting Entity or any legal entity that has or will become the owner of the Project. Joint and Several Liability, see Appendix E: If the Applicant is a Consortium: (a) the members of the Consortium shall be jointly and severally liable to the Contracting Entity for the performance of the Consortium obligations under the Contract; and (b) neither the members nor (if known) the scope and parts of the Contract to be carried out by each member nor the legal status of the Consortium shall be altered without the prior consent of the Contracting Entity.
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Financial arrangement : Payment is governed in section 12 of the Service Framework Agreement.

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 4
Additional buyer coverage : All affiliates of the contracting entity and all affiliates who are directly or indirectly controlled by Ørsted A/S. This also includes entities under common control. Ørsted establishes new affiliates on an ongoing basis. Any new affiliate will also become a contracting entity under the contract, as long as the new affiliate’s activities are within the usual activities of the Ørsted which is to develop, construcs and operate offshore and onshore wind farms, solar farms, energy storage facilities, and bioenergy plants, and provides energy products to its customers.
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 Complaints 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 offline access to the procurement documents : Ørsted Services A/S
Organisation providing more information on the review procedures : Klagenævnet for Udbud, Nævnenes Hus
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 : 27446485
Postal address : Kraftværksvej 53, Skærbæk
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Telephone : 99 55 11 11
Internet address : www.orsted.com
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Ørsted A/S
Registration number : 36213728
Postal address : Kraftværksvej 53, Skærbæk
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Telephone : 99 55 11 11
Internet address : www.orsted.com
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Ørsted Salg & Service A/S
Registration number : 27210538
Postal address : Kraftværksvej 53, Skærbæk
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Telephone : 99 55 11 11
Internet address : www.orsted.com
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Ørsted Bioenergy & Thermal Power A/S
Registration number : 27446469
Postal address : Kraftværksvej 53, Skærbæk
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Telephone : 99 55 11 11
Internet address : www.orsted.com
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Ørsted Wind Power A/S
Registration number : 31849292
Postal address : Kraftværksvej 53, Skærbæk
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Telephone : 99 55 11 11
Internet address : www.orsted.com
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Ørsted Wind Power Denmark A/S
Registration number : 31846846
Postal address : Kraftværksvej 53, Skærbæk
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Telephone : 99 55 11 11
Internet address : www.orsted.com
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Ørsted Onshore A/S
Registration number : 40436839
Postal address : Kraftværksvej 53, Skærbæk
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Telephone : 99 55 11 11
Internet address : www.orsted.com
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Klagenævnet for Udbud, Nævnenes Hus
Registration number : 10294819
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
Organisation providing more information on the review procedures

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

Notice information

Notice identifier/version : 5ae89ba9-8924-4628-b971-d23b750d5437 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/07/2025 13:16 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00444113-2025
OJ S issue number : 128/2025
Publication date : 08/07/2025