Multi Supplier Framework Agreements for Provision of Consultancy Services in the Republic of Ireland - Lot B-E

The Contracting Entity is seeking to award Framework Agreements for each of the four (4) Lots set out below, under which the Contracting Entity may make call-offs for the provision of certain onshore energy consultancy services (as set out below). The Framework Agreements will be entered into by Orsted Onshore …

CPV: 72224000 Poradenské služby v oblasti řízení projektů, 79418000 Poradenství v oblasti nákupu zboží, 71314300 Poradenství v oblasti energetické účinnosti, 71318000 Poradenské a konzultační inženýrství, 79415200 Poradenství v oblasti plánování, 71336000 Služby technické podpory, 71322000 Technické projekty pro provádění stavebně inženýrských prací, 71356400 Technické plánování, 79411000 Všeobecné podnikové poradenství, 71317210 Poradenství v oblasti bezpečnosti a zdraví, 71340000 Integrované technické služby, 71311100 Podpora stavebního inženýrství, 71600000 Technické testování, analýza a poradenství, 73210000 Poradenství v oblasti výzkumu, 73220000 Poradenství v oblasti vývoje, 90712000 Environmentální plánování, 71541000 Řízení stavebních projektů, 71621000 Technické testování a poradenství, 79419000 Hodnotící poradenské služby, 71530000 Poradenství ve stavebnictví, 71311000 Poradenství v oblasti stavebního inženýrství, 71317200 Služby v oblasti bezpečnosti a zdraví
Místo provedení:
Multi Supplier Framework Agreements for Provision of Consultancy Services in the Republic of Ireland - Lot B-E
Misto zadání:
Orsted Onshore Ireland Midco Limited
Číslo zakázky:
Multi Supplier Framework Agreements for Provision of Consultancy Services in the Republic of Ireland - Lot B-E

1. Buyer

1.1 Buyer

Official name : Orsted Onshore Ireland Midco Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Orsted Ireland Solar Holdings Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Inish Wind Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Orsted Onshore Ireland Wind Farms 5 Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Booltiagh Wind Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Orsted Onshore Ireland Wind Farms 2 Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : BW2 Wind Farm Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Gromane Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Sorne Wind Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Brittas Wind Farm Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Ballinvuskig Solar Farm Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Orsted Onshore Ireland Green Services Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Ballinrea Solar Farm Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Orsted Renewable Supply 2 Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Cloghercor Wind Farm Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Orsted Onshore Renewable Supply 4 Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Lisheen III Wind Farm Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Orsted Ireland Green Energy Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Knockawarriga II Wind Farm Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Knockawarriga Wind Farm Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Coom Green Energy Park Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Ballyhoura Energy Supply Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Gneeves Wind Farm Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Smithstown Windfarm Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Inchincoosh Wind Farm Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Garracummer Wind Farm Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Kilgarvan Wind Farm Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Lisheen Wind Farm II Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Lisheen Windfarm Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Orsted Onshore Irish Wind 1 Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Mienvee Energy Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Orsted Onshore Ireland Holdings Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Orsted Onshore Ireland Wind Farms 7 Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Garreenleen Solar Farm Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Delamain Solar Farm Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Lodgewood Solar Farm Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Ballymartin Wind Farm Limited
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Rathcoursey Solar Farm Ltd
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Multi Supplier Framework Agreements for Provision of Consultancy Services in the Republic of Ireland - Lot B-E
Description : The Contracting Entity is seeking to award Framework Agreements for each of the four (4) Lots set out below, under which the Contracting Entity may make call-offs for the provision of certain onshore energy consultancy services (as set out below). The Framework Agreements will be entered into by Orsted Onshore Ireland Midco Limited; however, Applicants are advised that call-offs for consultancy services may be made by any Contracting Entity as elaborated on below. Applicants may submit an Application for one or more Lots.   Lot B: Provision of planning consultancy services for onshore wind projects in the Republic of Ireland Lot C: Provision of ecology consultancy services for onshore wind projects in the Republic of Ireland  Lot D: Provision of planning and ecology consultancy services for solar projects in the Republic of Ireland  Lot E: Provision of planning and ecology consultancy services for battery energy storage system projects in the Republic of Ireland . Please note, that this is a re-issue of notice 341613-2024, as the Contracting Entity has found a need to award a framework agreement for Lot B-E to further suppliers than specified in the previous notice.
Procedure identifier : cd4ff82f-c276-4cc6-9296-80d2133c6205
Previous notice : 737800-2024
Internal identifier : Multi Supplier Framework Agreements for Provision of Consultancy Services in the Republic of Ireland - Lot B-E
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 ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 71336000 Engineering support services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 71356400 Technical planning services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71340000 Integrated engineering services
Additional classification ( cpv ): 71311100 Civil engineering support services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 73210000 Research consultancy services
Additional classification ( cpv ): 73220000 Development consultancy services
Additional classification ( cpv ): 71356400 Technical planning services
Additional classification ( cpv ): 90712000 Environmental planning
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Additional information : Please refer to the procurement documents

2.1.3 Value

Estimated value excluding VAT : 20 500 000 Euro
Maximum value of the framework agreement : 20 500 000 Euro

2.1.4 General information

Additional information : The contracting entity has also sent a notice for publication via www.etenders.gov.ie as the procurement procedure will run through that portal. As it was not possible to include all necessary information in that notice, the contracting entity publishes an additional notice via enotices2 to include all relevant information. In case of discrepancies between what has been listed in this notice and the notice that will be published via www.etenders.gov.ie the text in this notice prevails. Orsted Onshore Ireland Midco Limited, reserves the right to award the framework agreements based on the original tenders received, without recourse to negotiation. Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using eTenders Resource ID – 3582621 (1) Interested parties must associate their organisation with this competition on the eTenders web site ( www.etenders.gov.ie ) in order to be included on the mailing list for clarifications and to upload tender responses. To do this you must do the following: Log-in to the eTenders portal; Locate the competition using the Advanced Search by searching under the Contracting Authority or Resource ID. Click on the hyperlink for the competition which will bring you to the CfT Workspace. In the Show CfT Menu for the competition click on the “Expression of Interest in the drop-down menu. Complete the Association with the CfT tab. This will then provide you with a link to Tender under the Show CfT Menu where you can prepare your submission. (2) When finalising your submission please upload your final response as a zip file as individual documents will lose their titles if uploaded individually. Also ensure that you receive a message under the status header called Submitted, as the percentage tab does not imply you have successfully submitted your response. (3) There is a maximum upload limit of 250mb per file / 500mb per submission. (4) Suppliers should note the following when making their submission suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should consider the fact that upload speeds vary and that the new eTenders system operates in a different manner to the previous platform operated by EU-Supply. The submit button will be disable automatically upon the expiration of the response deadline. (5) If you experience difficulty when uploading documents, please contact the eTenders Support Desk for technical assistance. Email irish-eproc-helpdesk@eurodym.com or Telephone: +353(0)818 001459 (09:00 – 17:00 hours). (6) Applications submitted by any other means (including but not limited to email or post or hand delivery) will not be accepted. (7) All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal ( www.etenders.gov.ie ) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties. (8) All queries regarding this process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie. The details of the person making a query will not be disclosed when circulating the response (9) The estimated value for the framework published is provided strictly for indicative purposes only as there is no guaranteed expenditure under the framework agreement. (10) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers. Contract award will be subject to the approval of the competent authorities. (11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition. (12) Where applicable, please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type, or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended. (13) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
Legal basis :
Directive 2014/25/EU
Applicable cross-border law : The governing law of the tender procedure is Irish public procurement law.

5. Lot

5.1 Lot technical ID : LOT-0002

Title : Lot B: PROVISION OF PLANNING CONSULTANCY SERVICES FOR ONSHORE WIND PROJECTS IN THE REPUBLIC OF IRELAND
Description : This Lot B is for services relating to environmental impact assessment reports (EIAR) for wind farms and related grid routes and turbine delivery routes in the Republic of Ireland. The services required can include preparation, project management and submission of a fully compliant EIAR, planning application and supporting documents to the relevant consenting authority. The services can further include coordinating the development design and planning application, along with managing external consultants who contribute to various chapters within the EIAR. A variety of surveys are included in the scope of an EIAR tender such as noise, shadow flicker, landscape and visual, archaeology, hydrology etc. Grid services can also be required, with substation design and grid route assessments to be completed
Internal identifier : Lot B

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71336000 Engineering support services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71340000 Integrated engineering services
Additional classification ( cpv ): 71311100 Civil engineering support services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 73220000 Development consultancy services
Additional classification ( cpv ): 73210000 Research consultancy services
Additional classification ( cpv ): 90712000 Environmental planning
Additional classification ( cpv ): 71356400 Technical planning services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 79419000 Evaluation consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The framework agreement can be renewed with one (1) year up to two (2) times.

5.1.5 Value

Estimated value excluding VAT : 5 500 000 Euro
Maximum value of the framework agreement : 5 500 000 Euro

5.1.6 General information

The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The maximum value of Lot B is 5,500,000 EUR. The maximum value does not preclude or change the Contracting Entity’s right to make modifications to the Framework Agreement (as described in Article 89 of the Utilities Directive), and the Contracting Entity reserves its discretion to make such changes as are necessary in accordance with this provision. The Contracting Entity makes no guarantee in relation to any contract award and/or the volume or value of contracts to be procured over the term of any of the Framework Agreements. The award of the Framework Agreements to the successful tenderers shall not constitute a commitment of guarantee to procure any consultancy services. The Contracting Entity reserves the right to carry out separate procurement processes for services within the scope of this Competition should it, at its sole discretion, consider it appropriate to do so. In relation to maximum and minimum number of candidates the following applies: If the number of candidates applying for prequalification exceeds 10, then prequalification will be based on the selection criteria specified in this contract notice. If more than one candidate is ranked at tenth place, all tenth-placed candidates will be invited for the second stage of the procedure. Continuation of the field "Conditions relating to the performance of the contract": 1.3 Performance Security and Parent Company Guarantee 1.3.1 The Contracting Entity reserves the right to demand a performance security to secure the proper performance of any call-off agreement under a Framework Agreement. The performance security shall be issued by an entity with a credit rating specified in the tender material. 1.3.2 If the Applicant is a subsidiary, the Contracting Entity also reserves the right to demand a parent company guarantee executed by a direct or indirect parent company of the Applicant. 1.4 Transfer of Rights and Obligations 1.4.1 Each Framework Agreement will as a minimum grant the Contracting Entity a right to transfer the whole or any part of the Framework Agreement or any rights or obligations in or under the Framework Agreement (including without limitation any call-off agreement thereunder) without prior agreement of the Applicant to an Affiliate of the Contracting Entity or any legal entity that has or will become the owner of a Project. 1.4.2 Currently, the most likely transfer will be to an Affiliate of the Contracting Entity or to a special purpose vehicle (“SPV”) jointly owned by a third party and the Contracting Entity. The purpose of such SPV will be to own the relevant Project. Such transfer will not be considered a material change of the Framework Agreement (including without limitation any call-off agreement thereunder). Should the Framework Agreement (including without limitation any call-off agreement thereunder) be transferred to the SPV or an Affiliate from the Contracting Entity, such transfer shall not be considered a material change of the Framework Agreement (including without limitation any call-off agreement thereunder). The SPV may be a newly established company which did not exist when the Competition commenced. 1.4.3 A Framework Agreement (including without limitation any call-off agreement thereunder) may contain further provisions related to transfer of rights and obligations, and the Contracting Entity may in the Invitation to Negotiate state that tenderers are allowed to submit deviations to those provisions during the Competition.

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price is not the only award criterion and all criteria are stated only in the procurement documents.
Criterion :
Type : Quality
Description : Price is not the only award criterion and all criteria are stated only in the procurement documents.

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Additional buyer coverage : The Framework Agreements will be entered into by Orsted Onshore Ireland Midco Limited (“Midco”), which is a public undertaking. However, Applicants are advised that call-offs under a Framework Agreement may be made by any Contracting Entity including (a) all the companies listed in this notices, (b) all legal entities that are directly or indirectly controlled by Orsted Onshore Ireland Midco Limited and that are incorporated in the Republic of Ireland, (c) contractual joint venture entities incorporated in the Republic of Ireland in which Orsted Onshore Ireland Midco Limited holds at least 50% ownership and/or at least 50% control of the entity (subject to the applicable contractual structure) and (d) new legal entities as further described in paragraph 2 below. Control shall be understood to exist in relation to a legal entity when another legal entity holds one or more of the following rights: - a majority of the voting rights at general meetings or an equivalent governance forum; - the right to control a majority of the voting rights by virtue of an agreement; - the right to direct the financial and operational management by virtue of articles of association or agreement; or - the right to appoint or remove the majority of the members of the management board, supervisory board or equivalent bodies. 2. Midco and its subsidiaries establish new legal entities on an ongoing basis. Any new legal entity incorporated in the Republic of Ireland during the term of the Framework Agreements that is directly or indirectly controlled by Midco, or in which Midco directly or indirectly holds at least 50% ownership and/or control, may also make call-offs under the Framework Agreements, as long as the new legal entity’s activities are within the usual activities of Midco and its subsidiaries, which are developing, constructing and operating onshore wind, solar and battery energy storage system, projects in the Republic of Ireland and providing energy products to their customers.
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 : Information about review deadlines: In accordance with the provisions of the EC (Award of Contracts by Utility Undertakings) (Review Procedures) Regulations 2010 (S.I. No. 131/2010), and the review procedures set out therein.
Organisation providing additional information about the procurement procedure : Orsted Onshore Ireland Midco Limited

5.1 Lot technical ID : LOT-0003

Title : Lot C: PROVISION OF ECOLOGY CONSULTANCY SERVICES FOR ONSHORE WIND PROJECTS IN THE REPUBLIC OF IRELAND
Description : This Lot C is for ecology and ornithology surveys for early-stage greenfield assessments along with Natura Impact Statement (NIS), Biodiversity, Aquatic Ecology and Ornithology chapter write-ups for environmental impact assessment reports (EIAR) for onshore wind projects in the Republic of Ireland. Surveys may include breeding and wintering bird surveys, habitat surveys, mammal surveys, bat surveys and aquatic surveys. These surveys are used to inform ecological impact assessments (EcIA), to form part of EIARs to be submitted to the planning authority as part of planning applications. Surveys will determine baseline conditions at the proposed site, prior to any development taking place. The surveys take place over a period of 24 months.
Internal identifier : Lot C

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71336000 Engineering support services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71340000 Integrated engineering services
Additional classification ( cpv ): 71311100 Civil engineering support services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 73220000 Development consultancy services
Additional classification ( cpv ): 73210000 Research consultancy services
Additional classification ( cpv ): 90712000 Environmental planning
Additional classification ( cpv ): 71356400 Technical planning services
Additional classification ( cpv ): 79419000 Evaluation consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The framework agreement can be renewed with one (1) year up to two (2) times.

5.1.5 Value

Estimated value excluding VAT : 6 000 000 Euro
Maximum value of the framework agreement : 6 000 000 Euro

5.1.6 General information

The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The maximum value of Lot C is 6,000,000 EUR. The maximum value does not preclude or change the Contracting Entity’s right to make modifications to the Framework Agreement (as described in Article 89 of the Utilities Directive), and the Contracting Entity reserves its discretion to make such changes as are necessary in accordance with this provision. The Contracting Entity makes no guarantee in relation to any contract award and/or the volume or value of contracts to be procured over the term of any of the Framework Agreements. The award of the Framework Agreements to the successful tenderers shall not constitute a commitment of guarantee to procure any consultancy services. The Contracting Entity reserves the right to carry out separate procurement processes for services within the scope of this Competition should it, at its sole discretion, consider it appropriate to do so. In relation to maximum and minimum number of candidates the following applies: If the number of candidates applying for prequalification exceeds 10, then prequalification will be based on the selection criteria specified in this contract notice. If more than one candidate is ranked at tenth place, all tenth-placed candidates will be invited for the second stage of the procedure. Continuation of the field "Conditions relating to the performance of the contract": 1.3 Performance Security and Parent Company Guarantee 1.3.1 The Contracting Entity reserves the right to demand a performance security to secure the proper performance of any call-off agreement under a Framework Agreement. The performance security shall be issued by an entity with a credit rating specified in the tender material. 1.3.2 If the Applicant is a subsidiary, the Contracting Entity also reserves the right to demand a parent company guarantee executed by a direct or indirect parent company of the Applicant. 1.4 Transfer of Rights and Obligations 1.4.1 Each Framework Agreement will as a minimum grant the Contracting Entity a right to transfer the whole or any part of the Framework Agreement or any rights or obligations in or under the Framework Agreement (including without limitation any call-off agreement thereunder) without prior agreement of the Applicant to an Affiliate of the Contracting Entity or any legal entity that has or will become the owner of a Project. 1.4.2 Currently, the most likely transfer will be to an Affiliate of the Contracting Entity or to a special purpose vehicle (“SPV”) jointly owned by a third party and the Contracting Entity. The purpose of such SPV will be to own the relevant Project. Such transfer will not be considered a material change of the Framework Agreement (including without limitation any call-off agreement thereunder). Should the Framework Agreement (including without limitation any call-off agreement thereunder) be transferred to the SPV or an Affiliate from the Contracting Entity, such transfer shall not be considered a material change of the Framework Agreement (including without limitation any call-off agreement thereunder). The SPV may be a newly established company which did not exist when the Competition commenced. 1.4.3 A Framework Agreement (including without limitation any call-off agreement thereunder) may contain further provisions related to transfer of rights and obligations, and the Contracting Entity may in the Invitation to Negotiate state that tenderers are allowed to submit deviations to those provisions during the Competition.

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price is not the only award criterion and all criteria are stated only in the procurement documents.
Criterion :
Type : Quality
Description : Price is not the only award criterion and all criteria are stated only in the procurement documents.

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Additional buyer coverage : The Framework Agreements will be entered into by Orsted Onshore Ireland Midco Limited (“Midco”), which is a public undertaking. However, Applicants are advised that call-offs under a Framework Agreement may be made by any Contracting Entity including (a) all the companies listed in this notices, (b) all legal entities that are directly or indirectly controlled by Orsted Onshore Ireland Midco Limited and that are incorporated in the Republic of Ireland, (c) contractual joint venture entities incorporated in the Republic of Ireland in which Orsted Onshore Ireland Midco Limited holds at least 50% ownership and/or at least 50% control of the entity (subject to the applicable contractual structure) and (d) new legal entities as further described in paragraph 2 below. Control shall be understood to exist in relation to a legal entity when another legal entity holds one or more of the following rights: - a majority of the voting rights at general meetings or an equivalent governance forum; - the right to control a majority of the voting rights by virtue of an agreement; - the right to direct the financial and operational management by virtue of articles of association or agreement; or - the right to appoint or remove the majority of the members of the management board, supervisory board or equivalent bodies. 2. Midco and its subsidiaries establish new legal entities on an ongoing basis. Any new legal entity incorporated in the Republic of Ireland during the term of the Framework Agreements that is directly or indirectly controlled by Midco, or in which Midco directly or indirectly holds at least 50% ownership and/or control, may also make call-offs under the Framework Agreements, as long as the new legal entity’s activities are within the usual activities of Midco and its subsidiaries, which are developing, constructing and operating onshore wind, solar and battery energy storage system, projects in the Republic of Ireland and providing energy products to their customers.
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 : Information about review deadlines: In accordance with the provisions of the EC (Award of Contracts by Utility Undertakings) (Review Procedures) Regulations 2010 (S.I. No. 131/2010), and the review procedures set out therein.
Organisation providing additional information about the procurement procedure : Orsted Onshore Ireland Midco Limited

5.1 Lot technical ID : LOT-0004

Title : LOT D - PROVISION OF PLANNING AND ECOLOGY CONSULTANCY SERVICES FOR SOLAR PROJECTS IN THE REPUBLIC OF IRELAND
Description : This Lot D is for the ecology and planning services that are required to be carried out to inform the location and appropriate design of solar projects and associated grid routes in the Republic of Ireland, as well as the compilation and submission of associated planning applications. Required surveys and reports would include (without limitation) ecology surveys, flood risk, glint and glare, landscape and visual, and archaeology
Internal identifier : Lot D

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71336000 Engineering support services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71340000 Integrated engineering services
Additional classification ( cpv ): 71311100 Civil engineering support services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 73220000 Development consultancy services
Additional classification ( cpv ): 73210000 Research consultancy services
Additional classification ( cpv ): 90712000 Environmental planning
Additional classification ( cpv ): 71356400 Technical planning services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 71317200 Health and safety services

5.1.2 Place of performance

Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The framework agreement can be renewed with one (1) year up to two (2) times.

5.1.5 Value

Estimated value excluding VAT : 7 000 000 Euro
Maximum value of the framework agreement : 7 000 000 Euro

5.1.6 General information

The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The maximum value of Lot D is 7,000,000 EUR. The maximum value does not preclude or change the Contracting Entity’s right to make modifications to the Framework Agreement (as described in Article 89 of the Utilities Directive), and the Contracting Entity reserves its discretion to make such changes as are necessary in accordance with this provision. The Contracting Entity makes no guarantee in relation to any contract award and/or the volume or value of contracts to be procured over the term of any of the Framework Agreements. The award of the Framework Agreements to the successful tenderers shall not constitute a commitment of guarantee to procure any consultancy services. The Contracting Entity reserves the right to carry out separate procurement processes for services within the scope of this Competition should it, at its sole discretion, consider it appropriate to do so. In relation to maximum and minimum number of candidates the following applies: If the number of candidates applying for prequalification exceeds 10, then prequalification will be based on the selection criteria specified in this contract notice. If more than one candidate is ranked at tenth place, all tenth-placed candidates will be invited for the second stage of the procedure. Continuation of the field "Conditions relating to the performance of the contract": 1.3 Performance Security and Parent Company Guarantee 1.3.1 The Contracting Entity reserves the right to demand a performance security to secure the proper performance of any call-off agreement under a Framework Agreement. The performance security shall be issued by an entity with a credit rating specified in the tender material. 1.3.2 If the Applicant is a subsidiary, the Contracting Entity also reserves the right to demand a parent company guarantee executed by a direct or indirect parent company of the Applicant. 1.4 Transfer of Rights and Obligations 1.4.1 Each Framework Agreement will as a minimum grant the Contracting Entity a right to transfer the whole or any part of the Framework Agreement or any rights or obligations in or under the Framework Agreement (including without limitation any call-off agreement thereunder) without prior agreement of the Applicant to an Affiliate of the Contracting Entity or any legal entity that has or will become the owner of a Project. 1.4.2 Currently, the most likely transfer will be to an Affiliate of the Contracting Entity or to a special purpose vehicle (“SPV”) jointly owned by a third party and the Contracting Entity. The purpose of such SPV will be to own the relevant Project. Such transfer will not be considered a material change of the Framework Agreement (including without limitation any call-off agreement thereunder). Should the Framework Agreement (including without limitation any call-off agreement thereunder) be transferred to the SPV or an Affiliate from the Contracting Entity, such transfer shall not be considered a material change of the Framework Agreement (including without limitation any call-off agreement thereunder). The SPV may be a newly established company which did not exist when the Competition commenced. 1.4.3 A Framework Agreement (including without limitation any call-off agreement thereunder) may contain further provisions related to transfer of rights and obligations, and the Contracting Entity may in the Invitation to Negotiate state that tenderers are allowed to submit deviations to those provisions during the Competition.

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price is not the only award criterion and all criteria are stated only in the procurement documents.
Criterion :
Type : Quality
Description : Price is not the only award criterion and all criteria are stated only in the procurement documents.

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Additional buyer coverage : The Framework Agreements will be entered into by Orsted Onshore Ireland Midco Limited (“Midco”), which is a public undertaking. However, Applicants are advised that call-offs under a Framework Agreement may be made by any Contracting Entity including (a) all the companies listed in this notices, (b) all legal entities that are directly or indirectly controlled by Orsted Onshore Ireland Midco Limited and that are incorporated in the Republic of Ireland, (c) contractual joint venture entities incorporated in the Republic of Ireland in which Orsted Onshore Ireland Midco Limited holds at least 50% ownership and/or at least 50% control of the entity (subject to the applicable contractual structure) and (d) new legal entities as further described in paragraph 2 below. Control shall be understood to exist in relation to a legal entity when another legal entity holds one or more of the following rights: - a majority of the voting rights at general meetings or an equivalent governance forum; - the right to control a majority of the voting rights by virtue of an agreement; - the right to direct the financial and operational management by virtue of articles of association or agreement; or - the right to appoint or remove the majority of the members of the management board, supervisory board or equivalent bodies. 2. Midco and its subsidiaries establish new legal entities on an ongoing basis. Any new legal entity incorporated in the Republic of Ireland during the term of the Framework Agreements that is directly or indirectly controlled by Midco, or in which Midco directly or indirectly holds at least 50% ownership and/or control, may also make call-offs under the Framework Agreements, as long as the new legal entity’s activities are within the usual activities of Midco and its subsidiaries, which are developing, constructing and operating onshore wind, solar and battery energy storage system, projects in the Republic of Ireland and providing energy products to their customers.
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 : Information about review deadlines: In accordance with the provisions of the EC (Award of Contracts by Utility Undertakings) (Review Procedures) Regulations 2010 (S.I. No. 131/2010), and the review procedures set out therein.
Organisation providing additional information about the procurement procedure : Orsted Onshore Ireland Midco Limited

5.1 Lot technical ID : LOT-0005

Title : LOT E - PROVISION OF PLANNING AND ECOLOGY CONSULTANCY SERVICES FOR BESS PROJECTS IN THE REPUBLIC OF IRELAND
Description : This Lot E is for the ecology and planning services that are required to be carried out to inform the location and appropriate design of battery energy storage projects and associated grid routes in the Republic of Ireland, as well as the compilation and submission of associated planning applications. Required surveys and reports would include (without limitation) ecology surveys, noise surveys and environmental reports.
Internal identifier : Lot E

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71336000 Engineering support services
Additional classification ( cpv ): 71322000 Engineering design services for the construction of civil engineering works
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71340000 Integrated engineering services
Additional classification ( cpv ): 71311100 Civil engineering support services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 73220000 Development consultancy services
Additional classification ( cpv ): 73210000 Research consultancy services
Additional classification ( cpv ): 90712000 Environmental planning
Additional classification ( cpv ): 71356400 Technical planning services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The framework agreement can be renewed with one (1) year up to two (2) times.

5.1.5 Value

Estimated value excluding VAT : 2 000 000 Euro
Maximum value of the framework agreement : 2 000 000 Euro

5.1.6 General information

The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The maximum value of Lot E is 2,000,000 EUR. The maximum value does not preclude or change the Contracting Entity’s right to make modifications to the Framework Agreement (as described in Article 89 of the Utilities Directive), and the Contracting Entity reserves its discretion to make such changes as are necessary in accordance with this provision. The Contracting Entity makes no guarantee in relation to any contract award and/or the volume or value of contracts to be procured over the term of any of the Framework Agreements. The award of the Framework Agreements to the successful tenderers shall not constitute a commitment of guarantee to procure any consultancy services. The Contracting Entity reserves the right to carry out separate procurement processes for services within the scope of this Competition should it, at its sole discretion, consider it appropriate to do so. In relation to maximum and minimum number of candidates the following applies: If the number of candidates applying for prequalification exceeds 10, then prequalification will be based on the selection criteria specified in this contract notice. If more than one candidate is ranked at tenth place, all tenth-placed candidates will be invited for the second stage of the procedure. Continuation of the field "Conditions relating to the performance of the contract": 1.3 Performance Security and Parent Company Guarantee 1.3.1 The Contracting Entity reserves the right to demand a performance security to secure the proper performance of any call-off agreement under a Framework Agreement. The performance security shall be issued by an entity with a credit rating specified in the tender material. 1.3.2 If the Applicant is a subsidiary, the Contracting Entity also reserves the right to demand a parent company guarantee executed by a direct or indirect parent company of the Applicant. 1.4 Transfer of Rights and Obligations 1.4.1 Each Framework Agreement will as a minimum grant the Contracting Entity a right to transfer the whole or any part of the Framework Agreement or any rights or obligations in or under the Framework Agreement (including without limitation any call-off agreement thereunder) without prior agreement of the Applicant to an Affiliate of the Contracting Entity or any legal entity that has or will become the owner of a Project. 1.4.2 Currently, the most likely transfer will be to an Affiliate of the Contracting Entity or to a special purpose vehicle (“SPV”) jointly owned by a third party and the Contracting Entity. The purpose of such SPV will be to own the relevant Project. Such transfer will not be considered a material change of the Framework Agreement (including without limitation any call-off agreement thereunder). Should the Framework Agreement (including without limitation any call-off agreement thereunder) be transferred to the SPV or an Affiliate from the Contracting Entity, such transfer shall not be considered a material change of the Framework Agreement (including without limitation any call-off agreement thereunder). The SPV may be a newly established company which did not exist when the Competition commenced. 1.4.3 A Framework Agreement (including without limitation any call-off agreement thereunder) may contain further provisions related to transfer of rights and obligations, and the Contracting Entity may in the Invitation to Negotiate state that tenderers are allowed to submit deviations to those provisions during the Competition.

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price is not the only award criterion and all criteria are stated only in the procurement documents.
Criterion :
Type : Quality
Description : Price is not the only award criterion and all criteria are stated only in the procurement documents.

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Additional buyer coverage : The Framework Agreements will be entered into by Orsted Onshore Ireland Midco Limited (“Midco”), which is a public undertaking. However, Applicants are advised that call-offs under a Framework Agreement may be made by any Contracting Entity including (a) all the companies listed in this notices, (b) all legal entities that are directly or indirectly controlled by Orsted Onshore Ireland Midco Limited and that are incorporated in the Republic of Ireland, (c) contractual joint venture entities incorporated in the Republic of Ireland in which Orsted Onshore Ireland Midco Limited holds at least 50% ownership and/or at least 50% control of the entity (subject to the applicable contractual structure) and (d) new legal entities as further described in paragraph 2 below. Control shall be understood to exist in relation to a legal entity when another legal entity holds one or more of the following rights: - a majority of the voting rights at general meetings or an equivalent governance forum; - the right to control a majority of the voting rights by virtue of an agreement; - the right to direct the financial and operational management by virtue of articles of association or agreement; or - the right to appoint or remove the majority of the members of the management board, supervisory board or equivalent bodies. 2. Midco and its subsidiaries establish new legal entities on an ongoing basis. Any new legal entity incorporated in the Republic of Ireland during the term of the Framework Agreements that is directly or indirectly controlled by Midco, or in which Midco directly or indirectly holds at least 50% ownership and/or control, may also make call-offs under the Framework Agreements, as long as the new legal entity’s activities are within the usual activities of Midco and its subsidiaries, which are developing, constructing and operating onshore wind, solar and battery energy storage system, projects in the Republic of Ireland and providing energy products to their customers.
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 : Information about review deadlines: In accordance with the provisions of the EC (Award of Contracts by Utility Undertakings) (Review Procedures) Regulations 2010 (S.I. No. 131/2010), and the review procedures set out therein.
Organisation providing additional information about the procurement procedure : Orsted Onshore Ireland Midco Limited

6. Results

6.1 Result lot ldentifier : LOT-0002

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : unpublished
Justification code : Commercial interests of an economic operator
Justification for publishing later : Ørsted has decided to discontinue the Tender Procedure at this time for strategic reasons.

6.1.3 Non-winning tenderers :

Tenderer :
Official name : No winner was chosen - Orsted has decided to discontinue the Tender Procedure at this time for strategic reasons.

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 27

6.1 Result lot ldentifier : LOT-0003

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : unpublished
Justification code : Commercial interests of an economic operator
Justification for publishing later : Ørsted has decided to discontinue the [Tender Procedure/Qualification System] at this time for strategic reasons.

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 27

6.1 Result lot ldentifier : LOT-0005

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : unpublished
Justification code : Commercial interests of an economic operator
Justification for publishing later : Ørsted has decided to discontinue the [Tender Procedure/Qualification System] at this time for strategic reasons.

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 27

6.1 Result lot ldentifier : LOT-0004

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : unpublished
Justification code : Commercial interests of an economic operator
Justification for publishing later : Ørsted has decided to discontinue the [Tender Procedure/Qualification System] at this time for strategic reasons.

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 27

8. Organisations

8.1 ORG-0001

Official name : Orsted Onshore Ireland Midco Limited
Registration number : 137889
Postal address : Floor Five, City Quarter, Lapp’s Quay, T12K27R
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : 000000
Postal address : Four Courts, Inns Quay, Dublin 7, D07 WDX8
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Orsted Onshore Ireland Holdings Limited
Registration number : 445728
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Orsted Onshore Irish Wind 1 Limited
Registration number : 547346
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Orsted Ireland Solar Holdings Limited
Registration number : 586716
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Rathcoursey Solar Farm Ltd
Registration number : 730169
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Lodgewood Solar Farm Limited
Registration number : 691962
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Delamain Solar Farm Limited
Registration number : 717484
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Brittas Wind Farm Limited
Registration number : 733154
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : Gromane Limited
Registration number : 627342
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0012

Official name : Orsted Onshore Ireland Wind Farms 2 Limited
Registration number : 547345
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0013

Official name : Orsted Onshore Ireland Wind Farms 5 Limited
Registration number : 594738
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0014

Official name : Orsted Ireland Green Energy Limited
Registration number : 455826
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0015

Official name : Orsted Onshore Renewable Supply 4 Limited
Registration number : 561095
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0016

Official name : Orsted Renewable Supply 2 Limited
Registration number : 548254
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0017

Official name : Orsted Onshore Ireland Green Services Limited
Registration number : 568137
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0018

Official name : Ballyhoura Energy Supply Limited
Registration number : 563874
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0019

Official name : Coom Green Energy Park Limited
Registration number : 614275
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0020

Official name : Orsted Onshore Ireland Wind Farms 7 Limited
Registration number : 644325
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0021

Official name : Garracummer Wind Farm Limited
Registration number : 383356
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0022

Official name : Inchincoosh Wind Farm Limited
Registration number : 436230
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0023

Official name : Smithstown Windfarm Limited
Registration number : 467106
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0024

Official name : Gneeves Wind Farm Limited
Registration number : 380750
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0025

Official name : Mienvee Energy Limited
Registration number : 362132
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0026

Official name : Lisheen Windfarm Limited
Registration number : 448725
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0027

Official name : Lisheen Wind Farm II Limited
Registration number : 476915
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0028

Official name : Kilgarvan Wind Farm Limited
Registration number : 392514
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0029

Official name : Ballymartin Wind Farm Limited
Registration number : 444756
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0030

Official name : Knockawarriga Wind Farm Limited
Registration number : 416553
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0031

Official name : Knockawarriga II Wind Farm Limited
Registration number : 572164
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0032

Official name : Sorne Wind Limited
Registration number : 353161
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0033

Official name : BW2 Wind Farm Limited
Registration number : 450386
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0034

Official name : Booltiagh Wind Limited
Registration number : 345250
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0035

Official name : Inish Wind Limited
Registration number : 342636
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0036

Official name : Lisheen III Wind Farm Limited
Registration number : 572166
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0037

Official name : Cloghercor Wind Farm Limited
Registration number : 699640
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0038

Official name : Ballinrea Solar Farm Limited
Registration number : 657102
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0039

Official name : Ballinvuskig Solar Farm Limited
Registration number : 657124
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0040

Official name : Garreenleen Solar Farm Limited
Registration number : 673355
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Buyer

8.1 ORG-0041

Official name : No winner was chosen - Orsted has decided to discontinue the Tender Procedure at this time for strategic reasons.
Registration number : 00000
Postal address : Floor Five, City Quarter, Lapp’s Quay, Cork, Co.
Town : Cork
Postcode : T12 Y05K
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : +353 21 422 3600
Roles of this organisation :
Tenderer

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 : 45e465ae-4d8c-4d64-873c-2dca452cbcd7 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 18/09/2025 09:11 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00614848-2025
OJ S issue number : 180/2025
Publication date : 19/09/2025