Polish Legal Services - Tender for Legal Services to Ørsted in Poland

The Contracting Entity is seeking to award Framework Agreements for each of the three (3) Lots (Lots 1 to 3), under which the Contracting Entity may enter into Call-off Agreements for the provision of legal services. The Framework Agreements will be entered into by Ørsted Services A/S; however, Tenderers are …

CPV: 79100000 Usługi prawnicze
Miejsce wykonania:
Polish Legal Services - Tender for Legal Services to Ørsted in Poland
Miejsce udzielenia zamówienia:
Orsted Baltica 3 Holding sp. z o.o.
Numer nagrody:
Lot 1

1. Buyer

1.1 Buyer

Official name : Orsted Baltica 3 Holding 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 Baltica 2 Holding sp. z o.o.
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 : 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 Polska OF Services s.p. z.o.o.
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 Onshore A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Elektrownia Wiatrowa Baltica 2 sp. z.o.o.
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Elektrownia Wiatrowa Baltica 3 sp. z.o.o.
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 Services A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Polish Legal Services - Tender for Legal Services to Ørsted in Poland
Description : The Contracting Entity is seeking to award Framework Agreements for each of the three (3) Lots (Lots 1 to 3), under which the Contracting Entity may enter into Call-off Agreements for the provision of legal services. The Framework Agreements will be entered into by Ørsted Services A/S; however, Tenderers are advised that Call-off Agreements under a Framework Agreement may be made by any Contracting Entity. The Contracting Entity will enter into three (3) Framework Agreements per each offor Lot 1 and Lot 2, and one (1) Framework agreement per for Lot 3, comprising a total of seven (7) Framework Agreements. It is set out under Clause 7 and 9 in the Service Framework Agreement how the Contracting Entity may purchase under the Framework Agreement.
Procedure identifier : b547266a-4cd9-4809-be1a-d8888caed314
Previous notice : 28282-2025
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Main features of the procedure : The negotiated procedure will be used according to the Utilities Directive, but these Tender Conditions do not create an obligation for the Contracting Entity to apply the Tender conditions or the Tender regulation for the economic operators not protected by the Utilities Directive. Such economic operators may be excluded from or during the Tender procedure by the Contracting Entity. All Tenderers will have the opportunity to submit an Application as part of the Prequalification Stage. Tenderers who are shortlisted to the Tender Stage, cf. Section 4, will have the opportunity to submit a First Tender and one Revised Tender and to participate in at least one round of negotiations. The Contracting Entity reserves the right to consider the first Revised Tender as the BAFO and award the Framework Agreement based on the first Revised Tender, i.e. without additional rounds of negotiations. The Contracting Entity reserves the same right for subsequent Revised Tenders, if any.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services

2.1.2 Place of performance

Country : Poland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 15 600 000 Euro

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 : Lot 1: Full service except for areas of law covered by Lot 2 and Lot 3
Description : This Lot covers all services not covered by Lot 2 (M&A services) and Lot 3 (Employment and labour law services), This includes, but is not limited to the following law areas; a) Administrative/public law, including construction, defence, environmental and energy law; b) Real estate and infrastructure c) Construction and procurement contracts in the context of onshore and offshore renewables projects, including without limitation EPC contracts, other development, supply, design and construction contracts and operation and maintenance agreements d) Corporate and commercial law; e) EU public procurement law in particular in context of the Utilities Directive and the implementation thereof in Poland; f) Banking and finance (except as covered under paragraph (c) in Lot 2); g) Dispute resolution; h) Financial regulation, i) Energy trading and route-to-market agreements, including without limitation all forms of power purchase agreements (PPAs); j) Business ethics (e.g. anti-bribery, anti-money laundering and sanctions); k) IP, cybersecurity and GDPR; and l) Antitrust/competition law (including state aid). The Contracting Entity intends to award three (3) Tenderers with a Framework Agreement for Lot 1. Please note, it is envisaged that the Tenderer offers to second lawyers to Ørsted during Ørsted Group Legal employees’ maternity/paternity leave and other kinds of leave, sickness, resignation from Ørsted and in connection with larger legal projects of a shorter duration or in relation to an overall increase of workload in Ørsted.
Internal identifier : Lot 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services

5.1.2 Place of performance

Country : Poland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 28/07/2025
Duration end date : 15/08/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The Framework Agreements will have a duration of two (2) years, plus two (2) options to extend for maximum twelve (12) months, i.e., the maximum extension of the term will be twenty-four (24) months.

5.1.5 Value

Estimated value excluding VAT : 4 600 000 Euro
Maximum value of the framework agreement : 5 750 000 Euro

5.1.6 General information

The lot will be relaunched if cancelled or unsuccessful
Additional information : The estimated value is indicative and the aggregated purchases made under the Framework Agreement may vary from the estimated value. Unforeseen circumstances might occur if for instance new projects, strategic changes or new needs arise. Therefore, the Contracting Entity has decided to also include the maximum value of 5,75 m.EUR. The estimated value and the maximum value do not preclude or change the Contracting Entity’s possibilities to make modifications to the Contract, cf. article 89 of the Utilities Directive.

5.1.10 Award criteria

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 : 70
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 : 20
Criterion :
Type : Quality
Name : Contractual Terms
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 : 10

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Additional buyer coverage : All affiliates of the Contracting entity and all affiliates who are directly or indirectly controlled by Ørsted Wind Power A/S. Ørsted establish 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 develops, constructs and operates offshore and onshore wind farms, solar farms, energy storage facilities, and bioenergy plants, and provides energy products to its customers.

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud, Nævnenes Hus
Information about review deadlines : In accordance with law no. 593, dated 02/06/2016, complaints about the award of a framework agreement must be filed with the Danish Complaints Board for Public Procurement (Klagenævnet for Udbud) within 6 (six) months from the day after the Contracting Entity has notified the affected applicant and tenderers of the award, cf. § 7, subs. 2 in the law mentioned above.
Organisation providing additional information about the procurement procedure : Ørsted Services A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

5.1 Lot technical ID : LOT-0002

Title : Lot 2: M&A and transactional finance services
Description : This Lot 2 covers legal services related to M&A and transactional finance including, but not limited to: a) National and cross-border transactions and restructurings. b) Advice in relation to acquisitions and divestments (including but not limited to part-nership agreements, shareholder agreements and investment agreements as well as project-related agreements such as construction agreements, operation and maintenance agreements, finance agreements and power purchase agreements) but also any other advice about the transaction irrespective of whether such advice in isolation may be covered Lot 1 and/or Lot 3. c) Advice in relation to financings connected with energy or infrastructure joint ven-tures, acquisitions, or divestments, including project finance. d) Assistance in M&A-related matters before authorities (e.g., in merger clearance proceedings) The Contracting Entity intends to award three (3) Tenderers with a Framework Agreement for Lot 2.
Internal identifier : Lot 2: M&A and transactional finance services

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services

5.1.2 Place of performance

Country : Poland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 15/08/2025
Duration end date : 15/08/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The Framework Agreements will have a duration of two (2) years, plus two (2) options to extend for maximum twelve (12) months, i.e., the maximum extension of the term will be twenty-four (24) months.

5.1.5 Value

Estimated value excluding VAT : 10 000 000 Euro
Maximum value of the framework agreement : 12 500 000 Euro

5.1.6 General information

Additional information : The estimated value is indicative, and the aggregated purchases made under the Framework Agreement may vary from the estimated value. Unforeseen circumstances might occur if for instance new projects, strategic changes or new needs arise. Therefore, the Contracting Entity has decided to also include the maximum value of 12,5 m.EUR. The estimated value and the maximum value do not preclude or change the Contracting Entity’s possibilities to make modifications to the Contract, cf. article 89 of the Utilities Directive.

5.1.10 Award criteria

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 : 70
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 : 20
Criterion :
Type : Quality
Name : Contractual Terms
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 : 10

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Additional buyer coverage : All affiliates of the Contracting entity and all affiliates who are directly or indirectly controlled by Ørsted Wind Power A/S. Ørsted establish 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 develops, constructs and operates offshore and onshore wind farms, solar farms, energy storage facilities, and bioenergy plants, and provides energy products to its customers

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud, Nævnenes Hus
Information about review deadlines : In accordance with law no. 593, dated 02/06/2016, complaints about the award of a framework agreement must be filed with the Danish Complaints Board for Public Procurement (Klagenævnet for Udbud) within 6 (six) months from the day after the Contracting Entity has notified the affected applicant and tenderers of the award, cf. § 7, subs. 2 in the law mentioned above.
Organisation providing additional information about the procurement procedure : Ørsted Services A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation signing the contract : Ørsted Services A/S

5.1 Lot technical ID : LOT-0003

Title : Lot 3: Employment and Labour law Services
Description : This Lot 3 covers legal services related to employment and labour law services including, but not limited to: a) Advice in relation to all employment matters; b) Advice in relation to all social security matters; and c) Assistance in the preparation of company documents concerning employees; The Contracting Entity intends to award one (1) Tenderer with a Framework Agreement for Lot 3.
Internal identifier : Lot 3: Employment and Labour law Services

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services

5.1.2 Place of performance

Country : Poland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 15/08/2025
Duration end date : 15/08/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The Framework Agreements will have a duration of two (2) years, plus two (2) options to extend for maximum twelve (12) months, i.e., the maximum extension of the term will be twenty-four (24) months.

5.1.5 Value

Estimated value excluding VAT : 1 000 000 Euro
Maximum value of the framework agreement : 1 250 000 Euro

5.1.6 General information

Additional information : The estimated value is indicative, and the aggregated purchases made under the Framework Agreement may vary from the estimated value. Unforeseen circumstances might occur if for instance new projects, strategic changes or new needs arise. Therefore, the Contracting Entity has decided to also include the maximum value of 1,25 m.EUR. The estimated value and the maximum value do not preclude or change the Contracting Entity’s possibilities to make modifications to the Contract, cf. article 89 of the Utilities Directive.

5.1.10 Award criteria

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 : 60
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 : 30
Criterion :
Type : Quality
Name : Contractual Terms
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 : 10

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Additional buyer coverage : All affiliates of the Contracting entity and all affiliates who are directly or indirectly controlled by Ørsted Wind Power A/S. Ørsted establish 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 develops, constructs and operates offshore and onshore wind farms, solar farms, energy storage facilities, and bioenergy plants, and provides energy products to its customers.

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud, Nævnenes Hus
Information about review deadlines : In accordance with law no. 593, dated 02/06/2016, complaints about the award of a framework agreement must be filed with the Danish Complaints Board for Public Procurement (Klagenævnet for Udbud) within 6 (six) months from the day after the Contracting Entity has notified the affected applicant and tenderers of the award, cf. § 7, subs. 2 in the law mentioned above.
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 : Konkurrence- og Forbrugerstyrelsen
Organisation signing the contract : Ørsted Services A/S

6. Results

Value of all contracts awarded in this notice : 11 000 000 Euro

6.1 Result lot ldentifier : LOT-0001

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

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 : 15

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : GREENBERG TRAURIG Nowakowska-Zimoch Wysokiński sp.k.
Tender :
Tender identifier : Greenberg Traurig POLISH LEGAL SERVICES BAFO Lot 2
Identifier of lot or group of lots : LOT-0002
Value of the tender : 10 000 000 Euro
The tender was ranked : yes
Rank in the list of winners : 1
The tender is a variant : no
Contract information :
Identifier of the contract : Framework Agreement 1 Polish Legal Services Lot 2
Date on which the winner was chosen : 02/07/2025
Date of the conclusion of the contract : 28/07/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 28282-2025
Organisation signing the contract : Ørsted Services A/S

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 6

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : DLA Piper Giziński Kycia Sp.k.
Tender :
Tender identifier : DLA Piper Polish Legal Services BAFO Lot 2
Identifier of lot or group of lots : LOT-0002
Value of the tender : 10 000 000 Euro
The tender was ranked : yes
Rank in the list of winners : 2
The tender is a variant : no
Contract information :
Identifier of the contract : Framework Agreement 2 Polish Legal Services Lot 2
Date on which the winner was chosen : 02/07/2025
Date of the conclusion of the contract : 28/07/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 28282-2025
Organisation signing the contract : Ørsted Services A/S

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 6

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Consortium of Hengeler Mueller Partnerschaft von Rechtsanwälten mbB and Sołtysiński Kawecki & Szlęzak Kancelaria Radców Prawnych i Adwokatów Spółka Komandytowa
Tender :
Tender identifier : Consortium of HM and SK&S POLISH LEGAL SERVICES BAFO Lot 2
Identifier of lot or group of lots : LOT-0002
Value of the tender : 10 000 000 Euro
The tender was ranked : yes
Rank in the list of winners : 3
The tender is a variant : no
Contract information :
Identifier of the contract : Framework Agreement 3 Polish Legal Services Lot 2
Date on which the winner was chosen : 02/07/2025
Date of the conclusion of the contract : 28/07/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 28282-2025
Organisation signing the contract : Ørsted Services A/S

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 6

6.1 Result lot ldentifier : LOT-0003

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Wardyński i Wspólnicy sp.k.
Tender :
Tender identifier : Wardyński i Wspólnicy POLISH LEGAL SERVICES BAFO Lot 3
Identifier of lot or group of lots : LOT-0003
Value of the tender : 1 000 000 Euro
The tender was ranked : no
The tender is a variant : no
Contract information :
Identifier of the contract : Framework Agreement 1 Polish Legal Services Lot 3
Date on which the winner was chosen : 02/07/2025
Date of the conclusion of the contract : 28/07/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 28282-2025
Organisation signing the contract : Ørsted Services A/S

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 6

8. Organisations

8.1 ORG-0004

Official name : Orsted Baltica 3 Holding sp. z o.o.
Registration number : (KRS) 0000822504
Registration number : (KRS) 0000822504
Postal address : Ul. Chmielna 73
Town : Warsaw
Postcode : 00-801
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Contact point : Saglar Sarangova
Telephone : +48 50 642 46 72
Internet address : www.orsted.com
Information exchange endpoint (URL) : https://www.orstedprocurement.com/
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Orsted Baltica 2 Holding sp. z o.o.
Registration number : (KRS) 0000823288
Postal address : Ul. Chmielna 73
Town : Warsaw
Postcode : 00-801
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Contact point : Saglar Sarangova
Telephone : +48 50 642 46 72
Internet address : www.orsted.com
Information exchange endpoint (URL) : https://www.orstedprocurement.com/
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Ørsted Services A/S
Registration number : 27446485
Postal address : Kraftværksvej 53
Town : Skærbæk
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Saglar Sarangova
Telephone : +48 50 642 46 72
Internet address : www.orsted.com
Information exchange endpoint (URL) : https://www.orstedprocurement.com
Roles of this organisation :
Buyer
Procurement service provider
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation signing the contract

8.1 ORG-0007

Official name : Ørsted A/S
Registration number : DK 36213728
Postal address : Kraftværksvej 53
Town : Skærbæk
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Saglar Sarangova
Telephone : +48 50 642 46 72
Internet address : www.orsted.com
Information exchange endpoint (URL) : https://www.orstedprocurement.com/
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Orsted Polska Sp. z o.o.
Registration number : (KRS) 0000401385
Postal address : Ul. Chmielna 72
Town : Warsaw
Postcode : 00-801
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Contact point : Saglar Sarangova
Telephone : +48 50 642 46 72
Internet address : www.orsted.com
Information exchange endpoint (URL) : https://www.orstedprocurement.com/
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Orsted Polska OF Services s.p. z.o.o.
Registration number : (KRS) 0000730501
Postal address : Ul. Chmielna 73
Town : Warsaw
Postcode : 00-801
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Contact point : Saglar Sarangova
Telephone : +48 50 642 46 72
Internet address : www.orsted.com
Information exchange endpoint (URL) : https://www.orstedprocurement.com/
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Ørsted Salg & Service A/S
Registration number : DK27210538
Postal address : Kraftværksvej 53
Town : Skærbæk
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Poland
Contact point : Saglar Sarangova
Telephone : +48 50 642 46 72
Internet address : www.orsted.com
Information exchange endpoint (URL) : https://www.orstedprocurement.com/
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : Ørsted Bioenergy & Thermal Power A/S
Registration number : DK27446469
Postal address : Kraftværksvej 53
Town : Skærbæk
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Poland
Contact point : Saglar Sarangova
Telephone : +48 50 642 46 72
Internet address : www.orsted.com
Information exchange endpoint (URL) : https://www.orstedprocurement.com/
Roles of this organisation :
Buyer

8.1 ORG-0013

Official name : Ørsted Wind Power A/S
Registration number : DK31849292
Postal address : Kraftværksvej 53
Town : Skærbæk
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Poland
Contact point : Saglar Sarangova
Telephone : +48 50 642 46 72
Roles of this organisation :
Buyer

8.1 ORG-0015

Official name : Ørsted Onshore A/S
Registration number : DK40436839
Postal address : Kraftværksvej 53
Town : Skærbæk
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Saglar Sarangova
Telephone : +48 50 642 46 72
Internet address : www.orsted.com
Information exchange endpoint (URL) : https://www.orstedprocurement.com/
Roles of this organisation :
Buyer

8.1 ORG-0017

Official name : Elektrownia Wiatrowa Baltica 2 sp. z.o.o.
Registration number : (KRS) 0000393178
Postal address : Mokotowska 49
Town : Warsaw
Postcode : 00-542
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Contact point : Saglar Sarangova
Telephone : +48 50 642 46 72
Internet address : www.orsted.com
Information exchange endpoint (URL) : https://www.orstedprocurement.com/
Roles of this organisation :
Buyer

8.1 ORG-0018

Official name : Elektrownia Wiatrowa Baltica 3 sp. z.o.o.
Registration number : (KRS) 0000392905
Postal address : Mokotowska 49
Town : Warsaw
Postcode : 00-542
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Contact point : Saglar Sarangova
Telephone : +48 50 642 46 72
Internet address : www.orsted.com
Information exchange endpoint (URL) : https://www.orstedprocurement.com/
Roles of this organisation :
Buyer

8.1 ORG-0020

Official name : Klagenævnet for Udbud, Nævnenes Hus
Registration number : 10294819
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark
Telephone : +45 72 40 56 00
Internet address : www.naevneneshus.dk
Roles of this organisation :
Review organisation

8.1 ORG-0021

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 37795526
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +45 41715000
Internet address : www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0024

Official name : DLA Piper Giziński Kycia Sp.k.
Size of the economic operator : Large
Registration number : 0000959073
Postal address : ul. Icchoka Lejba Pereca 1
Town : Warsaw
Postcode : 00-849
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Telephone : +48 600 417 564
Internet address : www.dlapiper.com
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002

8.1 ORG-0025

Official name : GREENBERG TRAURIG Nowakowska-Zimoch Wysokiński sp.k.
Size of the economic operator : Large
Registration number : 000007110
Postal address : ul. Chmielna 69
Town : Warsaw
Postcode : 00-801
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Telephone : +48665 195 090
Internet address : www.gtlaw.com
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002

8.1 ORG-0026

Official name : Wardyński i Wspólnicy sp.k.
Size of the economic operator : Medium
Registration number : 0000192239
Postal address : Al. Ujazdowskie 10
Town : Warsaw
Postcode : 00-478
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Telephone : +48602 216 323
Internet address : https://wardynski.com.pl/
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0003

8.1 ORG-0027

Official name : Consortium of Hengeler Mueller Partnerschaft von Rechtsanwälten mbB and Sołtysiński Kawecki & Szlęzak Kancelaria Radców Prawnych i Adwokatów Spółka Komandytowa
Size of the economic operator : Large
Registration number : PR 291 AG Berlin
Registration number : 0001077722
Town : Warsaw
Postcode : 00-478
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Telephone : +49 691 709 5120
Internet address : www.hengeler.com
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002

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 : fdbdc204-6238-4226-8fe6-a7090b38b9b2 - 01
Form type : Result
Notice type : Contract or concession award notice – light regime
Notice dispatch date : 15/09/2025 11:12 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00604555-2025
OJ S issue number : 177/2025
Publication date : 16/09/2025