Multi-supplier framework agreements for ​the provision of consultancy services in the Republic of Ireland​ - LOT B-E - Cancellation Notice

The Contracting Entity is cancelling this RFT. Orsted was 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 …

CPV: 71318000 Byggtekniska konsulttjänster och rådgivning, 79415200 Rådgivning avseende design, 71336000 Stödtjänster tillhandahållna av ingenjörer, 71322000 Ingenjörstjänster avseende väg- och vattenbyggnation, 72224000 Konsulttjänster för projektledning, 71621000 Teknisk analys eller konsulttjänster, 79411000 Allmän organisationsrådgivning, 71317210 Konsulttjänster för hälsa och säkerhet, 71314300 Konsulttjänster för energibesparing, 71340000 Integrerade byggtekniska tjänster, 71311100 Stödtjänster för väg- och vattenbyggnad, 71600000 Teknisk provning, analys och konsulttjänster, 73220000 Utvecklingsrådgivning, 73210000 Forskningsrådgivning, 90712000 Miljöplanering, 71356400 Tekniska planeringstjänster
Plats för avrättning:
Multi-supplier framework agreements for ​the provision of consultancy services in the Republic of Ireland​ - LOT B-E - Cancellation Notice
Plats för tilldelning:
Orsted Onshore Ireland Holdings Limited
Tilldelningsnummer:
1

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Multi-supplier framework agreements for ​the provision of consultancy services in the Republic of Ireland​ - LOT B-E - Cancellation Notice
Description : The Contracting Entity is cancelling this RFT. Orsted was 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. Applicants may submit an Application for one or more Lots B-E. 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 BESS projects in the Republic of Ireland
Procedure identifier : 5074d197-2fb1-45af-bbea-e52658fb9fb0
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 ): 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 ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 71317210 Health and safety 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

2.1.2 Place of performance

Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland

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 : Ørsted has decided to discontinue this competition at this time for strategic reasons
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : PROVISION OF PLANNING CONSULTANCY SERVICES FOR ONSHORE WIND PROJECTS IN THE REPUBLIC OF IRELAND - Cancellation Notice
Description : The Contracting Entity is cancelling this RFT. Orsted was 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. Applicants may submit an Application for one or more Lots B-E. 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 BESS projects in the Republic of Ireland
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main 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 ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 71317210 Health and safety 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

5.1.2 Place of performance

Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 5 Year

5.1.5 Value

Estimated value excluding VAT : 20 500 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Cost 30% Quality 70%

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
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 : Aligned to remedies legislation
Organisation providing additional information about the procurement procedure : Orsted Onshore Ireland Holdings Limited
Organisation providing offline access to the procurement documents : Orsted Onshore Ireland Holdings Limited
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Orsted Onshore Ireland Holdings Limited

5.1 Lot technical ID : LOT-0002

Title : PROVISION OF ECOLOGY CONSULTANCY SERVICES FOR ONSHORE WIND PROJECTS IN THE REPUBLIC OF IRELAND - Cancellation Notice
Description : The Contracting Entity is canceling this RFT. Orsted was 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. Applicants may submit an Application for one or more Lots B-E. 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 BESS projects in the Republic of Ireland
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main 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 ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 71317210 Health and safety 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

5.1.2 Place of performance

Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 5 Year

5.1.5 Value

Estimated value excluding VAT : 20 500 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Cost 30% Quality 70%

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
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 : Aligned to remedies legislation
Organisation providing additional information about the procurement procedure : Orsted Onshore Ireland Holdings Limited
Organisation providing offline access to the procurement documents : Orsted Onshore Ireland Holdings Limited
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Orsted Onshore Ireland Holdings Limited

5.1 Lot technical ID : LOT-0003

Title : PROVISION OF PLANNING AND ECOLOGY CONSULTANCY SERVICES FOR SOLAR PROJECTS IN THE REPUBLIC OF IRELAND - Cancellation Notice
Description : The Contracting Entity is cancelling this RFT. Orsted was 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. Applicants may submit an Application for one or more Lots B-E. 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 BESS projects in the Republic of Ireland
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main 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 ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 71317210 Health and safety 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

5.1.2 Place of performance

Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 5 Year

5.1.5 Value

Estimated value excluding VAT : 20 500 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Cost 30% Quality 70%

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
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 : Aligned to remedies legislation
Organisation providing additional information about the procurement procedure : Orsted Onshore Ireland Holdings Limited
Organisation providing offline access to the procurement documents : Orsted Onshore Ireland Holdings Limited
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Orsted Onshore Ireland Holdings Limited

5.1 Lot technical ID : LOT-0004

Title : PROVISION OF PLANNING AND ECOLOGY CONSULTANCY SERVICES FOR BESS PROJECTS IN THE REPUBLIC OF IRELAND - Cancellation Notice
Description : The Contracting Entity is canceling this notice. Orsted was 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. Applicants may submit an Application for one or more Lots B-E. 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 BESS projects in the Republic of Ireland
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main 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 ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 71317210 Health and safety 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

5.1.2 Place of performance

Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 5 Year

5.1.5 Value

Estimated value excluding VAT : 20 500 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Cost 30% Quality 70%

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
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 : Aligned to remedies legislation
Organisation providing additional information about the procurement procedure : Orsted Onshore Ireland Holdings Limited
Organisation providing offline access to the procurement documents : Orsted Onshore Ireland Holdings Limited
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Orsted Onshore Ireland Holdings Limited

6. Results

6.1 Result lot ldentifier : LOT-0001

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of the buyer, because of a change in needs

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

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of the buyer, because of a change in needs

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 : 19

6.1 Result lot ldentifier : LOT-0003

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of the buyer, because of a change in needs

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 : 21

6.1 Result lot ldentifier : LOT-0004

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of the buyer, because of a change in needs

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 : 21

8. Organisations

8.1 ORG-0001

Official name : Orsted Onshore Ireland Holdings Limited
Registration number : 445728
Postal address : 5th Floor, City Quarter, Lapps Quay, Cork City
Town : Cork
Postcode : T12K27R
Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Telephone : 021 422 3600
Internet address : www.orsted.ie
Buyer profile : www.orsted.ie
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation executing the payment

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 13bf350d-d90c-4540-bf25-f5a90eafdfea - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 23/10/2025 10:07 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00704604-2025
OJ S issue number : 205/2025
Publication date : 24/10/2025