This tender procedure concerns the award of 3 (three) independent agreements awarded on the basis of the fuel types F-35 A1 Jet Fuel, F-54 Automotive Diesel Fuel and F-75/F-76 Marine Gas Oil (Naval Fuel). The sub agreements are divided as follows: Sub agreement no. 1: F-35- A1 Jet Fuel with delivery by ship to Esbjerg Port Sub agreement no. 2: F-54 Automotive Diesel Fuel with delivery by ship to Esbjerg Port Sub agreement no. 3: F-75 Marine Gas Oil (Naval Fuel) with delivery by ship to Frederikshavn Port and Korsør Port.
Deadline
Fristen for modtagelse af bud var på 2025-08-13.
Indkøbet blev offentliggjort på 2025-06-27.
Udbudsbekendtgørelse (2025-06-27) Objekt Omfanget af udbuddet
Titel: Acquisition of F-35 Jet Fuel, F-54 Automotive Diesel Fuel and F-75/F-76 Naval Fuel (Marina Gas Oil).
Referencenummer: 2025/011733
Kort beskrivelse:
“This tender procedure concerns the award of 3 (three) independent agreements awarded on the basis of the fuel types F-35 A1 Jet Fuel, F-54 Automotive Diesel...”
Kort beskrivelse
This tender procedure concerns the award of 3 (three) independent agreements awarded on the basis of the fuel types F-35 A1 Jet Fuel, F-54 Automotive Diesel Fuel and F-75/F-76 Marine Gas Oil (Naval Fuel).
The sub agreements are divided as follows:
Sub agreement no. 1: F-35- A1 Jet Fuel with delivery by ship to Esbjerg Port
Sub agreement no. 2: F-54 Automotive Diesel Fuel with delivery by ship to Esbjerg Port
Sub agreement no. 3: F-75 Marine Gas Oil (Naval Fuel) with delivery by ship to
Frederikshavn Port and Korsør Port.
1️⃣
Beskrivelse af udbuddet:
“The acquisition concerns F-35 Jet fuel for a range of aviation capacities, ranging from fighters to transporters and helicopters. The fuel is to be...”
Beskrivelse af udbuddet
The acquisition concerns F-35 Jet fuel for a range of aviation capacities, ranging from fighters to transporters and helicopters. The fuel is to be delivered to the North European Pipeline System (NEPS) through ship to Esbjerg Port. F-35 Jet fuel is the North Atlantic Treaty Organisation (NATO) designated for jet fuel compliant with the minimum quality requirements set out by NATO STANAG 3747 – Guide specifications (minimum quality standards) for aviation turbine fuels (Grade F-35 Jet fuel).
Vis mere
Yderligere oplysninger:
“In accordance with section 134a of the Danish Public Procurement Act the contracting entity shall exclude a candidate or tenderer from participation in a...”
Yderligere oplysninger
In accordance with section 134a of the Danish Public Procurement Act the contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer is established in a country that is included in the EU list of non-cooperative jurisdictions for tax purposes and has not acceded to the WTO Government Procurement Agreement or other trade agreements committing Denmark to open the public procurement market to tenderers established in that country. However, for reasons of overriding public interest, the contracting entity may refrain from excluding a candidate or tenderer that is subject to the ground for exclusion.
It is stressed, however, that the voluntary grounds for exclusion in section 137 of the Danish Public Procurement Act do not apply for this procurement, irrespective of whether the text in (which is system-generated) may suggest this.
No particular legal form is required. If the agreement is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liability and appoint one supplier to represent the group.
It is pointed out that this procedure is subject to Article 5k of Regulation (EU) no. 833/2014, as amended. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies etc. (reference is made to Article 5k, section 1 for the exact delimitation of the operators that are subject to the prohibition). DALO reserves the right at any time during the tender process to require tenderers to prove that they are not subject to the prohibition, for example by requiring documentation regarding the tenderers’ and any subcontractors’ place of establishment and ownership.
DALO reserves the right at any time during the tender process to require tenderers to prove that they are not subject to the prohibition, for example by requirering documentation regarding the tenderers' and any subcontractors' place of establishment and ownership.
As part of the submission of offer, the tenderermust submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions, see sections. In this connection, DALO reserves the right, at any time during the tender process, to let the [tenderer/candidate] rectify a missing or inadequately completed self-declaration.
DALO has uploaded a template (available in the electronic tender system) which must be used as declaration.
Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the self-declaration must be submitted separately for each of the participating entities.
DALO reserves the right – but is not obliged – to use the remedies provided for in section 159(5) of the Danish Public Procurement Act if [requests to participate or] offers do not fulfil the requirements of the tender documents. It should be noted that irrespective of the wording of the requirements of the tender documents to the effect that information, declarations and documentation must be submitted, e.g. concerning a description of the deliverables put up for tender, DALO is not prevented from obtaining additional information, etc., pursuant to section 159(5), cf. section 159(6) of the Danish Public Procurement Act.
Prior to decision on award of the agreement, DALO requires that the tenderer to whom DALO intends to award the agreement presents documentation for the information stated in the ESPD, see sections 151-155 of the Danish Public Procurement Act.
DALO demands that the tenderer and each of the legal entities on whose economic and financial capacities the tenderer relies undertake joint and several liability for the performance of the agreement.
The estimated amount of the framework agreement is 40.000.000 litre, and the maximum amount of the framework agreement is 120.000.000 litre. The reason for the difference between the stated amounts is the uncertainty regarding the final amount of the framework agreement and the uncertainty in the need for arming the Danish defense and the current world situation. Hence, the estimated amount constitutes DALO’s most qualified estimate of the amount of the framework agreement at the present moment, while the maximum amount constitutes the maximum amount of purchases under the framework agreement in its duration.
The offer shall be in English
Vis mere
Yderligere produkter/tjenester: Brændselsstoffer📦
Yderligere produkter/tjenester: Produkter af mineralolie, stenkul og olie📦
Hovedsted eller sted for udførelsen:
“Delivery by ship to Esbjerg Port.”
Sted for udførelsen: Københavns omegn🏙️
Varighed: 4 (YEAR)
Nedenstående tidsramme er udtrykt i antal år.
Kriterier for tildeling
Pris ✅
Pris (justeringskoefficient): 60
Kvalitetskriterium (navn): Security of supply
Kvalitetskriterium (vægtning): 40
Titel
Partiets identifikationsnummer: LOT-0001
2️⃣
Beskrivelse af udbuddet:
“The Danish Defence requires F-54 Automotive Diesel Fuel for a range of ground based equipment, ranging from vehicles used on military establishments and...”
Beskrivelse af udbuddet
The Danish Defence requires F-54 Automotive Diesel Fuel for a range of ground based equipment, ranging from vehicles used on military establishments and public roads to emergency power generators. This specification covers the requirements for F-54 diesel fuel to be delivered to Esbjerg Port into.the North European Pipeline System (NEPS). F-54 is the North Atlantic Treaty Organisation (NATO) designation for automotive diesel fuel compliant with the minimum quality requirements set out by NATO STANAG 7090 – Guide specification for NATO ground fuels (Grade F-54).
Vis mere
Yderligere oplysninger:
“In accordance with section 134a of the Danish Public Procurement Act the contracting entity shall exclude a candidate or tenderer from participation in a...”
Yderligere oplysninger
In accordance with section 134a of the Danish Public Procurement Act the contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer is established in a country that is included in the EU list of non-cooperative jurisdictions for tax purposes and has not acceded to the WTO Government Procurement Agreement or other trade agreements committing Denmark to open the public procurement market to tenderers established in that country. However, for reasons of overriding public interest, the contracting entity may refrain from excluding a candidate or tenderer that is subject to the ground for exclusion.
It is stressed, however, that the voluntary grounds for exclusion in section 137 of the Danish Public Procurement Act do not apply for this procurement, irrespective of whether the text in (which is system-generated) may suggest this.
No particular legal form is required. If the agreement is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liability and appoint one supplier to represent the group.
It is pointed out that this procedure is subject to Article 5k of Regulation (EU) no. 833/2014, as amended. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies etc. (reference is made to Article 5k, section 1 for the exact delimitation of the operators that are subject to the prohibition). DALO reserves the right at any time during the tender process to require tenderers to prove that they are not subject to the prohibition, for example by requiring documentation regarding the tenderers’ and any subcontractors’ place of establishment and ownership.
DALO reserves the right at any time during the tender process to require tenderers to prove that they are not subject to the prohibition, for example by requirering documentation regarding the tenderers' and any subcontractors' place of establishment and ownership.
As part of the submission of offer, the tenderermust submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions, see sections. In this connection, DALO reserves the right, at any time during the tender process, to let the [tenderer/candidate] rectify a missing or inadequately completed self-declaration.
DALO has uploaded a template (available in the electronic tender system) which must be used as declaration.
Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the self-declaration must be submitted separately for each of the participating entities.
DALO reserves the right – but is not obliged – to use the remedies provided for in section 159(5) of the Danish Public Procurement Act if [requests to participate or] offers do not fulfil the requirements of the tender documents. It should be noted that irrespective of the wording of the requirements of the tender documents to the effect that information, declarations and documentation must be submitted, e.g. concerning a description of the deliverables put up for tender, DALO is not prevented from obtaining additional information, etc., pursuant to section 159(5), cf. section 159(6) of the Danish Public Procurement Act.
Prior to decision on award of the agreement, DALO requires that the tenderer to whom DALO intends to award the agreement presents documentation for the information stated in the ESPD, see sections 151-155 of the Danish Public Procurement Act.
DALO demands that the tenderer and each of the legal entities on whose economic and financial capacities the tenderer relies undertake joint and several liability for the performance of the agreement.
The estimated amount of the framework agreement is 24.000.000 litre, and the maximum amount of the framework agreement is 72.000.000 litre. The reason for the difference between the stated amounts is the uncertainty regarding the final amount of the framework agreement and the uncertainty in the need for arming the Danish defense and the current world situation. Hence, the estimated amount constitutes DALO’s most qualified estimate of the amount of the framework agreement at the present moment, while the maximum amount constitutes the maximum amount of purchases under the framework agreement in its duration.
The offer shall be in English
Vis mere Titel
Partiets identifikationsnummer: LOT-0002
3️⃣
Beskrivelse af udbuddet:
“The Danish Defence requires F-75 & F-76 Marine Gas Oil (Naval fuel) for a range of naval based capacities, ranging from smaller vessels to be used in...”
Beskrivelse af udbuddet
The Danish Defence requires F-75 & F-76 Marine Gas Oil (Naval fuel) for a range of naval based capacities, ranging from smaller vessels to be used in domestic waters to larger ocean going vessels. This specification covers the requirements for F-75 & F-76 Marine Gas Oil (Naval Fuel) mainly to be deliveredat the port on the two Danish Naval Bases in Frederikshavn (Frederikshavn Port) and Korsør (Korsør Port). F-75 & F-76 Marine Gas Oil is the North Atlantic Treaty Organisation (NATO) designation for Marine Gas Oil (Naval Fuel) compliant with the minimum quality requirements set out by NATO STANAG 1385 –
Guide specification for NATO naval fuels (Grades F-75 & F-76).
Vis mere
Yderligere oplysninger:
“In accordance with section 134a of the Danish Public Procurement Act the contracting entity shall exclude a candidate or tenderer from participation in a...”
Yderligere oplysninger
In accordance with section 134a of the Danish Public Procurement Act the contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer is established in a country that is included in the EU list of non-cooperative jurisdictions for tax purposes and has not acceded to the WTO Government Procurement Agreement or other trade agreements committing Denmark to open the public procurement market to tenderers established in that country. However, for reasons of overriding public interest, the contracting entity may refrain from excluding a candidate or tenderer that is subject to the ground for exclusion.
It is stressed, however, that the voluntary grounds for exclusion in section 137 of the Danish Public Procurement Act do not apply for this procurement, irrespective of whether the text in (which is system-generated) may suggest this.
No particular legal form is required. If the agreement is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liability and appoint one supplier to represent the group.
It is pointed out that this procedure is subject to Article 5k of Regulation (EU) no. 833/2014, as amended. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies etc. (reference is made to Article 5k, section 1 for the exact delimitation of the operators that are subject to the prohibition). DALO reserves the right at any time during the tender process to require tenderers to prove that they are not subject to the prohibition, for example by requiring documentation regarding the tenderers’ and any subcontractors’ place of establishment and ownership.
DALO reserves the right at any time during the tender process to require tenderers to prove that they are not subject to the prohibition, for example by requirering documentation regarding the tenderers' and any subcontractors' place of establishment and ownership.
As part of the submission of offer, the tenderermust submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions, see sections. In this connection, DALO reserves the right, at any time during the tender process, to let the [tenderer/candidate] rectify a missing or inadequately completed self-declaration.
DALO has uploaded a template (available in the electronic tender system) which must be used as declaration.
Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the self-declaration must be submitted separately for each of the participating entities.
DALO reserves the right – but is not obliged – to use the remedies provided for in section 159(5) of the Danish Public Procurement Act if [requests to participate or] offers do not fulfil the requirements of the tender documents. It should be noted that irrespective of the wording of the requirements of the tender documents to the effect that information, declarations and documentation must be submitted, e.g. concerning a description of the deliverables put up for tender, DALO is not prevented from obtaining additional information, etc., pursuant to section 159(5), cf. section 159(6) of the Danish Public Procurement Act.
Prior to decision on award of the agreement, DALO requires that the tenderer to whom DALO intends to award the agreement presents documentation for the information stated in the ESPD, see sections 151-155 of the Danish Public Procurement Act.
DALO demands that the tenderer and each of the legal entities on whose economic and financial capacities the tenderer relies undertake joint and several liability for the performance of the agreement.
The estimated amount of the framework agreement is 70.000.000 litre, and the maximum amount of the framework agreement is 210.000.000 litre. The reason for the difference between the stated amounts is the uncertainty regarding the final amount of the framework agreement and the uncertainty in the need for arming the Danish defense and the current world situation. Hence, the estimated amount constitutes DALO’s most qualified estimate of the amount of the framework agreement at the present moment, while the maximum amount constitutes the maximum amount of purchases under the framework agreement in its duration.
The offer shall be in English
Vis mere
Hovedsted eller sted for udførelsen:
“Delivery by ship to Naval base Frederikshavn (Frederikshavn Port) and Naval Base Korsør (Korsør Port).” Titel
Partiets identifikationsnummer: LOT-0003
Procedure Type af procedure
Åben procedure ✅ Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2025-08-13 11:00:00 📅
Betingelser for åbning af buddene: 2025-08-13 11:05:00 📅
Betingelser for åbning af buddene (sted): The offers will be opened in the electronic procurement system. Tenderers do not have the opportunity to be present when the offers are opened.
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 6
Oplysninger om en rammeaftale eller et dynamisk indkøbssystem
Rammeaftale med en enkelt operatør ✅
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Financial ratio: Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Financial ratio: Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares that the actual values for the required ratios are as follows:
The tenderer must have an positive equity ratio in each of the last 2 financial years available.
The tenderer and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD. The equity and total assets must be stated in [EUR/DKK].
If the tenderer is composed of a group of entities (e.g. consortium), including temporary joint ventures, the equity ratio will be calculated by dividing the sum of the equities of all participants with the sum of the total assets of all participants (the sum of equities/the sum of total assets x 100) in each of the last 2 financial years available.
If the tenderer relies on the economic and financial standing of an entity or entities (e.g. a parent or sister company or a subcontractor), the equity ratio will be calculated by dividing the sum of the tenderer’s and the entity’s/entities’ equity with the sum of the tenderer’s and the entity’s/entities’ total assets (the sum of equities/the sum of total assets x 100) in each of the last 2 financial years available.
Upon request from DALO, the tenderer must submit the following documentation:
Annual reports or excerpts thereof or other documentation stating the tenderer’s equity and total assets at the end of the last 2 financial years available if publication of annual reports is required under the law of the country in which the tenderer is established. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the documentation must be provided for each of the participating entities. If the tenderer relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the documentation must also be provided for each such entity or entities.
Vis mere Betingelser for deltagelse
Liste og kortfattet beskrivelse af betingelserne:
“If the tenderer relies on the educational or professional qualifications, or professional experience, of another entity or other entities in relation to the...”
Liste og kortfattet beskrivelse af betingelserne
If the tenderer relies on the educational or professional qualifications, or professional experience, of another entity or other entities in relation to the performance of specific aspects of the services in the agreement in regard to which the tenderer has submitted offer, the specific aspects of such services must be performed by the entity or entities on which the tenderer relies.
Vis mere
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem:
“Payment shall take place no later than 30 days after the supplier has forwarded a satisfactory invoice to DALO. The specific payment terms will be included...”
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem
Payment shall take place no later than 30 days after the supplier has forwarded a satisfactory invoice to DALO. The specific payment terms will be included in the tender documents.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“The agreement contains requirements regarding labour clause, CSR requirements, international sanctions as well as provisions regarding risk assessment and...”
Betingelser for opfyldelse af kontrakten
The agreement contains requirements regarding labour clause, CSR requirements, international sanctions as well as provisions regarding risk assessment and follow-up actions; reference is made to the tender documents for further information. In the procurement of the agreement, the risk profile is assessed to the following follow-up action (risk level): B.
Supplerende oplysninger Gennemgå organ
Navn: Klagenævnet for Udbud
Nationalt registreringsnummer: 37795526
Postadresse: Toldboden 2
Postnummer: 8800
Postby: Viborg
Region: Vestjylland🏙️
Land: Danmark 🇩🇰
E-mail: klfu@naevneneshus.dk📧
Telefon: +45 72405600📞 Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Nationalt registreringsnummer: 10294819
Postadresse: Carl Jacobsens Vej 35
Postnummer: 2500
Postby: Valby
Region: Byen København🏙️
Land: Danmark 🇩🇰
E-mail: kfst@kfst.dk📧
Telefon: +45 41715000📞 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Pursuant to the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for filing a complaint apply:
1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into an agreement. The deadline is calculated from the day after the day when the notice was published.
2) Thirty calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that an agreement based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision.
3) Six months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2).
The complainant must inform the contracting entity of the complaint in writing not later than simultaneously with the lodging of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, see section 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the appeal be granted suspensory effect, see section 12(1).
The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.
Vis mere Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Kilde: OJS 2025/S 122-419977 (2025-06-27)