Dynamic Purchasing System for the Procurement of Gas Storage Obligations

The Danish Energy Agency (DEA) aims to ensure sufficient injection of gas in the Danish storage facilities in order to strengthen security of supply ahead of the 2025/2026 winter season. For this purpose, DEA is establishing a dynamic purchasing system for the procurement of gas storage obligations, where marked operators …

CPV: 09120000 Plynné palivá
Termín:
18. august 2026 8:00
Typ termínu:
Predloženie ponuky
Miesto vykonania:
Dynamic Purchasing System for the Procurement of Gas Storage Obligations
Udeľujúci orgán:
Energistyrelsen
Číslo udelenia:
8013-4064

1. Buyer

1.1 Buyer

Official name : Energistyrelsen
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Dynamic Purchasing System for the Procurement of Gas Storage Obligations
Description : The Danish Energy Agency (DEA) aims to ensure sufficient injection of gas in the Danish storage facilities in order to strengthen security of supply ahead of the 2025/2026 winter season. For this purpose, DEA is establishing a dynamic purchasing system for the procurement of gas storage obligations, where marked operators who wish to offer their services to DEA may be prequalified and then submit bids for individual contracts.
Procedure identifier : 7a24388b-0fba-4361-b0f1-908d7867b2e5
Internal identifier : 8013-4064
Type of procedure : Other single stage procedure

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09120000 Gaseous fuels

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country

2.1.4 General information

Additional information : The following documentation must be submitted with the application in the e-sourcing system, and is the same for both categories: The contracting authority has specified the documentation that a Danish company must submit as proof regarding exclusion grounds. If the candidate is a foreign company, they can use e-Certis to identify the information and documents that are useful as proof. If no documents or certificates are issued in the country where the candidate’s company is established, they can be replaced by a sworn statement. If sworn statements are not used in the country concerned, they can be replaced by a declaration made on oath before a competent judicial or administrative authority, a notary, or a competent professional organization in that country. The candidate, if it is a Danish company, must submit a service certificate issued by the Danish Business Authority, containing information about: • Grounds for exclusion regarding criminal convictions according to the Danish Public Procurement Act § 135(1). • Payment of taxes and duties or contributions to social security schemes according to the Danish Public Procurement Act § 135(3) and § 137(1), number 6. • Grounds for exclusion regarding bankruptcy, insolvency, or liquidation proceedings according to the Danish Public Procurement Act § 137(1), number 2. Tenderer shall, by signing Appendix A, declare that it is not an economic operator subject to the prohibition in Article 5k of the Council Regulation (EU) 2022/576.
Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
Child labour and including other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Breaching obligation relating to payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Breaching obligation relating to payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Arrangement with creditors : Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator : Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Dynamic Purchasing System for the Procurement of Gas Storage Obligations, Category Pay-as-bid
Description : The Danish Energy Agency (DEA) aims to ensure sufficient injection of gas in the Danish storage facilities in order to strengthen security of supply ahead of the 2025/2026 winter season. For this purpose, DEA is establishing a dynamic purchasing system for the procurement of gas storage obligations, where marked operators who wish to offer their services to DEA may be prequalified and then submit bids for individual contracts. A gas storage obligation means that the winning tenderer has to ensure that the agreed amount of gas, as defined in Directive (EU) 2024/1788 of the European Parliament and the Council of 13 June 2024, is stored in the gas storage facilities Stenlille Storage Facility and the Lille Torup Storage Facility at the date and time set specified out in the agreement.
Internal identifier : Category 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09120000 Gaseous fuels
Quantity : 7 111 000

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 9 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The estimated amount for the storage obligation is 7,111,000 MWh. It cannot be guaranteed that the full volume will be procured through the dynamic purchasing system. The contracting authority reserves the right to choose which category the specific procurements are conducted within.

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See conditions for establishing a dynamic purchasing system for the procurement of gas storage obligations.
Category of award weight criterion : Fixed value (total)
Award criterion number : 100

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Deadline for receipt of tenders : 18/08/2026 08:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Delivery date is 15 November 2025 6 AM.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : Payment is made per MWh delivered on the day of delivery. In case of non-delivery, the bidder will be charged a penalty for each MWh not delivered.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice

5.1.16 Further information, mediation and review

Mediation organisation : Klagenævnet for Udbud
Review organisation : Klagenævnet for Udbud
Information about review deadlines : Precise Information on Complaint Deadlines: Pursuant to Consolidation Act No. 593 of 02.06.2016 on the Act on the Complaints Board for Public Procurement, the following complaint deadlines apply in relation to the execution of tenders: A complaint regarding not being prequalified must be submitted to the Complaints Board for Public Procurement within 20 calendar days from the day after the contracting authority has sent a notification to the affected applicants about who has been prequalified, provided that the notification includes a brief explanation of the relevant reasons for the decision, cf. Section 7(1) of the Act. A complaint regarding the awarding of the contract must be submitted to the Complaints Board for Public Procurement within 45 days after the contracting authority has published a notice in the Official Journal of the European Union stating that the contract has been awarded. A complaint related to the conclusion of a framework agreement must be submitted within 6 months from the day after the contracting authority has notified the affected applicants and tenderers. No later than at the same time as submitting a complaint to the Complaints Board for Public Procurement, the complainant must notify the contracting authority in writing that a complaint has been submitted and whether the complaint has been filed within the standstill period, cf. Section 6(4) of the Act. In cases where the complaint is not submitted within the standstill period, the complainant must also state whether a request for suspensive effect of the complaint is being made, cf. Section 12(1) of the Act. At the time of submitting the complaint, a complaint fee of DKK 20,000 must be paid to the Complaints Board for Public Procurement.
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

5.1 Lot technical ID : LOT-0002

Title : Dynamic Purchasing System for the Procurement of Gas Storage Obligations, Category Pay-as-clear
Description : The Danish Energy Agency (DEA) aims to ensure sufficient injection of gas in the Danish storage facilities in order to strengthen security of supply ahead of the 2025/2026 winter season. For this purpose, DEA is establishing a dynamic purchasing system for the procurement of gas storage obligations, where marked operators who wish to offer their services to DEA may be prequalified and then submit bids for individual contracts. A gas storage obligation means that the winning tenderer has to ensure that the agreed amount of gas, as defined in Directive (EU) 2024/1788 of the European Parliament and the Council of 13 June 2024, is stored in the gas storage facilities Stenlille Storage Facility and the Lille Torup Storage Facility at the date and time set specified out in the agreement.
Internal identifier : Category 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09120000 Gaseous fuels
Quantity : 7 111 000

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 9 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The estimated amount for the storage obligation is 7,111,000 MWh. The estimated amount for the storage obligation is 7,111,000 MWh. It cannot be guaranteed that the full volume will be procured through the dynamic purchasing system. The contracting authority reserves the right to choose which category the specific procurements are conducted within.

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See conditions for establishing a dynamic purchasing system for the procurement of gas storage obligations.
Category of award weight criterion : Fixed value (total)
Award criterion number : 100

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Deadline for receipt of tenders : 18/08/2026 08:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Delivery date is 15 November 2025 6 AM.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : Payment is made per MWh delivered on the day of delivery. In case of non-delivery, the bidder will be charged a penalty for each MWh not delivered.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice

5.1.16 Further information, mediation and review

Mediation organisation : Klagenævnet for Udbud
Review organisation : Klagenævnet for Udbud
Information about review deadlines : Precise Information on Complaint Deadlines: Pursuant to Consolidation Act No. 593 of 02.06.2016 on the Act on the Complaints Board for Public Procurement, the following complaint deadlines apply in relation to the execution of tenders: A complaint regarding not being prequalified must be submitted to the Complaints Board for Public Procurement within 20 calendar days from the day after the contracting authority has sent a notification to the affected applicants about who has been prequalified, provided that the notification includes a brief explanation of the relevant reasons for the decision, cf. Section 7(1) of the Act. A complaint regarding the awarding of the contract must be submitted to the Complaints Board for Public Procurement within 45 days after the contracting authority has published a notice in the Official Journal of the European Union stating that the contract has been awarded. A complaint related to the conclusion of a framework agreement must be submitted within 6 months from the day after the contracting authority has notified the affected applicants and tenderers. No later than at the same time as submitting a complaint to the Complaints Board for Public Procurement, the complainant must notify the contracting authority in writing that a complaint has been submitted and whether the complaint has been filed within the standstill period, cf. Section 6(4) of the Act. In cases where the complaint is not submitted within the standstill period, the complainant must also state whether a request for suspensive effect of the complaint is being made, cf. Section 12(1) of the Act. At the time of submitting the complaint, a complaint fee of DKK 20,000 must be paid to the Complaints Board for Public Procurement.
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate : Energistyrelsen
Organisation processing tenders : Energistyrelsen

8. Organisations

8.1 ORG-0001

Official name : Energistyrelsen
Registration number : 59778714
Department : Energistyrelsen
Postal address : Carsten Niebuhrs Gade 43
Town : København V
Postcode : 1577
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Sofie Ørsted
Telephone : +45 72545815
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405600
Roles of this organisation :
Review organisation
Mediation organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 28928eda-0dc3-4eec-9bc1-646206979d85 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/07/2025 08:42 +00:00
Notice dispatch date (eSender) : 16/07/2025 12:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00467887-2025
OJ S issue number : 135/2025
Publication date : 17/07/2025