EU procurement of hospital relocation management

Region Zealand is embarking on a significant consolidation and expansion initiative to establish a new, modern university hospital at the existing “Sjællands Universitetshospital” site in Køge (“New SUH”). Once completed, the facility will comprise approximately 187,000 m2 of clinical, diagnostic, and support functions, making it the largest hospital in the …

CPV: 79410000 Business and management consultancy services, 71530000 Construction consultancy services, 71621000 Technical analysis or consultancy services, 98392000 Relocation services
Deadline:
April 14, 2025, 9:55 p.m.
Deadline type:
Submitting a bid
Place of execution:
EU procurement of hospital relocation management
Awarding body:
Region Sjælland
Award number:
EMN-2025-01749

1. Buyer

1.1 Buyer

Official name : Region Sjælland
Legal type of the buyer : Regional authority
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : EU procurement of hospital relocation management
Description : Region Zealand is embarking on a significant consolidation and expansion initiative to establish a new, modern university hospital at the existing “Sjællands Universitetshospital” site in Køge (“New SUH”). Once completed, the facility will comprise approximately 187,000 m2 of clinical, diagnostic, and support functions, making it the largest hospital in the region. The overall goal is to centralize acute and specialized services, improve patient care and safety, enhance operational efficiency, and strengthen research and teaching capabilities. The construction schedule is divided into multiple stages. Ultimately, multiple hospital sites (including Roskilde and parts of Næstved) will relocate their clinical and support services to the newly expanded New SUH campus in Køge. To facilitate this large-scale move, the Region has commissioned a three-phase relocation. Throughout all phases, patient safety and minimal service disruption are critical. Given the scope of the hospital relocation, Region Zealand envisions that acute and specialized services – particularly Emergency, Intensive Care, and complex diagnostic areas – remain fully operational. Additionally, it is expected that most existing medical equipment, furniture, and other inventory will be reused, presenting both logistical and technical challenges (e.g. moving radiological scanners, ensuring the new or upgraded sterile processing department is active, and coordinating IT/telephony systems). Because of the complexity of the project, Region Zealand is committed to a structured activation phase (of up to 12 months prior to relocation), ensuring that buildings, infrastructure, technology, and personnel are ready for live operations. The relocation itself demands a methodical approach that balances a desire for compressed timelines with the operational realities of critical patient care.
Procedure identifier : 5ad2124c-39bf-4bd0-a4a1-0e81c91c03e2
Internal identifier : EMN-2025-01749
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 98392000 Relocation services

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 12 000 000 Danish krone

2.1.4 General information

Additional information : To obtain further information about this tender and to submit a tender, you must register your interest on the following website: https://www.eu-supply.com/rs.asp and submit any tenders, ask questions, etc. All communication must be conducted through the system. Tenders cannot be submitted in paper form unless explicitly stated in the tender documents. This tender is subject to EU Regulation 576/2022, Article 1, No. 23, which amends EU Regulation 833/2014 by introducing Article 5k concerning the prohibition on awarding public contracts covered by the procurement directives to Russian nationals or legal persons, entities, or bodies established in Russia, etc. Reference is made to EU Regulation 576/2022 for the exact wording and scope of this provision. The Contracting Authority is entitled to request documentation at any time during the procurement process regarding the Tenderer’s and any subcontractors' place of establishment, ownership structure, and other relevant information to ensure compliance with this prohibition. If a Tenderer or its subcontractor is subject to this prohibition, it will result in exclusion from the procurement procedure. In accordance with Section 1.3.1 of the tender conditions, the Tenderer must submit an ESPD together with its tender. The Tenderer will be excluded from participating in the procurement procedure if it is subject to one or more of the mandatory exclusion grounds under Sections 134a, 135, and 136 of the Public Procurement Act and/or the voluntary exclusion grounds under Section 137(1), Nos. 1-2, unless exclusion can be waived pursuant to Section 138 of the Public Procurement Act. Before the Contracting Authority's decision on the award of the contract, the Tenderer to whom the Contracting Authority intends to award the contract must provide documentation in accordance with Sections 151-152, cf. Section 153 of the Public Procurement Act, to confirm the information submitted in the ESPD regarding the exclusion grounds under Sections 135 and 137 of the Public Procurement Act. For Danish companies, the required documentation must be provided in the form of a service certificate issued by the Danish Business Authority. For foreign companies, documentation regarding the mandatory exclusion grounds in Section 135(1) must be provided in the form of an extract from the relevant register or an equivalent document issued by a competent judicial or administrative authority, demonstrating that the Tenderer is not subject to the exclusion grounds. Regarding Section 135(3) and Section 137(1), Nos. 1-2, documentation must be provided in the form of a certificate issued by the competent authority in the relevant country as proof that the Tenderer is not subject to these exclusion grounds. If it is not possible to obtain the above-mentioned documents or certificates, or if they do not cover the exclusion grounds in Section 135(1) or (3) and Section 137(1), Nos. 1-2, they may be replaced by a sworn statement. If sworn statements are not used in the relevant country, a solemn declaration may be submitted before a competent judicial or administrative authority, a notary, or a competent professional organization in the country where the Tenderer is established. The service certificate must be issued no earlier than six months before the request date. Tenderers who do not have a valid service certificate are encouraged to request one no later than at the time of submitting the tender. Documentation may be submitted in Danish, English, German, Swedish, or Norwegian. However, if the Contracting Authority deems it necessary, the Tenderer will be required—at its own expense—to translate the documentation into Danish. Any annexes containing product data sheets, technical specifications, brochures, or similar materials must be in English.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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
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.
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).
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.
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).
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).
Child labour and 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).
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.
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.
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.
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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : EU procurement of hospital relocation management
Description : Region Zealand is embarking on a significant consolidation and expansion initiative to establish a new, modern university hospital at the existing “Sjællands Universitetshospital” site in Køge (“New SUH”). Once completed, the facility will comprise approximately 187,000 m2 of clinical, diagnostic, and support functions, making it the largest hospital in the region. The overall goal is to centralize acute and specialized services, improve patient care and safety, enhance operational efficiency, and strengthen research and teaching capabilities. The construction schedule is divided into multiple stages. Ultimately, multiple hospital sites (including Roskilde and parts of Næstved) will relocate their clinical and support services to the newly expanded New SUH campus in Køge. To facilitate this large-scale move, the Region has commissioned a three-phase relocation. Throughout all phases, patient safety and minimal service disruption are critical. Given the scope of the hospital relocation, Region Zealand envisions that acute and specialized services – particularly Emergency, Intensive Care, and complex diagnostic areas – remain fully operational. Additionally, it is expected that most existing medical equipment, furniture, and other inventory will be reused, presenting both logistical and technical challenges (e.g. moving radiological scanners, ensuring the new or upgraded sterile processing department is active, and coordinating IT/telephony systems). Because of the complexity of the project, Region Zealand is committed to a structured activation phase (of up to 12 months prior to relocation), ensuring that buildings, infrastructure, technology, and personnel are ready for live operations. The relocation itself demands a methodical approach that balances a desire for compressed timelines with the operational realities of critical patient care.
Internal identifier : EMN-2025-01749

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 98392000 Relocation services

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/06/2025
Duration end date : 31/05/2028

5.1.5 Value

Estimated value excluding VAT : 12 000 000 Danish krone

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : To obtain further information about this tender and to submit a tender, you must register your interest on the following website: https://www.eu-supply.com/rs.asp and submit any tenders, ask questions, etc. All communication must be conducted through the system. Tenders cannot be submitted in paper form unless explicitly stated in the tender documents. This tender is subject to EU Regulation 576/2022, Article 1, No. 23, which amends EU Regulation 833/2014 by introducing Article 5k concerning the prohibition on awarding public contracts covered by the procurement directives to Russian nationals or legal persons, entities, or bodies established in Russia, etc. Reference is made to EU Regulation 576/2022 for the exact wording and scope of this provision. The Contracting Authority is entitled to request documentation at any time during the procurement process regarding the Tenderer’s and any subcontractors' place of establishment, ownership structure, and other relevant information to ensure compliance with this prohibition. If a Tenderer or its subcontractor is subject to this prohibition, it will result in exclusion from the procurement procedure. In accordance with Section 1.3.1 of the tender conditions, the Tenderer must submit an ESPD together with its tender. The Tenderer will be excluded from participating in the procurement procedure if it is subject to one or more of the mandatory exclusion grounds under Sections 134a, 135, and 136 of the Public Procurement Act and/or the voluntary exclusion grounds under Section 137(1), Nos. 1-2, unless exclusion can be waived pursuant to Section 138 of the Public Procurement Act. Before the Contracting Authority's decision on the award of the contract, the Tenderer to whom the Contracting Authority intends to award the contract must provide documentation in accordance with Sections 151-152, cf. Section 153 of the Public Procurement Act, to confirm the information submitted in the ESPD regarding the exclusion grounds under Sections 135 and 137 of the Public Procurement Act. For Danish companies, the required documentation must be provided in the form of a service certificate issued by the Danish Business Authority. For foreign companies, documentation regarding the mandatory exclusion grounds in Section 135(1) must be provided in the form of an extract from the relevant register or an equivalent document issued by a competent judicial or administrative authority, demonstrating that the Tenderer is not subject to the exclusion grounds. Regarding Section 135(3) and Section 137(1), Nos. 1-2, documentation must be provided in the form of a certificate issued by the competent authority in the relevant country as proof that the Tenderer is not subject to these exclusion grounds. If it is not possible to obtain the above-mentioned documents or certificates, or if they do not cover the exclusion grounds in Section 135(1) or (3) and Section 137(1), Nos. 1-2, they may be replaced by a sworn statement. If sworn statements are not used in the relevant country, a solemn declaration may be submitted before a competent judicial or administrative authority, a notary, or a competent professional organization in the country where the Tenderer is established. The service certificate must be issued no earlier than six months before the request date. Tenderers who do not have a valid service certificate are encouraged to request one no later than at the time of submitting the tender. Documentation may be submitted in Danish, English, German, Swedish, or Norwegian. However, if the Contracting Authority deems it necessary, the Tenderer will be required—at its own expense—to translate the documentation into Danish. Any annexes containing product data sheets, technical specifications, brochures, or similar materials must be in English.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Minimum requirements for the Tenderers’ economic and financial standing
Description : Positive equity for the last three completed financial years. Annual revenue of at least DKK 25 million in each of the last three completed financial years.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Minimum requirements for the Tenderers’ technical and professional ability
Description : To demonstrate their expertise, the Tenderer must submit five relevant references from similar assignments that, collectively, fulfill the following elements: o At least one reference must include the planning and execution of a hospital relocation. o At least one reference must demonstrate experience with the relocation of sensitive diagnostic and treatment devices, requiring specialized care and adherence to healthcare regulations. o At least one reference must involve the coordinated relocation of a minimum of 200 patients in a single project. o At least one reference must document compliance with established medical and safety protocols during transport. o At least one reference must cover a hospital relocation project executed in multiple phases (minimum 2-3 phases). o At least one reference must demonstrate how the relocation period was reduced to ensure a rapid return to full operational capacity. o At least one reference must include a project where compliance with established medical and safety protocols during patient relocation was required. Each individual reference is not required to fulfill all elements; however, the five submitted references must, when combined, fully cover all the listed elements. If a single reference meets multiple elements, this must be clearly indicated in the submission. Each reference must meet the following additional requirements: Each reference must concern a project that was completed within the past five years, calculated from the tender submission deadline. Each reference must have a minimum contract value of DKK 3-5 million. References must be provided in the ESPD but may also be submitted as a separate document. Each reference must not exceed 2,400 characters. If a reference exceeds this limit, the Contracting Authority will only evaluate the first 2,400 characters; any content beyond this limit will not be considered. If the Tenderer submits more than five references, only the first five listed in the ESPD will be assessed. Any additional references will not be considered. If references from supporting entities are included, they will be reviewed only after the five primary references have been evaluated.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Assessed based on the total evaluation technical price. The total evaluation technical price is calculated based on Contract Annex 2.1, ID 2.2.1, 2.2.2 and 2.2.3, which together creates the foundation for the evaluation technical price in ID 2.2.4.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : Assessed based on the following sub-sub-criterion: - Tendered team of employees (50%) This sub-sub-criterion consists of the following element: - CVs of the Tendered team of employees. The assessment of this sub-sub-criterion will be based on the Tenderer's response in the CV-Templates provided in Contract Annex 3, section 2, sub-section 2.2. The Tenderer must complete the CV-Templates in accordance with the instructions provided in Contract Annex 3, section 2, sub-section 2.1. Positive assessment will be applied based on the information outlined in Contract Annex 3, section 2, sub-section 2.1. An overall assessment of the listed conditions will be conducted. Assessed based on the following sub-sub-criterion: - Approach to handling the hospital relocation (50%) This sub-sub-criterion consists of the following element: - Methods and strategies The assessment of this sub-sub-criterion will be based on the Tenderer’s response in table 1 - Approach to handling the relocation provided in Contract Annex 3, section 3, sub-section 3.2. The Tenderer must complete table 1 in accordance with the instructions provided in Contract Annex 3, section 3, sub-section 3.1. Positive assessment will be applied based on the information outlined in Contract Annex 3, section 3, sub-section 3.1. An overall assessment of the listed conditions will be conducted.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 02/04/2025 21:55 +00:00

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 : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 14/04/2025 21:55 +00:00
Deadline until which the tender must remain valid : 6 Month
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Information about public opening :
Opening date : 14/04/2025 21:55 +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 : The contract requires that the Supplier’s services be delivered in compliance with national and international laws and regulations concerning human rights, labor rights, anti-corruption, and environmental protection. For further details, please refer to Section 13 of the contract.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Information about review deadlines : Precise information on complaint deadlines: Complaints must be submitted to the Complaints Board for Public Procurement within specific deadlines. A complaint regarding the failure to be prequalified must be received by the Complaints Board within 30 days from the day following the contracting authority’s notification of the prequalified candidates. Other complaints must be received by the Complaints Board within six months from the day following the publication of the contracting authority’s contract award notice in the Official Journal of the European Union. In the case of a framework agreement, complaints must be submitted within 12 months from the date on which the contracting authority informed the tenderers of its decision on the award of the contract. A more detailed description can be found on the website of the Complaints Board for Public Procurement: www.klfu.dk.
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation receiving requests to participate : Region Sjælland -
Organisation processing tenders : Region Sjælland -

8. Organisations

8.1 ORG-0001

Official name : Region Sjælland
Registration number : 29190658
Department : Koncern Indkøb
Postal address : Alleen 15
Town : Sorø
Postcode : 4180
Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark
Contact point : Susanne Jensen
Telephone : +45 21566327
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 : Nævnerens Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +45 72405600
Internet address : http://www.klfu.dk
Roles of this organisation :
Review 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) : Københavns omegn ( DK012 )
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 : f94453f8-8d7a-4077-ac81-1bc9a6e69e76 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/03/2025 09:45 +00:00
Notice dispatch date (eSender) : 14/03/2025 11:03 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00170893-2025
OJ S issue number : 53/2025
Publication date : 17/03/2025