Brandbu water treatment plant - E02 Building with technical installations

The contracting authority, the unit for water, sewage and sanitation in Gran municipality invite tenderers to a competition for a contract for Brandbu water treatment facility E02 Building with technical installations. The water treatment facility in Brandbu and the accompanying infrastructure is divided into three execution contracts, including E01 Machine …

CPV: 45000000 Trabajos de construcción, 45200000 Trabajos generales de construcción de inmuebles y obras de ingeniería civil, 45232000 Obras auxiliares para tuberías y cables, 45252126 Trabajos de construcción de plantas de tratamiento de agua potable
Plazo:
6 de mayo de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Brandbu water treatment plant - E02 Building with technical installations
Organismo adjudicador:
Gran Kommune
Número de premio:
25/02948

1. Buyer

1.1 Buyer

Official name : Gran Kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : Brandbu water treatment plant - E02 Building with technical installations
Description : The contracting authority, the unit for water, sewage and sanitation in Gran municipality invite tenderers to a competition for a contract for Brandbu water treatment facility E02 Building with technical installations. The water treatment facility in Brandbu and the accompanying infrastructure is divided into three execution contracts, including E01 Machine and Process, E02 Building (this competition) and E03 water and sewage installations. It has been decided that Gran and Lunner municipalities shall be able to be supplied from Brandbu water treatment plant and from the intermunicipal waterworks. The new water treatment facility is planned for the building at Brandbu in Gran municipality. The site is regulated and the detailed development plan was approved 08.02.2024.The programme states that new facilities shall be prepared for the maximum day in 2070 and "furnished" with a process for the maximum day in 2040.There is full 24 hour levelling capacity in elevated basins in the distribution network. It is, therefore, not a prerequisite that the amount of water stated above is constantly delivered from the plant. For example, there may be stoppages for flushing/cleaning during the night. The facility will be constructed with two membrane rigs at first, with room for an expansion to a third rig in the future.
Procedure identifier : 326abb42-35bc-457b-a770-64c3c2b06b88
Internal identifier : 25/02948
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Contract E02 comprises the following: The building shall be constructed in wood/glue wood constructions combined with some concrete cast on site over a waterproof basement in concrete cast on site. The basement is just under 500 m2, level 1 just under 600 m2 gross and level 2 just under 200 m2 gross. A total of approx. 1250 m2 gross. The footprint is approx. 620 m2 BYA. Gran municipality aims to have a long lifetime building consisting of natural, clean and maintenance-friendly materials. Furthermore, it is a goal to get the most circular building with reusable and disassembly solutions. E02 also includes the first 40 m of the Water and Sewage network.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45232000 Ancillary works for pipelines and cables
Additional classification ( cpv ): 45252126 Drinking-water treatment plant construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 61 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften -

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Brandbu water treatment plant - E02 Building with technical installations
Description : The contracting authority, the unit for water, sewage and sanitation in Gran municipality invite tenderers to a competition for a contract for Brandbu water treatment facility E02 Building with technical installations. The water treatment facility in Brandbu and the accompanying infrastructure is divided into three execution contracts, including E01 Machine and Process, E02 Building (this competition) and E03 water and sewage installations. It has been decided that Gran and Lunner municipalities shall be able to be supplied from Brandbu water treatment plant and from the intermunicipal waterworks. The new water treatment facility is planned for the building at Brandbu in Gran municipality. The site is regulated and the detailed development plan was approved 08.02.2024.The programme states that new facilities shall be prepared for the maximum day in 2070 and "furnished" with a process for the maximum day in 2040.There is full 24 hour levelling capacity in elevated basins in the distribution network. It is, therefore, not a prerequisite that the amount of water stated above is constantly delivered from the plant. For example, there may be stoppages for flushing/cleaning during the night. The facility will be constructed with two membrane rigs at first, with room for an expansion to a third rig in the future.
Internal identifier : 25/02948

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45232000 Ancillary works for pipelines and cables
Additional classification ( cpv ): 45252126 Drinking-water treatment plant construction work

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/06/2025
Duration end date : 30/03/2027

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 61 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Tenderers must have sufficient economic and financial capacity to fulfil the contract.
Description : -A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company, not older than 6 months. -The contracting authority reserves the right to obtain further credit rating or other financial information that, but not limited to, annual financial statements including notes, the board's annual reports and auditor's reports. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Other
Name : The tenderer shall be certified in accordance with ISO 9001 (2015), of relevance for the assignment in this procurement.
Description : Certificate issued by an independent body that documents that the tenderer is certified in accordance with ISO 9001 (2015). The independent body must be accredited by Norwegian accreditation or equivalent bodies in other EEA countries. Other documentation for equivalent quality assurance measures will be accepted if the tenderer cannot obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to ISO 9001 (2015). Tenderers shall justify why they did not have the opportunity to obtain such certificates by the deadline and what this is due to. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Tenderers shall be certified in accordance with ISO 14001 (2015), EMAS (EU Eco-Management and Audit Scheme for Environmental Management), or Miljøfyrtårn ,with relevance to the assignment in this procurement.
Description : Certificate issued by an independent body that documents that the tenderer is certified in accordance with ISO 14001 (2015), EMAS (EU Eco-Management and Audit Scheme for Environmental Managment) or The Environmental Lighthouse Scheme. The independent body must be accredited by Norwegian accreditation or equivalent bodies in other EEA countries. Other documentation for equivalent environmental management measures will be accepted if the tenderer cannot obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested environment systems or standards. Tenderers shall justify why they did not have the opportunity to receive such certificates by the deadline and what this is due to. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Description : -Norwegian companies: Company Registration Certificate - Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Only for building and construction works:
Description : Only for public building and construction works: During the reference period the tenderer has carried out the following work of the requested type. The contracting authority can require up to five years experience and allow experience from the previous five years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : For public building and construction work, technical personnel or units that shall carry out the work
Description : Tenderers can use the following technical personnel or technical units for public building and construction work to fulfil the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have the necessary competence and experience to fulfil the contract in a satisfactory manner.
Description : Description of the tenderer's three most relevant contracts in the course of the last five years. The description must include a statement of: • The assignment ́s name • Contracting Authority • The assignment ́s value • Date of the delivery • name of reference at the contracting authority with a statement of this telephone number and e-mail address, • Description of what the contractual works were for, including relevance to the assignment in this competition. It is the tenderer ́s own responsibility to document that the reference assignments are relevant. The tenderer will also be responsible for ensuring that the reference person is available and gives reference. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 25/04/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/250493830.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Description of the financial guarantee : Security in accordance with NS 8405.
Deadline for receipt of tenders : 06/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 116 Day
Information about public opening :
Opening date : 06/05/2025 10:00 +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 : In accordance with the attached documents in the competition.
Financial arrangement : The project is financed through municipal budgets and payment will be carried out in accordance with NS 8405.

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Vestre Innlandet Tingrett
Organisation providing additional information about the procurement procedure : Gran Kommune

8. Organisations

8.1 ORG-0001

Official name : Gran Kommune
Registration number : 961381541
Postal address : Rådhusvegen 39
Town : JAREN
Postcode : 2770
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Gran kommune
Telephone : +47 61338400
Fax : +47 61338574
Internet address : http://www.gran.kommune.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Vestre Innlandet Tingrett
Registration number : 926723758
Department : Gjøvik
Postal address : Strandgata 26
Town : Gjøvik
Postcode : 2821
Country : Norway
Contact point : Vestre Innlandet Tingrett
Telephone : 61020200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 44798547-6383-44bc-8971-db3fc695fc52 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/03/2025 12:17 +00:00
Notice dispatch date (eSender) : 20/03/2025 15:34 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00187014-2025
OJ S issue number : 58/2025
Publication date : 24/03/2025