Construction of operational and logistical buildings and Lagerbygg - Turnkey contract

The project comprises the erection of a store building (insulated plastic hall) of 1,000 m2 gross and an operational and logistics building of approx. 4,500 m2 GFA. The buildings with the accompanying outdoor areas shall be constructed at RfD ́s property in Mjøndalen and designed for RfD ́s needs. The …

CPV: 45000000 Trabajos de construcción, 45200000 Trabajos generales de construcción de inmuebles y obras de ingeniería civil, 45210000 Trabajos de construcción de inmuebles, 45213270 Trabajos de construcción de plantas de reciclado, 71240000 Servicios de arquitectura, ingeniería y planificación
Plazo:
20 de mayo de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Construction of operational and logistical buildings and Lagerbygg - Turnkey contract
Organismo adjudicador:
Renovasjonsselskapet for Drammensregionen (RfD)
Número de premio:
2025/10

1. Buyer

1.1 Buyer

Official name : Renovasjonsselskapet for Drammensregionen (RfD)
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Construction of operational and logistical buildings and Lagerbygg - Turnkey contract
Description : The project comprises the erection of a store building (insulated plastic hall) of 1,000 m2 gross and an operational and logistics building of approx. 4,500 m2 GFA. The buildings with the accompanying outdoor areas shall be constructed at RfD ́s property in Mjøndalen and designed for RfD ́s needs. The sanitation company for the Drammen region (RfD) would like an interaction in the early phase to have quality assured and optimised the project before the execution phase. Thereafter a turnkey contract with a fixed price shall be signed for the execution phase.
Procedure identifier : 1e7e24a9-d657-4ac5-8709-9651f47ebd89
Internal identifier : 2025/10
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The project comprises the erection of a store building (insulated plastic hall) of 1,000 m2 gross and an operational and logistics building of approx. 4,500 m2 GFA. The buildings with the accompanying outdoor areas shall be constructed at RfD ́s property in Mjøndalen and designed for RfD ́s needs. The storage buildingbygget is a heated plastic hall (max. 14°C) for storing waste containers. The hall has a separate area with cast floors and falls for drains, for washing and cleaning waste containers. The storage building shall be handed over to BH 2.3.2026, but temporary systems for electricity will be accepted; Water and sewage and heating up until 31.8.2026. There is a washing hall, workshop, technical room, fitness room and changing rooms on the ground floor. There will be a total of 3 washrooms in the laundry hall: 1, 2 and 3. In race 1 there shall be a fully automatic lorry washing machine (the delivery is described as an option, see annex 1a Requirement Specifications, chapter 1.14). Races 2 and 3 each have two manual washing stations. C1, C2 and C3 are drying places. On the 2nd floor there are meeting rooms, personnel rooms, offices and available rooms. There are a canteen, assembly room, meeting room, offices, social zones and technical rooms on the 3rd floor. The building shall be constructed with outer walls partly made of concrete sandwich elements, light steel and mineral wool sandwich elements and standard frame when there are window bands. Light sandwich elements and timber-frame walls dressed with sinus shaped cladding plates. The building shall be handed over to the builder 31.08.2026.Technical functions: Escape and safety: The external escape stairway for the second and third floors is located on the building's south side. In addition, from the first floor two different escape windows are located approx. 4.8 m above the completed terrain. Sun screening and energy efficiencyIt is a need for sun screening for windows in the east, south and east façades. Escape window on the east façade, 2nd floor, shall still not have sun screening. The building ́s energy system is based on fluid/water heat pump and well park (energy wells). The contracting authority also requests an option for a system with air-water heat pump. The building shall have energy class A and comply with the Municipal Bank's green financing requirements. During the construction period, the waste management station will be in full operation, which sets special requirements for TE's implementation of the project. The work must be planned and executed so that the public ́s access is maintained in a safe and efficient way. This involves close coordination with RfD, implementation of necessary temporary systems and securing the site area in order to minimise operational interruptions and ensure the safety of employees and users of the facility.

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 ): 45210000 Building construction work
Additional classification ( cpv ): 45213270 Construction works for recycling station
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services

2.1.2 Place of performance

Postal address : Orkidehøgda 21
Town : Mjøndalen
Postcode : 3050
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

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 : Construction of operational and logistical buildings and Lagerbygg - Turnkey contract
Description : The project comprises the erection of a store building (insulated plastic hall) of 1,000 m2 gross and an operational and logistics building of approx. 4,500 m2 GFA. The buildings with the accompanying outdoor areas shall be constructed at RfD ́s property in Mjøndalen and designed for RfD ́s needs. The sanitation company for the Drammen region (RfD) would like an interaction in the early phase to have quality assured and optimised the project before the execution phase. Thereafter a turnkey contract with a fixed price shall be signed for the execution phase.
Internal identifier : 2025/10

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 ): 45210000 Building construction work
Additional classification ( cpv ): 45213270 Construction works for recycling station
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Options :
Description of the options : See the tender documentation

5.1.2 Place of performance

Postal address : Orkidehøgda 21
Town : Mjøndalen
Postcode : 3050
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 27 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

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 : 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 : 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 : A: Suitability / a: Total statement for all the qualification requirements.
Description : Part IV a: A total statement of all the qualification requirements The tenderer shall only provide the information if the contracting authority in the notice or in the procurement documents referred to in the notice has stated that these qualification requirements are required to be met. Regarding the qualification requirements stated in the tender documentation, the tenderer declares that it fulfils the stated qualification requirements connected to suitability, financial and economic qualifications and technical and professional qualifications. The tenderer fulfils the stated qualification requirements (answer YES / NO and add yes or NO in the comments): Qualification requirements organisational and legal position. Tenderers are required to have a legally established company. Registration. Foreign companies are required to have an equivalent certificate as prescribed by the laws of the country where the business is registered. Economic/financial capacity. Tenderers must have sufficient financial implementation ability. A credit rating of at least A or equivalent is required for this contract. The size of the turnover, seen in relation to the contract value, can be emphasised. Tenderers shall submit the company's last Annual Financial Statements including notes, the Board's Annual Reports and Audit Reports. If the accounts for 2024 are not available, we request the auditor confirmed status report for the company as of 31.12.2024, as well as new information of relevance to the company's fiscal figures. RfD will carry out a credit rating of the tenderer. Tenderers may be asked to submit auditor confirmed annual accounts for the last three years. If the tenderer has a justifiable reason for not submitting the documentation that RfD has required, he can document his economic and financial capacity by presenting any other document that RfD deems suitable. Technical and professional qualifications. Tenderers shall have sufficient competence and capacity to fulfil the assignment. The contracting authority will assess this based on the documentation provided by the tenderer. Tenderers shall document up to 3 completed deliveries where individual elements have some transferable value to this assignment. Tenderers shall document up to 3 most relevant contracts in the course of the last 8 years. Tenderers shall provide information on the contracting authority, the contract's scope and value, type of contract, type of building, the tenderer's assignments and role, date of delivery. Quality assurance system. Tenderers shall have a well-functioning quality assurance system for the services that shall be provided. Tenderers shall present a certificate for the company's quality management system issued by independent bodies that confirms that the tenderer fulfils certain quality management standards. Alternatively, tenderers can document that they have an equivalent quality management system. Tenderers shall have an environmental management system that is relevant for the assignment. Tenderers shall present a certificate for the company's environmental management system or environmental management standards issued by independent bodies. Alternatively, tenderers can document that they have an equivalent quality management system.
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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 09/05/2025 12:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/249656024.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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 20/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 20/05/2025 10:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : 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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett

8. Organisations

8.1 ORG-0001

Official name : Renovasjonsselskapet for Drammensregionen (RfD)
Registration number : 984459947
Postal address : Postboks 154 Bragernes
Town : Drammen
Postcode : 3001
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Contact point : Eirik Rudi
Telephone : +47 32049700
Internet address : http://www.rfd.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Buskerud tingrett
Registration number : 826726342
Town : Drammen
Country : Norway
Telephone : 32211600
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 9043aa98-0164-45da-a5ed-97e8e7598459 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/04/2025 12:58 +00:00
Notice dispatch date (eSender) : 01/04/2025 12:59 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00214043-2025
OJ S issue number : 66/2025
Publication date : 03/04/2025