Regional Teachers Initiative for Africa (RTIA): Technical Expertise for Mozambique

Contracting authority is procuring technical expertise for Mozambique as specified in this Invitation to tender and its annexes. The procurement is divided into four technical areas (TA), which are: 1. Revision of mechanism for selection and recruitment of candidates for pre-service training 2. Implementation of Teacher Professional Competence Framework TPCF …

CPV: 73000000 Servicios de investigación y desarrollo y servicios de consultoría conexos, 72212931 Servicios de desarrollo de software de formación, 72224000 Servicios de consultoría en gestión de proyectos, 73200000 Servicios de consultoría en investigación y desarrollo, 75112100 Servicios de administración de proyectos de desarrollo, 75121000 Servicios administrativos educativos, 79400000 Servicios de consultoría comercial y de gestión y servicios afines, 79421200 Servicios de concepción de proyectos que no sean los de construcción, 79421000 Servicios de gestión de proyectos que no sean los de construcción
Plazo:
28 de abril de 2025 a las 09:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Regional Teachers Initiative for Africa (RTIA): Technical Expertise for Mozambique
Organismo adjudicador:
Finnish National Agency for Education
Número de premio:
OPH-1933-2025

1. Buyer

1.1 Buyer

Official name : Finnish National Agency for Education
Legal type of the buyer : Central government authority
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Regional Teachers Initiative for Africa (RTIA): Technical Expertise for Mozambique
Description : Contracting authority is procuring technical expertise for Mozambique as specified in this Invitation to tender and its annexes. The procurement is divided into four technical areas (TA), which are: 1. Revision of mechanism for selection and recruitment of candidates for pre-service training 2. Implementation of Teacher Professional Competence Framework TPCF 3. Development of dialogue platforms in education sector that involve all relevant actors 4. Organise and systematizise essential content of special needs, disabilities, gender equality to teacher training for pre-service and in-service training Proposed period of implementation is between June 2025 and August 2026. The scope of the procurement and the division into technical areas are described in more detail particularly in annexes 1.1.-1.4.
Procedure identifier : cf6b539a-114d-4daf-9959-aa86ea3bd74b
Internal identifier : OPH-1933-2025
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The Contracting authority will award the contract to one (1) supplier in every technical area as a result of this procurement. The same supplier can be selected for one or multiple technical areas. Procurement contracts will be made for each technical area independency.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 72212931 Training software development services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 75112100 Administrative development project services
Additional classification ( cpv ): 75121000 Administrative educational services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79421200 Project-design services other than for construction work

2.1.2 Place of performance

Country : Mozambique
Additional information : The service includes time spent working remotely on the design and formalization of certain deliverables and requires in-country mission days.

2.1.3 Value

Estimated value excluding VAT : 363 576 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 4

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : The economic operator is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.
Bankruptcy : The economic operator is bankrupt.
Corruption : 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 has 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.
Arrangement with creditors : The economic operator is in arrangement with creditors.
Participation in a criminal organisation : 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 has 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.
Agreements with other economic operators aimed at distorting competition : The economic operator has entered into agreements with other economic operators aimed at distorting competition.
Breaching of obligations in the fields of environmental law : The economic operator has breached its obligations in the field of environmental law.
Money laundering or terrorist financing : 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 has 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.
Fraud : 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 has 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.
Child labour and other forms of trafficking in human beings : 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 has 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.
Insolvency : The economic operator is the subject of insolvency or winding-up.
Breaching of obligations in the fields of labour law : The economic operator has breached its obligations in the field of labour law.
Assets being administered by liquidator : The assets of the economic operator are being administered by a liquidator or by the court.
Purely national exclusion grounds : Any person who is a member of the economic operator’s administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for work safety offence, working hours offence, work discrimination, extortionate work discrimination, violation of the right to organise or unauthorised use of foreign labour.
Conflict of interest due to its participation in the procurement procedure : The economic operator is aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure.
Direct or indirect involvement in the preparation of this procurement procedure : The economic operator or an undertaking related to it has advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure.
Guilty of grave professional misconduct : The economic operator is guilty of grave professional misconduct.
Early termination, damages or other comparable sanctions : The economic operator has experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract.
Breaching of obligations in the fields of social law : The economic operator has breached its obligations in the field of social law.
Payment of social security contributions : The economic operator has 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 : The business activities of the economic operator are suspended.
Payment of taxes : The economic operator has 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 : 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 has 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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : TA 1: Revision of mechanism for selection and recruitment of candidates for pre-service training
Description : The technical area (TA) aims to develop clear criteria and objectives for selection (pre-service) and recruitment (career entrance) of candidates to teacher training courses. The scope and subject-matter of the procurement is described in more detail particularly in Annex 1.1 "ToR TA1 Moz International Experts".
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 72212931 Training software development services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 75112100 Administrative development project services
Additional classification ( cpv ): 75121000 Administrative educational services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work

5.1.2 Place of performance

Country : Mozambique
Additional information : The service includes time spent working remotely on the design and formalization of certain deliverables and requires in-country mission days up to 14 days.

5.1.3 Estimated duration

Duration : 5 Month

5.1.5 Value

Estimated value excluding VAT : 65 284 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially 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

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains, Fair working conditions

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in relevant professional registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Expert's requirements
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Methodological note
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 20
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

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 11/04/2025 09:00 +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 : 28/04/2025 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 28/04/2025 09:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
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 : Markkinaoikeus -

5.1 Lot technical ID : LOT-0002

Title : TA 2: Implementation of Teacher Professional Competence Framework TPCF
Description : The technical area (TA) aims to define criteria and elaborate teacher competence assessment instruments, develop an implementation strategy and create directives/guidelines to establish and operate teacher councils. The scope and subject-matter of the procurement is described in more detail particularly in Annex 1.2 "ToR TA2 Moz International Experts".
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 72212931 Training software development services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 75112100 Administrative development project services
Additional classification ( cpv ): 75121000 Administrative educational services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work

5.1.2 Place of performance

Country : Mozambique
Additional information : The service includes time spent working remotely on the design and formalization of certain deliverables and requires in-country mission days up to 42 days.

5.1.3 Estimated duration

Duration : 15 Month

5.1.5 Value

Estimated value excluding VAT : 172 492 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially 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

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains, Fair working conditions

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic or financial requirement and a description of it
Description : The tenderer's financial standing is primarily evaluated based on credit reports in the service provider Dun & Bradstreet (D&B), which shall indicate a risk rating score of 1 to 3. If the tenderer's information is not stated in the service provided by D&B, the economic and financial standing of the tenderer will be evaluated based on financial statements and/or other similar information. These accounts will be separately requested from the tenderer if they are required. These accounts include for example income statement, balance sheet, annual report and other financial statements, if their publication is required by the laws of the tenderer's country of establishment. The tenderer whose Risk Indicator of D&B is 4 or the tenderer whose economical standing and financial solvency is estimated to correspond to the D&B's Risk Indicator 4 will be excluded from the procurement procedure. If the tender is submitted as a group, all the members of the group shall meet this requirement individually.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in relevant professional registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Expert's requirements
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Methodological note
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 20
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 : 11/04/2025 09:00 +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 : 28/04/2025 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 28/04/2025 09:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
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 : Markkinaoikeus -

5.1 Lot technical ID : LOT-0003

Title : TA 3: Development of dialogue platforms in education sector that involve all relevant actors
Description : The technical area (TA) aims to elaborate concept and directives for functional social dialogue platform that involve relevant stakeholders such as government, employers, teacher organisations and associations, and other relevant actors. The scope and subject-matter of the procurement is described in more detail particularly in Annex 1.3 "ToR TA3 Moz International Experts".
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 72212931 Training software development services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 75112100 Administrative development project services
Additional classification ( cpv ): 75121000 Administrative educational services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work

5.1.2 Place of performance

Country : Mozambique
Additional information : The service includes time spent working remotely on the design and formalization of certain deliverables and requires in-country mission days up to 21 days.

5.1.3 Estimated duration

Duration : 4 Month

5.1.5 Value

Estimated value excluding VAT : 62 546 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially 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

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains, Fair working conditions

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in relevant professional registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Expert's requirements
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Methodological note
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 20
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 : 11/04/2025 09:00 +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 : 28/04/2025 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 28/04/2025 09:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
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 : Markkinaoikeus -

5.1 Lot technical ID : LOT-0004

Title : TA 4: Organise and systematizise essential content of special needs, disabilities, gender equality to teacher training for pre-service and in-service training
Description : The technical area (TA) aims to map and systematize existing content to be incorporated into teacher training courses and programs and elaborate a strategy to incorporate content. The scope and subject-matter of the procurement is described in more detail particularly in Annex 1.4 "ToR TA4 Moz International Experts".
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 72212931 Training software development services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 75112100 Administrative development project services
Additional classification ( cpv ): 75121000 Administrative educational services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work

5.1.2 Place of performance

Country : Mozambique
Additional information : The service includes time spent working remotely on the design and formalization of certain deliverables and requires in-country mission days up to 14 days.

5.1.3 Estimated duration

Duration : 5 Month

5.1.5 Value

Estimated value excluding VAT : 63 254 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially 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

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains, Fair working conditions

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in relevant professional registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Expert's requirements
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Methodological note
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 20
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 : 11/04/2025 09:00 +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 : 28/04/2025 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 28/04/2025 09:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
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 : Markkinaoikeus -

8. Organisations

8.1 ORG-0001

Official name : Markkinaoikeus
Registration number : 3006157-6
Postal address : Radanrakentajantie 5
Town : Helsinki
Postcode : 00520
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 295643300
Roles of this organisation :
Review organisation

8.1 ORG-0002

Official name : Finnish National Agency for Education
Registration number : 2769790-1
Postal address : Hakaniemenranta 6
Town : Helsinki
Postcode : 00530
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Hansel Oy
Telephone : +358 294444200
Internet address : https://www.oph.fi/en
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Hansel Oy (Hilma)
Registration number : FI09880841
Postal address : Mannerheiminaukio 1a
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : eSender
Telephone : 029 55 636 30
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 2720393d-8c6b-4a84-8087-904d171763bc - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 28/03/2025 06:54 +00:00
Notice dispatch date (eSender) : 28/03/2025 13:16 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00205626-2025
OJ S issue number : 63/2025
Publication date : 31/03/2025