Relocation

Innlandet County invites tenderers to a competition for the provision of moving services. The County Council decided to close two schools and four school places in 2025. This will result in different moving needs in the next few years, especially in the period 2025-2027. The two closed schools are: Skarnes …

CPV: 98392000 Kolimisteenused, 60000000 Transporditeenused (v.a jäätmetransport), 63100000 Lasti käitlemis- ja hoiuteenused
Tähtaeg:
mai 7, 2025, 10 e.l.
Tähtaja tüüp:
Pakkumise esitamine
Täitmise koht:
Relocation
Auhindade andmise asutus:
INNLANDET FYLKESKOMMUNE
Auhinna number:
2025/9223

1. Buyer

1.1 Buyer

Official name : INNLANDET FYLKESKOMMUNE
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Relocation
Description : Innlandet County invites tenderers to a competition for the provision of moving services. The County Council decided to close two schools and four school places in 2025. This will result in different moving needs in the next few years, especially in the period 2025-2027. The two closed schools are: Skarnes sixth form collegeDokka sixth form college places that are closed are: Skolested Dombås, Nord-Gudbrandsdal vidaregåande skuleSkolested Lom, Nord-Gudbrandsdal vidaregåande skuleSkolested Flisa, Solør sixth form college place SønsterudFlyttestrøme in 2025 will mainly be as follows: Lom (includes construction) and Dombås (only study specialisation – is empty and is ready for moving) shall mainly move to Otta sixth form colleges and Vinstra sixth form college (only sixth form colleges) shall mainly move to Otta sixth form college and Vinstra sixth form college (only sixth form colleges). The study specialisation will be moved in 2025, the rest later) will mainly move to Sentrum sixth form college and Øvrebyen sixth form college in KongsvingerDokka sixth form college is the largest school (construction subjects shall be moved in 2025, technology and industrial subjects shall be moved later) shall mainly be moved to Gjøvik sixth form college and Raufoss sixth form college – and some to Lillehammer sixth form college (natural use) shall be moved to Våler sixth form college. most of it during the school summer holiday (by 15.8). There will be a concurrency in the move. Note: There will be little relocation activity in July. In summer 2025 it is primarily equipment that shall be used at the new school places that shall be relocated. The final emptying of premises will occur at a later date. Other moving processes are also expected in the coming years, without these being at the same time. are known. In addition to the county ́s entities, the procurement includes the following entities: Anno museum ASFylkeskommunen has previously not had a contract in this area. There is great uncertainty as to how much the planned and non-planned moving assignments will make up. Some of the contracting authority will also be able to organise itself, i.a. through its own employees/volunteers. Other needs must be purchased. The value of the procurement is estimated to be above the EEA threshold over the next four years, approx. somewhere between NOK 2.2 million to NOK 6 million. The maximum amount for the next four years will be nok 8 million. The Anno museum will have a smaller need.
Procedure identifier : 86128ef6-510b-4cd4-bb64-9db04dfa4a6c
Internal identifier : 2025/9223
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Look over.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98392000 Relocation services
Additional classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 63100000 Cargo handling and storage services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 6 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

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.
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)
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).
Purely national exclusion grounds : The following grounds for rejection in the procurement regulations § 24-2 are purely national grounds for rejection: • §24-2(2). This provision states that the contracting authority shall reject a supplier when it is known that the supplier has been convicted or has accepted a fine for the specified criminal offenses. The requirement for the contracting authority to reject suppliers who have accepted fines for the specified criminal offenses is a uniquely Norwegian requirement. • 24-2(3) letter i. The ground for rejection in the ESPD form only applies to serious errors in professional conduct, while the Norwegian ground for rejection also includes other serious errors that may raise doubts about the supplier's professional integrity.
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?
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 : Relocation
Description : Innlandet County invites tenderers to a competition for the provision of moving services. The County Council decided to close two schools and four school places in 2025. This will result in different moving needs in the next few years, especially in the period 2025-2027. The two closed schools are: Skarnes sixth form collegeDokka sixth form college places that are closed are: Skolested Dombås, Nord-Gudbrandsdal vidaregåande skuleSkolested Lom, Nord-Gudbrandsdal vidaregåande skuleSkolested Flisa, Solør sixth form college place SønsterudFlyttestrøme in 2025 will mainly be as follows: Lom (includes construction) and Dombås (only study specialisation – is empty and is ready for moving) shall mainly move to Otta sixth form colleges and Vinstra sixth form college (only sixth form colleges) shall mainly move to Otta sixth form college and Vinstra sixth form college (only sixth form colleges). The study specialisation will be moved in 2025, the rest later) will mainly move to Sentrum sixth form college and Øvrebyen sixth form college in KongsvingerDokka sixth form college is the largest school (construction subjects shall be moved in 2025, technology and industrial subjects shall be moved later) shall mainly be moved to Gjøvik sixth form college and Raufoss sixth form college – and some to Lillehammer sixth form college (natural use) shall be moved to Våler sixth form college. most of it during the school summer holiday (by 15.8). There will be a concurrency in the move. Note: There will be little relocation activity in July. In summer 2025 it is primarily equipment that shall be used at the new school places that shall be relocated. The final emptying of premises will occur at a later date. Other moving processes are also expected in the coming years, without these being at the same time. are known. In addition to the county ́s entities, the procurement includes the following entities: Anno museum ASFylkeskommunen has previously not had a contract in this area. There is great uncertainty as to how much the planned and non-planned moving assignments will make up. Some of the contracting authority will also be able to organise itself, i.a. through its own employees/volunteers. Other needs must be purchased. The value of the procurement is estimated to be above the EEA threshold over the next four years, approx. somewhere between NOK 2.2 million to NOK 6 million. The maximum amount for the next four years will be nok 8 million. The Anno museum will have a smaller need.
Internal identifier : 2025/9223

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98392000 Relocation services
Additional classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 63100000 Cargo handling and storage services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 27/05/2025
Duration end date : 27/05/2029

5.1.5 Value

Estimated value excluding VAT : 6 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs)

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 : Creditworthiness
Description : Good creditworthiness is required, at least equivalent to Bisnode score A ( www.soliditet.no). Documentation requirements: The bidder should not attach any documentation. The contracting authority will obtain the credit rating/accounting data itself. If the bidder is not credit-rated or if the bidder wishes to document that the credit rating provides a misleading picture of the financial situation, the economic and financial position can be substantiated with other suitable documentation. The bidder should particularly explain why the credit rating is not available or why it provides a misleading picture. For companies without a score in the Bisnode database, the contracting authority will assess the financial statements, possibly obtaining external assistance to assess the bidder's economic and financial position. Bidders with temporarily reduced creditworthiness due to reported demerger/merger or similar cases may be approved.
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 : 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 : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Professional register
Description : The supplier is registered in a professional register in the member state where the supplier is established. As described in Annex XI to Directive 2014/24/EU; suppliers from certain member states may need to meet other requirements in the said annex. Documentation requirements: • Norwegian companies: The supplier must be a legally established company. For Norwegian companies, this requirement is documented with a Certificate of Registration. • Foreign companies: Foreign companies must be able to prove that the company is registered in a trade register or company register as prescribed by the legislation in the country where the supplier is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three 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 : 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 : Experience
Description : The supplier is required to have good experience from comparable assignments/deliveries (i.e., moving assignments of the same nature, complexity, size, and scope) with associated services. Documentation requirements: The supplier must provide a list of the most important relevant deliveries over the past three years, including information about the client, type of agreement, value, time, and recipient (name and email), as well as a brief description of the content, scope, and obligations of the delivery. References will only be contacted if necessary. See point 7 in the tender documentation (Word file).
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Execution capability
Description : The supplier must have sufficient execution capability and capacity to carry out the contract. There must also be enough capacity during school holidays, as much of the moving will take place at these times. Documentation requirements: Explanation of the supplier's organization and resources (employees and equipment) for the execution of the contract.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Certificates and permits
Description : The supplier must possess the necessary certificates and permits for securing and transporting machines (CNC, lathes, and other equipment related to TIF and BA subjects), and be able to handle the transport of appliances and heavier machines and equipment related to canteen kitchens. Documentation requirements: Copy of necessary certificates and permits.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Joint group of suppliers
Description : Several suppliers can participate in the competition jointly, cf. § 16-11. The joint group must ensure the necessary documentation that all qualification requirements are met. The suppliers participating in the joint group will be assessed as one for the qualification requirements. The joint group of suppliers can rely on the capacity of the participants in the group and, if necessary, rely on other businesses, in which case the requirements in point 6.5 also apply. The contracting authority will assess each participant in the group against the provisions on rejection, cf. § 24-2 following. This is with the exception of the provision in § 24-2 (1) letter a) (fulfillment of qualification requirements), which will be applied to the group as a whole. Documentation requirements: The participating suppliers must each submit their versions of the European Single Procurement Document (ESPD) as part of the offer (done in Mercell) • Explanation of the joint group, including the role of each participant • Declaration of joint and several liability towards the contracting authority and third parties • The same documentation as for individual suppliers must be submitted for each supplier participating in the joint group
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Collaboration – Use of Other Companies' Resources to Meet Qualification Requirements
Description : If a supplier does not meet one or more qualification requirements themselves, they can rely on a partner or subcontractor to fulfill this. If the supplier intends to rely on the capacity of other companies to meet one or more qualification requirements, documentation must be provided that the supplier has access to the necessary resources from the partner/subcontractor, e.g., through a written commitment or written cooperation agreement between the supplier and the partner/subcontractor. For Part III procurements, this follows from FOA § 16-10. For Part II procurements, it follows from an interpretation of § 16-10. In cases where a supplier relies on another company's capacity to meet the qualification requirement related to economic and financial standing, it should be noted that the supplier, together with the company they rely on, will be jointly responsible for the execution of the contract. In cases where a supplier relies on another company to meet qualification requirements related to technical and professional qualifications, it should be noted that the supporting company must handle the part of the delivery that requires the technical/professional qualification that the main supplier does not possess themselves. Note: The supplier cannot rely on other companies' resources to meet qualification requirements related to quality assurance systems and environmental management systems. This follows from FOA § 16-10 first paragraph. Documentation requirements: • The bidder must attach a commitment from the relevant company/companies or other proof that they have access to the offered resources, such as a partnership agreement. See Commitment Declaration. • The commitment must specify the extent of joint responsibility if it concerns the qualification requirement related to economic and financial standing. • The commitment must specify which work the subcontractor will handle if it concerns the fulfillment of qualification requirements related to technical and professional qualifications. • The bidder must indicate the use of subcontractors when filling out the ESPD, and a separate ESPD must also be submitted for the subcontractor(s). Note: The above applies only to partners/subcontractors that the supplier needs to be able to meet the competition's qualification requirements. This does not apply to ordinary subcontractors used in the contract phase, which are not necessary to meet the 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 : 29/04/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/253911739.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
Variants : Not allowed
Deadline for receipt of tenders : 07/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 93 Day
Information about public opening :
Opening date : 07/05/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Østre Innlandet tingrett

8. Organisations

8.1 ORG-0001

Official name : INNLANDET FYLKESKOMMUNE
Registration number : 920717152
Postal address : Parkgata 64
Town : HAMAR
Postcode : 2317
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Øystein Sætrang
Telephone : 97631372
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Østre Innlandet tingrett
Registration number : 926 723 669
Department : Hamar
Postal address : Østregate 41
Town : Hamar
Country : Norway
Telephone : 62782700
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : b9c6ce40-6408-4b64-9cbf-f96ab508ecef - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/04/2025 07:54 +00:00
Notice dispatch date (eSender) : 03/04/2025 07:55 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00217985-2025
OJ S issue number : 67/2025
Publication date : 04/04/2025