rescEU - EMT Field Hospitals

The rescEU Emergency Medical Teams (EMT) project is an initiative under the Union Civil Protection Mechanism aimed at strengthening Europe’s capacity to respond to medical emergencies. Eight countries — Belgium, France, Germany, Italy, Luxembourg, Portugal, Romania, and Türkiye — are collaborating to establish and maintain 21 specialised medical teams. The …

CPV: 44211300 Polní nemocnice, 24955000 Chemické WC, 30200000 Počítače, 31120000 Generátory, 32000000 Rozhlas, televize, komunikace, telekomunikace a související zařízení, 33100000 Zdravotnické přístroje, 33169400 Chirurgické kontejnery, 33192000 Lékařský nábytek, 33192120 Nemocniční lůžka, 33790000 Laboratorní sklo, sklo pro zdravotnické a farmaceutické účely, 33949000 Kontejnery na přepravu těl, 34114121 Ambulance, 34144000 Motorová vozidla pro zvláštní účely, 34144200 Vozidla pro pohotovostní služby, 34221000 Mobilní kontejnery pro zvláštní účely, 37520000 Hračky, 39141000 Kuchyňský nábytek a zařízení, 39180000 Laboratorní nábytek, 39522530 Stany, 39715200 Topenářské zařízení, 39717200 Klimatizační zařízení, 42122500 Laboratorní pumpy a příslušenství, 42415110 Vysokozdvižné vozíky, 42418940 Zařízení pro manipulaci s kontejnery, 42520000 Ventilační zařízení, 42996600 Okysličovací zařízení, 44211400 Polní kuchyně, 44421700 Krabice a skříňky, 44614300 Systém kontejnerového skladování, 44617000 Krabice, 44618100 Drobné nádoby, 44619500 Skříňové palety
Termín:
31. prosince 2026 11:00
Typ lhůty:
Podání nabídky
Místo provedení:
rescEU - EMT Field Hospitals
Misto zadání:
Johanniter Unfall Hilfe e.V.
Číslo zakázky:
166173

1. Buyer

1.1 Buyer

Official name : Johanniter Unfall Hilfe e.V.
Legal type of the buyer : International organisation
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : rescEU - EMT Field Hospitals
Description : The rescEU Emergency Medical Teams (EMT) project is an initiative under the Union Civil Protection Mechanism aimed at strengthening Europe’s capacity to respond to medical emergencies. Eight countries — Belgium, France, Germany, Italy, Luxembourg, Portugal, Romania, and Türkiye — are collaborating to establish and maintain 21 specialised medical teams. The project runs from December 2022 to September 2026. Building on the experience of the European Modular Field Hospital (EUMFH) project, the goal is to ensure that all teams are equipped with interoperable and reliable equipment, enabling both joint operations and individual deployments. A key component of the project is the procurement of equipment and supporting infrastructure necessary to make the capacities operational. This includes not only medical equipment, but also a wide range of related items such as logistics, communication, and technical support systems. The procurement is carried out jointly by the participating countries, with the goal of ensuring harmonisation, cost-efficiency, and maximum interoperability. The procurement procedures are carried out on the Mercell Tendering Platform based on the Dynamic Purchaseing Procdure (DPS).  Interested economic operators are invited to submitt their electronic applications for the relevant categories during the duration of the Dynamic Purchasing System. The contracting authority (Johanniter) may extend the duration of the Dynamic Purchasing System for 6 month. The full compliance with the procedure conditions is required. Questions e.g. about the conditions or participation have to be submitted by the economic operators exclusively in the section "Applicant Questions". Questions about the platform use have to be raised with a ticket under Mercell Support Page or by phone -+49 6131 6338918 . The Dynamic Purchasing System comprises 18 categories: 1.    Tents, Mobile Shelters and Associated Equipment for Civil Protection and Emergency Response 2.    Medical Equipment and Specialized Systems for Field Hospitals and Emergency Medical Response Units 3.    Oxygen Supply Systems and Related Equipment for Field Medical and Emergency Response Operations 4.    Ambulances for Patient Transport in Field and Emergency Response Settings 5.    Special Purpose Vehicles for Civil Protection and Field Operations 6.    Logistics Equipment for Handling, Packaging, Storage and Field Transport, including Forklifts and Lifting Devices for Emergency Operations 7.    Heating, Ventilation and Air Conditioning (HVAC) Equipment for Deployable Units and Emergency Response 8.    Waste Management & Cleaning 9.    WASH Supplies for Disaster Relief and Field Hospitals – Water Treatment, Sanitation, Hygiene 10.   Electrical Power Solutions for Field Deployments and Emergency Settings – Custom and Ready-Made Generators, Storage Systems and Accessories 11.   Mobile Laboratory Units for Field Diagnostics and Emergency Response 12.   Furniture & Fixtures 13.   Personal Protective Equipment (PPE) & Staff Clothing 14.   Communication & IT Equipment 15.   Kitchen Supplies 16.   Safety & Emergency Equipment 17.   Miscellaneous Supplies & Tools 18.   Temporary Storage & Infrastructure Containers
Procedure identifier : dc27b284-325e-46b4-a7c5-113ce46ef525
Internal identifier : 166173
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Dynamic Purchasing System

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44211300 Field hospital
Additional classification ( cpv ): 24955000 Chemical toilets
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 31120000 Generators
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 33100000 Medical equipments
Additional classification ( cpv ): 33169400 Surgical containers
Additional classification ( cpv ): 33192000 Medical furniture
Additional classification ( cpv ): 33192120 Hospital beds
Additional classification ( cpv ): 33790000 Laboratory, hygienic or pharmaceutical glassware
Additional classification ( cpv ): 33949000 Body transport containers
Additional classification ( cpv ): 34114121 Ambulances
Additional classification ( cpv ): 34144000 Special-purpose motor vehicles
Additional classification ( cpv ): 34144200 Vehicles for the emergency services
Additional classification ( cpv ): 34221000 Special-purpose mobile containers
Additional classification ( cpv ): 37520000 Toys
Additional classification ( cpv ): 39141000 Kitchen furniture and equipment
Additional classification ( cpv ): 39180000 Laboratory furniture
Additional classification ( cpv ): 39522530 Tents
Additional classification ( cpv ): 39715200 Heating equipment
Additional classification ( cpv ): 39717200 Air-conditioning appliances
Additional classification ( cpv ): 42122500 Laboratory pumps and accessories
Additional classification ( cpv ): 42415110 Forklift trucks
Additional classification ( cpv ): 42418940 Container-handling equipment
Additional classification ( cpv ): 42520000 Ventilation equipment
Additional classification ( cpv ): 42996600 Oxygenation equipment
Additional classification ( cpv ): 44211400 Field kitchens
Additional classification ( cpv ): 44421700 Boxes and lockers
Additional classification ( cpv ): 44614300 Container storage system
Additional classification ( cpv ): 44617000 Boxes
Additional classification ( cpv ): 44618100 Light containers
Additional classification ( cpv ): 44619500 Pallet boxes

2.1.2 Place of performance

Postal address : 3 BOULEVARD DE KOCKELSCHEUER
Town : Luxembourg
Postcode : 1821
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Additional information : See documentation

2.1.2 Place of performance

Postal address : Piata Revolutiei nr.1 A
Town : Bucuresti
Postcode : 010001
Country subdivision (NUTS) : Bucureşti ( RO321 )
Country : Romania
Additional information : See documentation

2.1.2 Place of performance

Postal address : Üniversiteler mahallesi Şehit Mehmet Bayraktar Caddesi no:3
Town : Ankara
Postcode : 06000
Country subdivision (NUTS) : Ankara ( TR510 )
Country : Türkiye
Additional information : See documentation

2.1.2 Place of performance

Postal address : Place Beauvau
Town : Paris
Postcode : 75800
Country subdivision (NUTS) : Paris ( FR101 )
Country : France
Additional information : See documentation

2.1.2 Place of performance

Postal address : AVENUE DE GALILEE 5/2
Town : Brussels
Postcode : 1210
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Additional information : See documentation

2.1.2 Place of performance

Postal address : VIA ULPIANO 11
Town : Roma
Postcode : 00193
Country subdivision (NUTS) : Roma ( ITI43 )
Country : Italy
Additional information : See documentation

2.1.3 Value

Estimated value excluding VAT : 70 500 000 Euro

2.1.4 General information

Additional information : #Besonders auch geeignet für:selbst#
Legal basis :
Directive 2014/24/EU
vgv - EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : 1. Contracting authorities shall exclude an economic operator from participation in a procurement procedure where they have established, by verifying in accordance with Articles 59, 60 and 61, or are otherwise aware that that economic operator has been the subject of a conviction by final judgment for one of the following reasons: (a) participation in a criminal organisation, as defined in Article 2 of Council Framework Decision 2008/841/JHA (32); (b) corruption, as defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union (33) and Article 2(1) of Council Framework Decision 2003/568/JHA (34) as well as corruption as defined in the national law of the contracting authority or the economic operator; (c) fraud within the meaning of Article 1 of the Convention on the protection of the European Communities’ financial interests (35); (d) terrorist offences or offences linked to terrorist activities, as defined in Articles 1 and 3 of Council Framework Decision 2002/475/JHA (36) respectively, or inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision; (e) money laundering or terrorist financing, as defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council (37); (f) child labour and other forms of trafficking in human beings as defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council (38). The obligation to exclude an economic operator shall also apply where the person convicted by final judgment is a member of the administrative, management or supervisory body of that economic operator or has powers of representation, decision or control therein. 2. An economic operator shall be excluded from participation in a procurement procedure where the contracting authority is aware that the economic operator is in breach of its obligations relating to the payment of taxes or social security contributions and where this has been established by a judicial or administrative decision having final and binding effect in accordance with the legal provisions of the country in which it is established or with those of the Member State of the contracting authority. Furthermore, contracting authorities may exclude or may be required by Member States to exclude from participation in a procurement procedure an economic operator where the contracting authority can demonstrate by any appropriate means that the economic operator is in breach of its obligations relating to the payment of taxes or social security contributions. This paragraph shall no longer apply when the economic operator has fulfilled its obligations by paying or entering into a binding arrangement with a view to paying the taxes or social security contributions due, including, where applicable, any interest accrued or fines. Contracting authorities may exclude or may be required by Member States to exclude from participation in a procurement procedure any economic operator in any of the following situations: (a) where the contracting authority can demonstrate by any appropriate means a violation of applicable obligations referred to in Article 18(2); (b) where the economic operator is bankrupt or is the subject of insolvency or winding-up proceedings, where its assets are being administered by a liquidator or by the court, where it is in an arrangement with creditors, where its business activities are suspended or it is in any analogous situation arising from a similar procedure under national laws and regulations; (c) where the contracting authority can demonstrate by appropriate means that the economic operator is guilty of grave professional misconduct, which renders its integrity questionable; (d) where the contracting authority has sufficiently plausible indications to conclude that the economic operator has entered into agreements with other economic operators aimed at distorting competition; (e) where a conflict of interest within the meaning of Article 24 cannot be effectively remedied by other less intrusive measures; (f) where a distortion of competition from the prior involvement of the economic operators in the preparation of the procurement procedure, as referred to in Article 41, cannot be remedied by other, less intrusive measures; (g) where the economic operator has shown significant or persistent deficiencies in the performance of a substantive requirement under a prior public contract, a prior contract with a contracting entity or a prior concession contract which led to early termination of that prior contract, damages or other comparable sanctions; (h) where the economic operator has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, has withheld such information or is not able to submit the supporting documents required pursuant to Article 59; or (i) where the economic operator has undertaken to unduly influence the decision-making process of the contracting authority, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award. Notwithstanding point (b) of the first subparagraph, Member States may require or may provide for the possibility that the contracting authority does not exclude an economic operator which is in one of the situations referred to in that point, where the contracting authority has established that the economic operator in question will be able to perform the contract, taking into account the applicable national rules and measures on the continuation of business in the case of the situations referred to in point (b).
Fraud : see above
Money laundering or terrorist financing : see above
Child labour and including other forms of trafficking in human beings : see above
Participation in a criminal organisation : see above
Terrorist offences or offences linked to terrorist activities : see above
Breaching of obligations in the fields of environmental law : see above
Breaching of obligations in the fields of labour law : see above
Breaching of obligations in the fields of social law : see above
Agreements with other economic operators aimed at distorting competition : see above
Grave professional misconduct : see above
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : see above
Conflict of interest due to its participation in the procurement procedure : see above
Direct or indirect involvement in the preparation of this procurement procedure : see above
Early termination, damages, or other comparable sanctions : see above
Breaching obligation relating to payment of social security contributions : see above
Breaching obligation relating to payment of taxes : see above
Business activities are suspended : see above
Insolvency : see above
Assets being administered by liquidator : see above
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : see above

5. Lot

5.1 Lot technical ID : LOT-0000

Title : rescEU - EMT Field Hospitals
Description : The rescEU Emergency Medical Teams (EMT) project is an initiative under the Union Civil Protection Mechanism aimed at strengthening Europe’s capacity to respond to medical emergencies. Eight countries — Belgium, France, Germany, Italy, Luxembourg, Portugal, Romania, and Türkiye — are collaborating to establish and maintain 21 specialised medical teams. The project runs from December 2022 to September 2026. Building on the experience of the European Modular Field Hospital (EUMFH) project, the goal is to ensure that all teams are equipped with interoperable and reliable equipment, enabling both joint operations and individual deployments. A key component of the project is the procurement of equipment and supporting infrastructure necessary to make the capacities operational. This includes not only medical equipment, but also a wide range of related items such as logistics, communication, and technical support systems. The procurement is carried out jointly by the participating countries, with the goal of ensuring harmonisation, cost-efficiency, and maximum interoperability. The procurement procedures are carried out on the Mercell Tendering Platform based on the Dynamic Purchaseing Procdure (DPS).  Interested economic operators are invited to submitt their electronic applications for the relevant categories during the duration of the Dynamic Purchasing System. The contracting authority (Johanniter) may extend the duration of the Dynamic Purchasing System for 6 month. The full compliance with the procedure conditions is required. Questions e.g. about the conditions or participation have to be submitted by the economic operators exclusively in the section "Applicant Questions". Questions about the platform use have to be raised with a ticket under Mercell Support Page or by phone -+49 6131 6338918 . The Dynamic Purchasing System comprises 18 categories: 1.    Tents, Mobile Shelters and Associated Equipment for Civil Protection and Emergency Response 2.    Medical Equipment and Specialized Systems for Field Hospitals and Emergency Medical Response Units 3.    Oxygen Supply Systems and Related Equipment for Field Medical and Emergency Response Operations 4.    Ambulances for Patient Transport in Field and Emergency Response Settings 5.    Special Purpose Vehicles for Civil Protection and Field Operations 6.    Logistics Equipment for Handling, Packaging, Storage and Field Transport, including Forklifts and Lifting Devices for Emergency Operations 7.    Heating, Ventilation and Air Conditioning (HVAC) Equipment for Deployable Units and Emergency Response 8.    Waste Management & Cleaning 9.    WASH Supplies for Disaster Relief and Field Hospitals – Water Treatment, Sanitation, Hygiene 10.   Electrical Power Solutions for Field Deployments and Emergency Settings – Custom and Ready-Made Generators, Storage Systems and Accessories 11.   Mobile Laboratory Units for Field Diagnostics and Emergency Response 12.   Furniture & Fixtures 13.   Personal Protective Equipment (PPE) & Staff Clothing 14.   Communication & IT Equipment 15.   Kitchen Supplies 16.   Safety & Emergency Equipment 17.   Miscellaneous Supplies & Tools 18.   Temporary Storage & Infrastructure Containers
Internal identifier : 166173

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44211300 Field hospital
Additional classification ( cpv ): 24955000 Chemical toilets
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 31120000 Generators
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 33100000 Medical equipments
Additional classification ( cpv ): 33169400 Surgical containers
Additional classification ( cpv ): 33192000 Medical furniture
Additional classification ( cpv ): 33192120 Hospital beds
Additional classification ( cpv ): 33790000 Laboratory, hygienic or pharmaceutical glassware
Additional classification ( cpv ): 33949000 Body transport containers
Additional classification ( cpv ): 34114121 Ambulances
Additional classification ( cpv ): 34144000 Special-purpose motor vehicles
Additional classification ( cpv ): 34144200 Vehicles for the emergency services
Additional classification ( cpv ): 34221000 Special-purpose mobile containers
Additional classification ( cpv ): 37520000 Toys
Additional classification ( cpv ): 39141000 Kitchen furniture and equipment
Additional classification ( cpv ): 39180000 Laboratory furniture
Additional classification ( cpv ): 39522530 Tents
Additional classification ( cpv ): 39715200 Heating equipment
Additional classification ( cpv ): 39717200 Air-conditioning appliances
Additional classification ( cpv ): 42122500 Laboratory pumps and accessories
Additional classification ( cpv ): 42415110 Forklift trucks
Additional classification ( cpv ): 42418940 Container-handling equipment
Additional classification ( cpv ): 42520000 Ventilation equipment
Additional classification ( cpv ): 42996600 Oxygenation equipment
Additional classification ( cpv ): 44211400 Field kitchens
Additional classification ( cpv ): 44421700 Boxes and lockers
Additional classification ( cpv ): 44614300 Container storage system
Additional classification ( cpv ): 44617000 Boxes
Additional classification ( cpv ): 44618100 Light containers
Additional classification ( cpv ): 44619500 Pallet boxes

5.1.2 Place of performance

Postal address : 3 BOULEVARD DE KOCKELSCHEUER
Town : Luxembourg
Postcode : 1821
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Additional information : See documentation

5.1.2 Place of performance

Postal address : Piata Revolutiei nr.1 A
Town : Bucuresti
Postcode : 010001
Country subdivision (NUTS) : Bucureşti ( RO321 )
Country : Romania
Additional information : See documentation

5.1.2 Place of performance

Postal address : Üniversiteler mahallesi Şehit Mehmet Bayraktar Caddesi no:3
Town : Ankara
Postcode : 06000
Country subdivision (NUTS) : Ankara ( TR510 )
Country : Türkiye
Additional information : See documentation

5.1.2 Place of performance

Postal address : Place Beauvau
Town : Paris
Postcode : 75800
Country subdivision (NUTS) : Paris ( FR101 )
Country : France
Additional information : See documentation

5.1.2 Place of performance

Postal address : AVENUE DE GALILEE 5/2
Town : Brussels
Postcode : 1210
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Additional information : See documentation

5.1.2 Place of performance

Postal address : VIA ULPIANO 11
Town : Roma
Postcode : 00193
Country subdivision (NUTS) : Roma ( ITI43 )
Country : Italy
Additional information : See documentation

5.1.3 Estimated duration

Duration : 17 Month

5.1.4 Renewal

Maximum renewals : 6

5.1.5 Value

Estimated value excluding VAT : 70 500 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Union Civil Protection Mechanism (rescEU) (2021/2027)
Identifier of EU funds : 101100562
Further details of EU funds : Available on request
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : #Besonders auch geeignet für:selbst#

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Professional risk indemnity insurance
Description : Insurance with coverage of € 1.000.000,-
Criterion : References on specified works
Description : 2 References of last 3 years with minimum value of € 100.000,- to describe
Criterion : Enrolment in a trade register
Description : To upload

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Address of the procurement documents : https://s2c.mercell.com/today/166173

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 : 31/12/2026 11:00 +00:00
Deadline until which the tender must remain valid : 1 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, also usable by buyers not listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Vergabekammer des Landes Hessen
Information about review deadlines : none
Organisation providing additional information about the procurement procedure : Johanniter Unfall Hilfe e.V.
Organisation providing offline access to the procurement documents : Johanniter Unfall Hilfe e.V.
Organisation receiving requests to participate : Johanniter Unfall Hilfe e.V.
Organisation processing tenders : Johanniter Unfall Hilfe e.V.

8. Organisations

8.1 ORG-0001

Official name : Johanniter Unfall Hilfe e.V.
Registration number : VR17661B
Postal address : Berner Straße 103-105
Town : Frankfurt am Main
Postcode : 60437
Country subdivision (NUTS) : Frankfurt am Main, Kreisfreie Stadt ( DE712 )
Country : Germany
Contact point : Nataliia Romanenko
Telephone : +491735401928
Internet address : https://www.johanniter.de
Roles of this organisation :
Buyer
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Vergabekammer des Landes Hessen
Registration number : DE 812 056 745
Postal address : Wilhelminenstrasse 1-3
Town : Darmstadt
Postcode : 64283
Country subdivision (NUTS) : Darmstadt, Kreisfreie Stadt ( DE711 )
Country : Germany
Telephone : +496151126603
Fax : +496151125816
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI)
Registration number : 0204:994-DOEVD-83
Town : Bonn
Postcode : 53119
Country subdivision (NUTS) : Bonn, Kreisfreie Stadt ( DEA22 )
Country : Germany
Telephone : +49228996100
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 455060d1-27d6-4435-aef5-ef0d57daad26 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/08/2025 16:43 +00:00
Notice dispatch date (eSender) : 03/08/2025 16:43 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00511657-2025
OJ S issue number : 148/2025
Publication date : 05/08/2025