Procurement of an EPJ system: Qualification phase.

Digi Innlandet, c/o the Regional Group for E-Health, shall implement a joint procurement of a new EHR (electronic patient record). HRP AS is assisting Digi Innlandet in implementing the procurement. Digi Innlandet is a digitalisation cooperation between the municipalities in Innlandet county and aims at strengthening the municipalities ́ ability …

CPV: 48000000 Programpakker og informationssystemer, 48100000 Branchespecifik programpakke, 72000000 It-tjenester: rådgivning, programmeludvikling, internet og support, 72200000 Programmering af software og konsulentvirksomhed, 72212000 Programmeringsservice i forbindelse med applikationsprogrammel, 72212100 Branchespecifik programmeludvikling, 72212180 Udvikling af programmel til medicinske formål, 72268000 Levering af programmel
Henrettelsessted:
Procurement of an EPJ system: Qualification phase.
Tildelende organ:
Gjøvik kommune
Tildelingsnummer:
03062025

1. Buyer

1.1 Buyer

Official name : Gjøvik kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of an EPJ system: Qualification phase.
Description : Digi Innlandet, c/o the Regional Group for E-Health, shall implement a joint procurement of a new EHR (electronic patient record). HRP AS is assisting Digi Innlandet in implementing the procurement. Digi Innlandet is a digitalisation cooperation between the municipalities in Innlandet county and aims at strengthening the municipalities ́ ability to provide better and more efficient digital services to inhabitants. As the contracting authority, Digi Innlandet represents a broad cooperation across municipal borders and works strategically and operatively with the development, procurement and implementation of joint digital systems. The procurement is being made on behalf of 44 municipalities in Innlandet. The total procurement includes approx. 370,000 inhabitants. The number of inhabitants is only an estimate. The following municipalities are included in the procurement: AlvdalDovreEidskogElverumEngerdalEtnedalFolldalGausdalGjøvikGrueHamarKongsvingerLesjaLillehammerLomLøtenNord-AurdalNord-FronNord-OdalNordre LandRendalenRingebuRingsakerSelSkjåkStangeStor-ElvdalSøndre LandSør-AurdalSør-OdalTolgaTrysilTynsetVangVestre SlidreVestre TotenVågVålerØstre TotenØyerØystre SlidreÅmotÅsnesKommuner on option: GranInnlandets municipalities need a new and modern electronic patient journal system (EPJ). to strengthen the quality and create more sustainable health and care services. The procurement is an element in the digitalisation of the services that is based on the need for increased functionality, security and better interaction between different units and services. An updated EPJ system is essential for health personnel to quickly get access to the right information, which is absolutely necessary for providing good patient treatment, ensuring good quality, supporting good and seamless task flow and ensuring safe and good follow-up of inhabitants. The contract ́s total value over a 3 year period is estimated to be in an interval between NOK 200 - 300 million, excluding VAT. The estimate is naturally encumbered with great uncertainty due to, among other things, the content, scope and costs connected to the final EPJ system that is included in the contract. A contract shall be signed with one tenderer for the assignment. The contract will be an ongoing contract with an initial contract period of 3 years, with an automatic extension for 1 year at a time. Each municipality will join the contract as the Contracting Authority and will sign separate contracts with the chosen tenderer. It is different when each municipality envisages implementation of a new EPJ system. Some municipalities have outlined that they want project start up already in Q1 2026, the individual municipalities will clarify this when the contract is signed.
Procedure identifier : 91fc638d-1ada-4170-813c-647e5c9cb0b7
Internal identifier : 03062025
Type of procedure : Competitive dialogue
Justification for the accelerated procedure :
Main features of the procedure : Digi Innlandet, c/o the Regional Group for E-Health, shall implement a joint procurement of a new EHR (electronic patient record). HRP AS is assisting Digi Innlandet in implementing the procurement. Digi Innlandet is a digitalisation cooperation between the municipalities in Innlandet county and aims at strengthening the municipalities ́ ability to provide better and more efficient digital services to inhabitants. As the contracting authority, Digi Innlandet represents a broad cooperation across municipal borders and works strategically and operatively with the development, procurement and implementation of joint digital systems. The procurement is being made on behalf of 44 municipalities in Innlandet. The total procurement includes approx. 370,000 inhabitants. The number of inhabitants is only an estimate. The following municipalities are included in the procurement: AlvdalDovreEidskogElverumEngerdalEtnedalFolldalGausdalGjøvikGrueHamarKongsvingerLesjaLillehammerLomLøtenNord-AurdalNord-FronNord-OdalNordre LandRendalenRingebuRingsakerSelSkjåkStangeStor-ElvdalSøndre LandSør-AurdalSør-OdalTolgaTrysilTynsetVangVestre SlidreVestre TotenVågVålerØstre TotenØyerØystre SlidreÅmotÅsnesKommuner on option: GranInnlandets municipalities need a new and modern electronic patient journal system (EPJ). to strengthen the quality and create more sustainable health and care services. The procurement is an element in the digitalisation of the services that is based on the need for increased functionality, security and better interaction between different units and services. An updated EPJ system is essential for health personnel to quickly get access to the right information, which is absolutely necessary for providing good patient treatment, ensuring good quality, supporting good and seamless task flow and ensuring safe and good follow-up of inhabitants. The contract ́s total value over a 3 year period is estimated to be in an interval between NOK 200 - 300 million, excluding VAT. The estimate is naturally encumbered with great uncertainty due to, among other things, the content, scope and costs connected to the final EPJ system that is included in the contract. A contract shall be signed with one tenderer for the assignment. The contract will be an ongoing contract with an initial contract period of 3 years, with an automatic extension for 1 year at a time. Each municipality will join the contract as the Contracting Authority and will sign separate contracts with the chosen tenderer. It is different when each municipality envisages implementation of a new EPJ system. Some municipalities have outlined that they want project start up already in Q1 2026, the individual municipalities will clarify this when the contract is signed.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72212000 Programming services of application software
Additional classification ( cpv ): 72212100 Industry specific software development services
Additional classification ( cpv ): 72212180 Medical software development services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 300 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procedure will be used and assessed as a permitted procedure in accordance with PPR § 13-12. This is justified in the fact that none of the offered EPJ systems have been completely developed yet, and the complexity in such a system is huge when doing so in collaboration between 44 municipalities.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
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.
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.
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.
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.
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?
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 set under 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?
Breaching obligation relating to 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?
Breaching obligation relating to 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?
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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of an EPJ system: Qualification phase.
Description : Digi Innlandet, c/o the Regional Group for E-Health, shall implement a joint procurement of a new EHR (electronic patient record). HRP AS is assisting Digi Innlandet in implementing the procurement. Digi Innlandet is a digitalisation cooperation between the municipalities in Innlandet county and aims at strengthening the municipalities ́ ability to provide better and more efficient digital services to inhabitants. As the contracting authority, Digi Innlandet represents a broad cooperation across municipal borders and works strategically and operatively with the development, procurement and implementation of joint digital systems. The procurement is being made on behalf of 44 municipalities in Innlandet. The total procurement includes approx. 370,000 inhabitants. The number of inhabitants is only an estimate. The following municipalities are included in the procurement: AlvdalDovreEidskogElverumEngerdalEtnedalFolldalGausdalGjøvikGrueHamarKongsvingerLesjaLillehammerLomLøtenNord-AurdalNord-FronNord-OdalNordre LandRendalenRingebuRingsakerSelSkjåkStangeStor-ElvdalSøndre LandSør-AurdalSør-OdalTolgaTrysilTynsetVangVestre SlidreVestre TotenVågVålerØstre TotenØyerØystre SlidreÅmotÅsnesKommuner on option: GranInnlandets municipalities need a new and modern electronic patient journal system (EPJ). to strengthen the quality and create more sustainable health and care services. The procurement is an element in the digitalisation of the services that is based on the need for increased functionality, security and better interaction between different units and services. An updated EPJ system is essential for health personnel to quickly get access to the right information, which is absolutely necessary for providing good patient treatment, ensuring good quality, supporting good and seamless task flow and ensuring safe and good follow-up of inhabitants. The contract ́s total value over a 3 year period is estimated to be in an interval between NOK 200 - 300 million, excluding VAT. The estimate is naturally encumbered with great uncertainty due to, among other things, the content, scope and costs connected to the final EPJ system that is included in the contract. A contract shall be signed with one tenderer for the assignment. The contract will be an ongoing contract with an initial contract period of 3 years, with an automatic extension for 1 year at a time. Each municipality will join the contract as the Contracting Authority and will sign separate contracts with the chosen tenderer. It is different when each municipality envisages implementation of a new EPJ system. Some municipalities have outlined that they want project start up already in Q1 2026, the individual municipalities will clarify this when the contract is signed.
Internal identifier : 03062025

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72212000 Programming services of application software
Additional classification ( cpv ): 72212100 Industry specific software development services
Additional classification ( cpv ): 72212180 Medical software development services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 36 Month

5.1.5 Value

Estimated value excluding VAT : 300 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade 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. Minimum qualification requirements Requirement: Tenderers shall be registered in a company register, professionally registered or registered in a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 4
Criterion : Other economic or financial requirements
Description : Requirement: The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract. Tenderers are required to be credit worthy and have good financial solidity. Documentation requirement: • A credit rating based on the most recent financial figures. The credit rating must not be older than six months from the tender deadline and it must be carried out by a credit information company licensed to conduct this service. • Companies that cannot be credit rated shall present approved accounting figures showing satisfactory good credit worthiness and sufficient financial implementation ability, or any other document that the tenderer deems suitable.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 4
Criterion : Technicians or technical bodies to carry out the work
Description : Requirement: Tenderers are required to have good implementation ability and an organisation that has sufficient capacity to fulfil the contract. Documentation requirement: Tenderers shall describe their organisation, implementation ability and the capacity to fulfil the contract, including the description shall include: • A description of how the tenderer is organised for the execution of this contract, as well as a description of how and why the stated functions/roles add value to the project. • An overview of the tenderer's resource persons, their relevant experience and competence for the execution of this assignment. This can be delivered in the form of a competence matrix with short descriptions, possibly CVs of key personnel. The contracting authority stresses that personnel outside their organisation can only be taken with them if they belong to a supporting business, cf. point 7.3.1.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 4
Criterion : References on specified services
Description : Requirement: The tenderer shall have experience from relevant deliveries. Documentation requirement: Description of the tenderer ́s up to 3 most relevant deliveries from the last five years. • Tenderers shall document fulfilment by filling in the attached template for reference descriptions; See Annex 5: Reference descriptions.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 4
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Requirement: Tenderers shall have an environmental management system. Documentation requirement: As documentation, the tenderer shall present documentation of his environmental management system. The following documentation will be accepted: • Valid certificate/certificate issued by an independent body (eks. ISO 14001/50001, EMAS, Miljøfyrtårn or equivalent), or • A description of the tenderer's own environmental management system. The description shall, at a minimum, cover the tenderer's environment policy and details on the implementation of routines and systems for achieving the targets.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 4
Criterion : Certificates by independent bodies about quality assurance standards
Description : Requirement: Tenderers shall have a documented and implemented quality assurance system/management system. Documentation requirement: A brief description of the tenderer's quality assurance/management system. The description must, however, be so detailed that the Contracting Authority can undertake an independent assessment of whether the tenderer's quality assurance/management system can be considered well-functioning for this contract. If a tenderer is certified in accordance with ISO 9001 or equivalent certification, it is sufficient to enclose a copy of a valid certificate or equivalent certifications.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 4
Criterion : Certificates by independent bodies about quality assurance standards
Description : Requirement: Tenderers shall have a documented and implemented management system for information security. The management system shall cover all organisation units and processes included in the delivery. Documentation requirement: A brief description of the tenderer's management system for information security. The description must, however, be so detailed that the Contracting Authority can undertake an independent assessment of whether the tenderer's management system for information security can be seen as well functioning for this contract. If a tenderer is certified in accordance with ISO 27001 or equivalent certification, it is sufficient to enclose a copy of a valid certificate or equivalent certifications.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 4
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/258212185.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
Deadline for receipt of requests to participate : 11/07/2025 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 : yes
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 : Vestre Innlandet tingrett -
Information about review deadlines : Deadlines for appeals can be found in the tender documentation, see the annex to the competition.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Vestre Innlandet tingrett -
Organisation providing additional information about the procurement procedure : HRP AS -

8. Organisations

8.1 ORG-0001

Official name : HRP AS
Registration number : 988889245
Postal address : Dronning Eufemias Gate 16
Town : OSLO
Postcode : 0190
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Marthe Dyrud
Telephone : +47 91330388
Fax : +47 48400203
Internet address : https://www.hrpas.no
Roles of this organisation :
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Gjøvik kommune
Registration number : 940 155 223
Town : Gjøvik
Postcode : 2821
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 61189500
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Vestre Innlandet tingrett
Registration number : 926 723 758
Town : Gjøvik
Postcode : 2821
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Notice information
Notice identifier/version : 3ce4ab7b-4d2d-4b05-91dd-8aef98342261 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/06/2025 14:58 +00:00
Notice dispatch date (eSender) : 05/06/2025 06:42 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00368146-2025
OJ S issue number : 108/2025
Publication date : 06/06/2025