Bottom emptying waste containers

The contracting authority needs to enter into a framework agreement for buried waste containers and bottom emptying surface containers, with the accompanying access control system. The competition will be carried out as a cooperation and eight (8) contractual relationships will be established, one for each municipality and one for IVAR …

CPV: 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus), 44600000 Tanks, reservoirs and containers; central-heating radiators and boilers, 44610000 Tanks, reservoirs, containers and pressure vessels, 44613000 Large containers, 44613700 Refuse skips, 44613800 Containers for waste material, 48000000 Software package and information systems, 48600000 Database and operating software package, 48610000 Database systems, 48611000 Database software package, 48612000 Database-management system, 48613000 Electronic data management (EDM), 48614000 Data-acquisition system
Deadline:
Sept. 3, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Bottom emptying waste containers
Awarding body:
Sandnes kommune
Award number:
25/04629

1. Buyer

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

Official name : IVAR Renovasjon Ryfylke
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Dalane Miljøverk AS
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : IRS Miljø IKS
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 : Bottom emptying waste containers
Description : The contracting authority needs to enter into a framework agreement for buried waste containers and bottom emptying surface containers, with the accompanying access control system. The competition will be carried out as a cooperation and eight (8) contractual relationships will be established, one for each municipality and one for IVAR Ryfylke. The following will be included in the agreement: - 5 m3 bottom emptyed containers for residue waste. - 5 m3 bottom emptyed containers for cardboard/paper waste. - 5 m3 bottom emptying waste containers for wet organic waste (bio-waste) - 5 m3 bottom emptying buried containers for glass and metal packaging. - 5 m3 bottom emptying buried containers for plastic packaging - 5 m3 bottom emptying waste containers for environment stations/holiday home sanitation (mixed waste, plastic packaging and glass and metal packaging) - 3-3.5 m3 bottom emptying surface containers for residue waste. - 3-3.5 m3 bottom emptying surface container for cardboard/paper waste. - 3-3.5 m3 bottom emptying surface containers for wet organic waste (bio-waste). - 3-3.5 m3 bottom emptying surface containers for textiles - 3-3.5 m3 bottom emptying surface containers for glass and metal packaging. - 3-3.5 m3 bottom emptying surface containers for plastic packaging. - Access control system for buried containers and surface containers.
Procedure identifier : e3c271d5-34aa-4213-ab2a-5fb62ed54f18
Internal identifier : 25/04629
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 44600000 Tanks, reservoirs and containers; central-heating radiators and boilers
Additional classification ( cpv ): 44610000 Tanks, reservoirs, containers and pressure vessels
Additional classification ( cpv ): 44613000 Large containers
Additional classification ( cpv ): 44613700 Refuse skips
Additional classification ( cpv ): 44613800 Containers for waste material
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48610000 Database systems
Additional classification ( cpv ): 48611000 Database software package
Additional classification ( cpv ): 48612000 Database-management system
Additional classification ( cpv ): 48613000 Electronic data management (EDM)
Additional classification ( cpv ): 48614000 Data-acquisition system

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 150 000 000 Norwegian krone
Maximum value of the framework agreement : 150 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
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?
Offence concerning its professional conduct in the domain of defence procurement : In accordance with the current regulations.
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
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?
Lack of reliability to exclude risks to the security of the country : In accordance with the current regulations.
Breaching of obligations set under purely national exclusion grounds : In accordance with the current regulations.
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 : Bottom emptying waste containers
Description : The contracting authority needs to enter into a framework agreement for buried waste containers and bottom emptying surface containers, with the accompanying access control system. The competition will be carried out as a cooperation and eight (8) contractual relationships will be established, one for each municipality and one for IVAR Ryfylke. The following will be included in the agreement: - 5 m3 bottom emptyed containers for residue waste. - 5 m3 bottom emptyed containers for cardboard/paper waste. - 5 m3 bottom emptying waste containers for wet organic waste (bio-waste) - 5 m3 bottom emptying buried containers for glass and metal packaging. - 5 m3 bottom emptying buried containers for plastic packaging - 5 m3 bottom emptying waste containers for environment stations/holiday home sanitation (mixed waste, plastic packaging and glass and metal packaging) - 3-3.5 m3 bottom emptying surface containers for residue waste. - 3-3.5 m3 bottom emptying surface container for cardboard/paper waste. - 3-3.5 m3 bottom emptying surface containers for wet organic waste (bio-waste). - 3-3.5 m3 bottom emptying surface containers for textiles - 3-3.5 m3 bottom emptying surface containers for glass and metal packaging. - 3-3.5 m3 bottom emptying surface containers for plastic packaging. - Access control system for buried containers and surface containers.
Internal identifier : 25/04629

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 44600000 Tanks, reservoirs and containers; central-heating radiators and boilers
Additional classification ( cpv ): 44610000 Tanks, reservoirs, containers and pressure vessels
Additional classification ( cpv ): 44613000 Large containers
Additional classification ( cpv ): 44613700 Refuse skips
Additional classification ( cpv ): 44613800 Containers for waste material
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48610000 Database systems
Additional classification ( cpv ): 48611000 Database software package
Additional classification ( cpv ): 48612000 Database-management system
Additional classification ( cpv ): 48613000 Electronic data management (EDM)
Additional classification ( cpv ): 48614000 Data-acquisition system
Options :
Description of the options : The contracting authority can extend the contract for up to 1 year at a time, and the maximum total contract period is 4 years. As an option, with an extended extent as a consequence, the following contracting authorities shall be able to join the contract upon written notification to the tenderer during the lifetime of the framework agreement: 1. Dalane Miljøverk AS 2. IRS Miljø IKS The price and contract terms shall be the same for the other contracting authorities as for the Contracting Authority. A separate contractual relationship will be established between the tenderer and the affiliated contracting authority.

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.5 Value

Estimated value excluding VAT : 150 000 000 Norwegian krone
Maximum value of the framework agreement : 150 000 000 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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of "Credit worthy", i.e. tenderers must be in risk class 5 or higher on Experians scale. In addition tenderers must have had the following last three (3) fiscal years (2022, 2023 and 2024): - average operating incomes of more than NOK 200,000.00. 100 million. - average positive operating profit (EBITDA).
Criterion : References on specified deliveries
Description : Tenderers shall have experience that suggests that the tenderer is able to handle the contract, in regard to scope and complexity. Reference must be made to the following buried bottom emptying containers: - Two (2) relevant/equivalent contracts, production and deliveries over time or other of relevance. For bottom emptying surface containers, refer to the following: - Two (2) relevant/equivalent contracts, production and deliveries over time or other of relevance.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers are required to have a well-functioning environmental management system, adapted to the contract ́s nature and extent.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers are required to have a well-functioning system for ensuring quality, adapted to the nature and scope of the assignment.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The price will be assessed based on the stated prices and volume stated in the price form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Quality
Description : Quality is assessed based on the different assessment requirements given in the requirement specifications under "Quality Requirements".
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Service
Description : The service will be assessed based on the different assessment requirements in the requirement specifications under "Service Requirements".
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Environment
Description : The environment is assessed on the different assessment requirements in the requirement specifications under 'Environmental Requirements'.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Deadline for requesting additional information : 27/08/2025 10:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 03/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 03/09/2025 10:00 +00:00
Place : Sandnes
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the tender documentation and annexes.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See the tender documentation and annexes.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland Tingrett
Information about review deadlines : Stated in the notification letter.
Organisation providing additional information about the procurement procedure : Sandnes kommune
Organisation providing offline access to the procurement documents : Sandnes kommune
Organisation receiving requests to participate : Sandnes kommune
Organisation processing tenders : Sandnes kommune

8. Organisations

8.1 ORG-0001

Official name : Sandnes kommune
Registration number : 964965137
Postal address : Rådhusgata 1
Town : Sandnes
Postcode : 4306
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Steven Mellum
Telephone : +47 51336215
Roles of this organisation :
Buyer
Group leader
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 : Sola kommune
Registration number : 948243113
Town : Sola
Postcode : 4050
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Steven Mellum
Telephone : 97135222
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Randaberg kommune
Registration number : 934945514
Town : Randaberg
Postcode : 4070
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Steven Mellum
Telephone : 97135222
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Gjesdal kommune
Registration number : 964978573
Town : Ålgård
Postcode : 4330
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Steven Mellum
Telephone : 97135222
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Hå kommune
Registration number : 964969590
Town : Varhaug
Postcode : 4360
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Steven Mellum
Telephone : 97135222
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Klepp kommune
Registration number : 864969682
Town : Klepp Stasjon
Postcode : 4353
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Steven Mellum
Telephone : 97135222
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Time kommune
Registration number : 859223672
Town : Bryne
Postcode : 4344
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Steven Mellum
Telephone : 97135222
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Stavanger kommune
Registration number : 964965226
Town : Stavanger
Postcode : 4005
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Steven Mellum
Telephone : 97135222
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Kvitsøy kommune
Registration number : 964979634
Town : Kvitsøy
Postcode : 4180
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Steven Mellum
Telephone : 97135222
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : IVAR Renovasjon Ryfylke
Registration number : 871035032
Town : Hjelmeland
Postcode : 4130
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Steven Mellum
Telephone : 97135222
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : Dalane Miljøverk AS
Registration number : 922169063
Town : Egersund
Postcode : 4372
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Steven Mellum
Telephone : 97135222
Roles of this organisation :
Buyer

8.1 ORG-0012

Official name : IRS Miljø IKS
Registration number : 995055244
Town : Flekkefjord
Postcode : 4404
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Steven Mellum
Telephone : 97135222
Roles of this organisation :
Buyer

8.1 ORG-0013

Official name : Sør-Rogaland Tingrett
Registration number : 926723448
Town : Stavanger
Postcode : 4001
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52004600
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 161259bd-d243-4f06-9772-bf0808fe1972 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/06/2025 11:34 +00:00
Notice dispatch date (eSender) : 27/06/2025 13:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00422198-2025
OJ S issue number : 123/2025
Publication date : 01/07/2025